KLINGE CORPORATION v. USA

Filing 67

PUBLISHED OPINION. Signed by Senior Judge Eric G. Bruggink. (acm)

Download PDF
K L I N G E CORPORATION v. USA D o c . 67 In the United States Court of Federal Claims N o . 08-551C (O rig in a lly Issued Under Seal: April 10, 2009) (R e is s u e d : April 27, 2009)1 ************************ K L IN G E CORPORATION, Plaintiff, v. T H E UNITED STATES, Defendant, and S E A BOX, INC. In te rv e n o r. ************************ R ic h a rd P. Rector and Seamus Curley, Washington, DC, for plaintiff. C h r is to p h e r L. Krafchek, United States Department of Justice, Civil D ivisio n , Commercial Litigation Branch, Washington, DC, with whom were M ich a e l F. Hertz, Acting Assistant Attorney General, Jeanne E. Davidson, D ire c to r, and Kirk Manhardt, Assistant Director, for defendant. Brent Curtis, M a rin e Corps Systems Command, Quantico, VA, of counsel. Robert Farber, Cherry Hill, NJ, for intervenor. Request for reconsideration; bid protest; bid preparation c o s ts ; standing. This opinion was first issued under seal on April 10, 2009. The p a rties were directed to propose redactions to the opinion on or before April 1 7 , 2009. None were proposed. 1 Dockets.Justia.com ____________ O P IN IO N ____________ B R U G G IN K , Judge. P e n d in g in this bid protest are plaintiff's and defendant's motions for re c o n sid e ra tio n of our opinion of September 12, 2008. That opinion resolved th e second bid protest in this court arising out of the Marine Corps' ("agency") co n tin u in g effort to procure Large Field Refrigeration Systems ("LFRS"). In th e first proceeding, we granted injunctive relief to plaintiff, Klinge Corp. (" K lin g e " ), enjoining the Marine Corps from going forward with its putative a w a rd to intervenor, Sea Box Inc. ("Sea Box"). In this second action, plaintiff c h a lle n g e d the agency's use of a different procurement vehicle to purchase a s m a lle r quantity of LFRSs, once again from Sea Box. In resolving that second a c tio n , we denied the injunctive relief sought by plaintiff, although we ordered r e im b u r se m e n t of plaintiff's bid preparation and proposal costs. P lain tiff 's motion for reconsideration asserts that new information calls in to question our denial of injunctive relief relating to the second procurement. D e f en d a n t's motion asks us to reconsider the award of bid preparation and p ro p o s a l costs to plaintiff, or to clarify that those costs only relate to the s e c o n d procurement. The matter has been fully briefed, and oral argument was h eld on March 10, 2009. For the reasons stated below, both motions are d e n ie d . PROCEDURAL HISTORY 2 T h e Marine Corps' first effort at obtaining LFRSs was through the use o f a Request For Proposals ("RFP") for an indefinite delivery, indefinite q u a n tity ("IDIQ") contract for between 10 and 300 LFRSs. See Klinge Corp. v . United States, 82 Fed. Cl. 127 (2008) ("Klinge I"). We held in Klinge I that S e a Box could not receive the award because the agency's failure to disqualify 2 The facts are drawn from our prior opinions and from the ad m in istra tiv e records prepared in connection with both procurements. In a d d itio n , the court permitted the parties to supplement the administrative re c o rd in connection with plaintiff's motion for reconsideration both prior to a n d during oral argument. 2 it for non-compliance with the Trade Agreements Act ("TAA"), 19 U.S.C. §§ 2 5 0 1 et seq. (2006), was arbitrary and not in accordance with law. 82 Fed. Cl. a t 137-38. The action was dismissed, and plaintiff was later awarded attorney fees. On July 31, 2008, plaintiff filed a new complaint. In the interim, the a g e n c y had elected to obtain twenty-five LFRSs from the General Services A d m in is tra tio n Federal Supply Schedule ("GSA FSS") using a Request for Q u o ta tio n s ("RFQ"). See Klinge v. United States, 83 Fed. Cl. 773 (2008) (" K lin g e II"). Plaintiff was ineligible to compete because it was not on the F S S . Plaintiff therefore sought an injunction on the grounds that the agency h a d improperly cancelled the RFP and was using the RFQ to steer work to the in te rv e n o r. In our September 12, 2008, opinion, we denied injunctive relief. It was im p o rta n t to the result that plaintiff did not have standing to challenge the RFQ b e c au s e it was ineligible for an award under the FSS. We agreed with plaintiff th a t the follow-on contract would not have occurred but for the cancellation o f the award to Sea Box and but for the agency's mistaken belief that Klinge w a s ineligible for award under the RFP. We