LAWRENCE BATTELLE, INC., et al., Plaintiffs, v. The UNITED STATES, Defendant.
No. 12-320C
United States Court of Federal Claims.
August 5, 2014
117 Fed. Cl. 579
FIRESTONE, Judge.
*Opinion originally filed under seal on July 24, 2014
The Physical Disability Board of Review shall consider Mr. Hatmaker‘s request to review the overall effect of his disabilities on his fitness determination.
In addition, the Physical Disability Board of Review shall review the PEB decision assigning Mr. Hatmaker a 10 percent disability rating for vertigo. As more fully explained in this opinion, the Physical Disability Board of Review shall consider all the relevant evidence in the record and provide an explanation for its decision sufficient for this court to conduct a review, if necessary.
In particular, the Physical Disability Board of Review shall provide an explanation of the showing needed to satisfy a finding of dizziness, rather than occasional dizziness. The Physical Disability Board of Review shall address the evidence that Mr. Hatmaker was absent from work due to dizziness. The Physical Disability Board of Review shall provide an explanation of why it credited post-separation discussions by Mr. Hatmaker of OCD symptoms as providing a stronger indication of whether Mr. Hatmaker was driving, at the time of separation, than express statements Mr. Hatmaker made during June and July 2007. The Physical Disability Board of Review shall provide an explanation for whether it considers reports of unsteadiness or difficulty walking as evidence to be considered in evaluating whether Mr. Hatmaker showed occasional staggering. The Physical Disability Board of Review shall explain its statement that “physician examinations consistently documented the absence of any objective findings of disequilibrium.” AR 6. And the Physical Disability Board of Review shall address the significance of Mr. Hatmaker‘s vertigo medication during his January 2008 DVA C & P examination.
Moreover, Mr. Hatmaker should be provided an opportunity to add the February 9, 2008 physical therapy report to the record in this matter.
This case shall be STAYED pending remand. See
IT IS SO ORDERED.
Katy M. Bartelma, Civil Division, United States Department of Justice, Washington, DC, with whom were Stuart F. Delery, Assistant Attorney General, and Robert E.
Bid protest; dismissal of non-protest claims sounding in tort, implied contract, and based on the Administrative Procedure Act; judgment for government on the administrative record; elimination from the competitive range justified
OPINION
FIRESTONE, Judge.
Plaintiff, Lawrence Battelle, Inc. (“LBI“), filed the present action in May 2012, in which it raised various claims in connection with a contract for specialized cost services by the United States Air Force (“Air Force“).1 Pending before the court is the United States’ (“the government“) motion to dismiss certain portions of the case pursuant to Rule 12(b)(1) of the Rules of the United States Court of Federal Claims (“RCFC“) for lack of jurisdiction. The government also has moved for judgment upon the administrative record under RCFC 52.1. LBI has filed a cross-motion for judgment on the administrative record. For the reasons discussed below, the government‘s motion to dismiss and for judgment on the administrative record is GRANTED. Plaintiff‘s cross-motion for judgment on the administrative record is DENIED.
I. STATEMENT OF FACTS 2
a. The solicitation
The contracting program at issue in this case is known as Specialized Cost Services IV (“SCS IV“). It includes requirements for cost estimating and analysis to be provided to various Air Force bases over a period of five years pursuant to task orders. The Air Force issued the specialized cost services solicitation, Request for Proposals (“RFP“) FA8721-10-R-0001, on September 10, 2010 (“the solicitation“). AR Tab 12 at 201. In May 2010—prior to issuing the solicitation—the Air Force designated SCS IV as a Small Business set-aside. AR Tab 7 at 110. The Air Force selected North American Industry Classification System (“NAICS“) 541712 (Research and Development in the Physical, Engineering, and Life Sciences) as the appropriate small business designation. The Air Force indicated that it would accept offers from companies in that NAICS code with up to 1,500 employees.3 According to the statement of work, the procurement was intended to provide the Air Force with cost estimating and/or advisory and assistance services through the award of multiple, indefinite delivery-indefinite quantity (“ID-IQ“) contracts against which task orders would be issued. AR Tab 12 at 205-06. Under the terms of the solicitation, the government stated that “[It] intends to award up to three [ID-IQ] contracts in response to this solicitation; however, the Government reserves the right to make more, less, or no award at all.” AR Tab 14 at 394.