nevertheless held that the error d id not implicate the integrity of the RFQ and hence did not warrant injunctive re lie f . See id. at 780. We concluded that the limit of plaintiff's standing to c h a lle n g e the RFQ was the opportunity to show that the agency's action re f lec ted something approaching bad faith or something otherwise seriously u n d e rm in in g the integrity of the procurement. We ultimately found no e v id e n c e of that. Instead, we awarded the alternative relief requested by p l a in t if f ­ bid preparation and proposal costs. In denying injunctive relief, we took into account the fact that one of th e potential awardees under the RFQ was Charleston Marine Containers Inc. (" C M C I" ). CMCI is a schedule contractor but it did not yet have an LFRS on th e schedule. Klinge had applied to have its refrigeration unit added to C M C I' s offerings on the FSS, so the possibility existed that Klinge might o b t a in benefits as a subcontractor under the RFQ. During the pendency of K lin g e II, defendant considered it a possibility that CMCI would be awarded t h e contract as it appeared to offer the best value under the RFQ. On D e c em b e r 12, 2008, however, the agency awarded an order for twenty-five L F R S s to Sea Box under a Blanket Purchase Agreement ("BPA"). At that tim e , CMCI was not able to offer an LFRS because Klinge's equipment had n o t yet been added to CMCI's FSS offerings. 3 D e f en d a n t filed its motion for reconsideration on December 18, 2008, c o n te stin g the award to plaintiff of bid preparation and proposal costs to the e x te n t they arise out of the original RFP. Defendant argues that the award of in ju n c tiv e relief in Klinge I precludes the monetary relief awarded in Klinge II, at least to the extent it relates to the first procurement. Plaintiff contends th a t the law permits the award of both injunctive and monetary relief. Plaintiff filed its motion for reconsideration on December 23, 2008, a ss e rtin g that information it recently obtained calls into question the factual b a sis of our denial of injunctive relief in Klinge II. Plaintiff asserts that the a g e n cy's inaccurate market research should be "the straw that breaks the c a m e l's back to support a finding by the Court that the agency's determination th a t Klinge's proposal under the RFP was non-compliant . . . was pretextual a n d designed to ensure the award of the contract to Sea Box." Pl.'s Mot. for R e c o n s. at 8. Plaintiff further claims that the December 12, 2008, award of the c o n tra c t to Sea Box was an unjustified sole source award and a violation of F ed era l Acquisition Regulation ("FAR") Subparts 8.405-6 and 8.405-1(c)(1). D e f en d a n t contends, however, that the agency satisfied the surveying re q u ire m e n ts of FAR Subpart 8.405-1(c)(1) and that there is no evidence of p re tex t. A brief review of the agency's market research and surveying efforts a s set forth in the Administrative Record ("AR") is provided below. BACKGROUND In his declaration of August 22, 2008, the Contracting Officer ("CO") T ere n ce McGinn, explains the efforts that he and Program Manager ("PM"), M ic h a el Gallagher, undertook after the court's decision instructing the agency th a t the award under the RFP to Sea Box could not stand. According to the C O , the agency opted in favor of attempting to use the GSA FSS because it o f f e re d the advantage of speed, at least in connection with an initial, smaller o rd e r, and it obviated concerns about TAA compliance. Mr. Gallagher provided a supplemental declaration on February 4, 2 0 0 9 . In it, he explains that in doing market research, he began with the data h e had accumulated prior to the decision in 2007 to utilize an RFP. During his 2 0 0 7 market research, Mr. Gallagher visited the production facilities of a n u m b e r of contractors potentially capable of producing LFRSs. At that time, n o n e of these contractors had an LFRS on the GSA schedule. Nevertheless, th re e of the vendors­ AAR Mobility Systems ("AAR"), CMCI, and Sea Box­ 4 in d ic a te d to Mr. Gallagher that "if the Marine Corps were going to be p ro c u rin g LFRS via GSA, they intended to get [an] LFRS on a GSA schedule c o n tra c t." AR Tab 18. When Mr. Gallagher revisited the question of procuring LFRSs in June 2 0 0 8 , he "conducted follow-up market research." Id. He provides no details a s to what that follow-up research entailed, although defendant points to re f ere n c es in the administrative record regarding the agency's search of e le c tro n ic databases available to it through GSA to find the two separate, c