Each offeror was required to submit a technical proposal, cost/price information, past performance information, and contract documentation. Id. at 372; AR Tab 16 at 990. The procurement decision was to be made on a best value basis, permitting performance-price tradeoff in reaching the award decision. AR Tab 14 at 394. Technical proposals would be rated as “acceptable,” “reasonably susceptible of being made acceptable,” or “unacceptable.” Id. at 395. The solicitation specified that proposals would “initially” be evaluated for technical acceptability based upon two technical sub-
b. The evaluation
LBI submitted a proposal on October 20, 2010. See AR Tab 18. The Air Force received two other proposals: one from Tecolote Research, Inc. (“Tecolote“), the other from [...]. AR Tab 15 (Tecolote); AR Tab 19 [...]. In late October 2010, the contracting officer sent a letter to each offeror requesting that each provide contact information for the prime contractors for whom it, or one of its subcontracting partners, had reported working as a subcontractor. See AR Tabs 20-26. On November 28, 2010, LBI sent the Air Force a letter containing prime contractor contact information for the past performance evaluation. AR Tab 55 at 3699-700. In its letter, LBI stated—as it had in a prior letter to the contracting officer—that there would be organizational conflicts of interest under
Following initial evaluations, the Source Selection Evaluation Team (“SSET“) proposed giving LBI an “unacceptable” rating on its technical proposal.5 On January 5, 2011, the SSET presented its initial evaluation results to the Source Selection Authority (“SSA“) at the competitive range briefing. See AR Tab 27 at 1620-22. The evaluation team reported to the SSA that LBI had received an “unacceptable” technical rating. Id. at 1634, 1651, 1657. The SSA also reported that LBI‘s cost proposal was over the government estimate. The evaluation team proposed giving LBI a neutral rating on past performance.6
With regard to LBI‘s technical rating, several major problems were identified, including: LBI‘s failure to substantiate its staffing approach or explain how, as the prime contractor, it could incur at least 50 percent of the cost of the contract as required by
LBI requested, and received, a debriefing. See AR Tab 53.23; AR Tab 56 at 3703. The Air Force subsequently awarded the contract to Tecolote on August 10, 2011. AR Tab 40.
c. History of proceedings
On January 31, 2011, LBI filed a pre-award protest before the Government Accountability Office (“GAO“). See AR Tab 56 at 3701. LBI challenged its elimination from the competitive range. LBI argued that the Air Force had “used unstated evaluation criteria and misstated facts” when it gave LBI certain “unacceptable” ratings under the technical factor. AR Tab 56 at 3703-04. LBI also argued that the Air Force‘s past performance rating based on prime contractor feedback was irrational and not in accord with the solicitation. Id. Finally, LBI argued that the Air Force‘s evaluation of cost/price was “unfounded.” Id. The GAO denied LBI‘s protest on May 11, 2011, finding that the “agency properly evaluated [LBI‘s] proposal as unacceptable under the technical evaluation factor” and that, consequently, it was unnecessary to reach any of LBI‘s “challenges to the past performance and cost aspects of the evaluation.” Lawrence Battelle, Inc., B-404775, 2011 WL 1833935, at *6 (Comp. Gen. May 11, 2011).
On May 17, 2012, more than a year after the GAO decision was issued and nine months after the contract was awarded, the individual officers of LBI filed a pro se complaint in this court challenging the contract award. On May 18, 2012 and May 31, 2012, this court ordered LBI to obtain counsel. See Order, ECF No. 8. On June 26, 2012, LBI‘s counsel filed an entry of appearance with the court. ECF No. 9. On November 14, 2012, LBI filed, through counsel and with leave of the court, its amended complaint, in which LBI challenged the Air Force‘s procurement of specialized cost services, but also raising claims for fraud and discriminatory treatment in violation of
II. DISCUSSION
a. LBI‘s non-bid protest claims must be dismissed
The United States Court of Federal Claims is a court of limited jurisdiction.
The government argues that this court does not have jurisdiction over plaintiff‘s claims alleging violations of
The government also argues that this court does not have jurisdiction over LBI‘s claims for fraud, discrimination, and for failing to “treat Plaintiff‘s proposal fairly,” or over LBI‘s claims “premised on intentional and/or negligent misconduct.” The government argues these claims sound in tort and must be dismissed. The court agrees. This court does not have jurisdiction over claims sounding in tort. See
The government finally argues that this court lacks jurisdiction over LBI‘s implied-in-fact contract claim and the claim for relief under the APA. Specifically, the government argues that although this court reviews bid protest cases based on the standards established under the APA, the court does not itself have jurisdiction to consider challenges to agency action under the APA. The government is correct. It is well-settled that this court does not have jurisdiction to hear cases under the APA. Martinez v. United States, 333 F.3d 1295, 1313 (Fed. Cir. 2003) (en banc). Thus, plaintiff‘s APA claims must be dismissed. In addition, the court agrees with the government that plaintiff‘s challenges to the fairness of the Air Force‘s evaluation of its proposal are not properly reviewed on an implied-in-fact contract theory, to the extent that the claims are covered under
b. The government is entitled to judgment on the administrative record
The scope and standard of review of LBI‘s and the government‘s cross-motions for judgment on the administrative record are well-settled. Pursuant to
As noted above, in reviewing the procurement decision, the court applies the standards set out in the APA.
Further, in bid protest cases, the “protester must show not only a significant error in the procurement process, but also that the error prejudiced [the protestor].” Data Gen. Corp. v. Johnson, 78 F.3d 1556, 1562 (Fed. Cir. 1996). Specifically, in addition to its heavy burden of demonstrating that the agency‘s actions were arbitrary, capricious, or not in accordance with the law, a protestor must further demonstrate that it was “significantly prejudiced” by the agency‘s error. Bannum, 404 F.3d at 1353 (citations omitted). That is, the protestor must show that “there was a substantial chance it would have received the contract award but for the error[.]” Id.
i. The Air Force‘s technical evaluation and competitive range determination were rational and made in accordance with the law
LBI complains that the award must be set aside because LBI was never given an opportunity to correct the deficiencies identified in the ENs, and thus was improperly eliminated from the competition. LBI argues that the decision to eliminate LBI from the competitive range was also not made in good faith because the other offerors were given an opportunity to address the deficiencies in their proposals.
The government argues that the Air Force was permitted to eliminate LBI from the competitive range without allowing LBI to revise its proposal because the Air Force elected not to hold discussions or allow any offeror to correct proposals before making the competitive range decision. Accordingly, the government argues that all offerors were treated the same. The government further argues that the Air Force was not legally required to give LBI an opportunity to revise its proposal before excluding its proposal from the competitive range based on a technical “unacceptable” rating. The government contends that agencies have broad discretion in establishing the competitive range and that the Air Force reasonably exercised its discretion when it eliminated LBI from the competitive range in light of the numerous and largely uncontested flaws found in the technical acceptability of LBI‘s proposal.
The court agrees with the government that where, as here, the solicitation provided that offerors failing to receive an acceptable rating on the technical proposal would be eliminated from the competition, and the record demonstrates that LBI received an unacceptable rating on its technical proposal; the Air Force was not arbitrary or capricious when it eliminated LBI from the competitive range. The only question is whether the Air Force violated the law when it failed to allow LBI the opportunity to address the deficiencies identified in the ENs that LBI received with regard to technical acceptability.
Under
ii. The Air Force‘s past performance evaluation of LBI was not prejudicial and did not violate any law
Having concluded that LBI‘s elimination from the competitive range was lawful and thus LBI was not eligible for award, none of LBI‘s objections to the way the Air Force handled LBI‘s past performance rating were prejudicial because LBI was not eligible for award of the contract.10 G4S Tech. CW LLC v. United States, 109 Fed.Cl. 708, 725 (2013) (bidder that was properly removed from competitive range had no chance of award and thus could not establish prejudice). In addition, none of LBI‘s objections regarding the past performance rating process have merit. LBI argues that the Air Force‘s request for prime contractor points of contact (or, more accurately, the Air Force‘s subsequent requests for performance assessments from those prime contractors) violated
The court agrees that LBI‘s argument regarding the rating process was waived under Blue & Gold Fleet, L.P., 492 F.3d at 1313. (“[A] party who has the oppor-
iii. LBI‘s argument regarding the NAICS Code has been waived
LBI argues—for the first time—in its responsive brief that the Air Force “fail[ed] to apply the proper employee size standard for the small business set-aside ...” and also “applied the wrong [NAICS] code based on the support to be provided[.]” Pl.‘s Resp. & Cross-Mot. 10-11. The government argues that even assuming LBI can show prejudice with regard to the NAICS Code, plaintiff‘s argument has been waived under a variety of theories. The court agrees with the government for the reasons set forth below.
To begin, this court agrees that LBI cannot show prejudice because it was eliminated from the competition. Moreover, LBI‘s argument fails on the merits. The court does not have jurisdiction to review the NAICS code designation because LBI failed to comply with the specific procedures for challenging a NAICS code or size standard designation. See
iv. LBI‘s argument regarding the DCAA audit does not alter the outcome of the technical rating
LBI contends—also for the first time—in its responsive brief that the Air Force failed to properly acknowledge that LBI had a DCAA audit and thus one of the purported errors in its technical evaluation was wrong. The government argues, as it did with several preceding arguments, that LBI‘s failure to raise this argument in its opening brief should constitute a waiver of the argument. SmithKline Beecham Corp., 439 F.3d at 1319; Cal. Indus. Facilities Res., Inc. v. United States, 104 Fed.Cl. 589, 594 n. 7 (2012). In addition, the government contends that the argument lacks merit because the alleged error was not made in connection with the technical evaluation.
LBI argues that a requirement from the “Cost/Price Volume” section of the source selection plan provided that each offeror needed to provide an “audit report, finding, or letter” demonstrating that the offeror‘s accounting system had been approved and/or was adequate for cost reimbursement contracts in accordance with
The court again agrees with the government that this argument was waived because it did not appear in LBI‘s opening brief and is otherwise without merit. The agency would not have reviewed the DCAA audit submitted in connection with LBI‘s cost proposal to determine the adequacy of LBI‘s technical proposal. Moreover, as the government contends, the DCAA audit dealt only with the adequacy of LBI‘s accounting systems and was not relevant to the technical evaluation. In such circumstances, the DCAA audit, even if considered, would not have led to any change in LBI‘s technical rating.
III. CONCLUSION
For the above reasons, the United States’ motion to dismiss and for judgment upon the administrative record is GRANTED and plaintiff‘s motion for judgment upon the administrative record is DENIED.
IT IS SO ORDERED.
APPLIED BUSINESS MANAGEMENT SOLUTIONS, INC. LLC, Plaintiff, v. The UNITED STATES, Defendant, and Premier Management Corporation, Intervenor.
No. 14-214C
United States Court of Federal Claims.
August 1, 2014
(Republished August 13, 2014)
FIRESTONE
Judge