o n s titu e n t components of an LFRS. See AR Tabs 22-24. It is undisputed th a t CMCI, Sea Box, and AAR are all schedule contractors. The agency se a rc h e d the relevant Special Item Number ("SIN") on the GSA schedule (6 1 7 -2 ), "Purchase of Container Systems," which is a catch all category that inclu d es container systems. See AR Tab 25. Tab 25 of the AR, which the c o u rt allowed defendant to supplement during oral argument, is a snapshot of th is schedule as of March 10, 2009. Tab 25 as supplemented shows AAR as a schedule contractor offering items under SIN 617-2.3 Tab 22 indicates that A A R offers both containers and refrigeration units. F ro m this research, as supplemented by his prior field visits, Mr. G allag h er produced an updated table of vendors. In it, AAR and Sea Box are b o th labeled as on the schedule and capable of offering a "viable solution." Id. C M C I was shown on the schedule as not capable of offering a solution. Mr. G a lla g h e r states that this was a mistake he cannot explain. Instead, he c o n c lu d e s that an accurate depiction would have shown CMCI as a viable o p tio n as well. The conclusion of the agency's market research, therefore, was th a t at least three entities­ Sea Box, CMCI, and AAR­ were capable of o f f e rin g a "viable solution" through the FSS. Plaintiff contends that this information cannot be used to prove what A A R was offering in June 2008. Defendant responds that the submission it w a s allowed to offer at oral argument demonstrates that AAR has been on the G S A schedule with respect to SIN 617-2 since August 9, 2004. Plaintiff, h o w e v e r , points out that the master contract can be, and frequently is, am ended. 5 3 D IS C U S S IO N I. Plaintiff's Motion for Reconsideration T h e new information plaintiff offers in its motion for reconsideration is that AAR does not have and never did have an LFRS on the GSA schedule. T h is is supported by email correspondence between Heinrich Klinge and A rth u r Breithhaupt, AAR's Vice President of Sales and Marketing. Mr. B re ith a u p t recites in his email dated November 21, 2008, "as to whether AAR M o b ility Systems was or is on the GSA schedule for the 20' ISO Refrigerated C o n tain er, the answer is no." Pl.'s Mot. for Reconsideration, Attach. B. If A A R was not in fact on the schedule with respect to LFRSs, then according to p la in tif f , there were, at most, only two vendors that were capable of r e s p o n d i n g to an RFQ for LFRSs and not three as purportedly required by F A R 8.405-1(c)(1). Plaintiff asserts that this is a demonstration of both pretext b y the agency against Klinge and a violation of procurement law. We will a n a lyz e first plaintiff's argument that the government's actions were a v io latio n of procurement law and, second, that the procurement was pretextual. A . Was the Procurement a Violation of Law? P la in tif f requests that we permanently enjoin the agency from accepting p e rf o rm a n c e from Sea Box of the recently awarded RFQ because the new ev id en ce reveals that AAR did not offer an LFRS on its schedule and therefore th re e contractors were not capable of bidding on the RFQ. According to p la in tif f , this is a violation of FAR 8.405-1(c)(1). FAR Subpart 8.405-1(c)(1) p ro v id e s that, before placing an order on the FSS for purchases of the size c o n tem p late d here, "an ordering activity shall consider reasonably available in f o rm a tio n . . . by surveying at least three schedule contractors through the G S A Advantage! on line shopping service . . . ." The parties fundamentally disagree on what is meant by the surveying req u irem en ts set forth in FAR 8.405-1(c)(1). Plaintiff contends that an award m a d e under an RFQ when three contractors are not capable of bidding on the s o lic ita tio n violates the FAR. Applicable procurement regulations, it contends, re q u ire the agency to satisfy itself through accurate surveying that at least three c o n tra c to rs who were capable of making offers had LFRSs on their schedule. 6 D ef en d an t contends that FAR Subpart 8.405-1(c)(1) does not require th e agency to locate any particular number of vendors actually capable of o f f e rin g the item sought. Instead, according to defendant, the FAR requires a more general survey of the marketplace, for the purpose of ensuring full and f a ir competition. Defendant contends that it satisfied the surveying r e q u ire m e n ts of FAR 8.405-1(c)(1) when the agency conducted market re se a rc h in 2007 and found that at least three entities­ Sea Box, CMCI, and A A R ­ were capable of offering a viable solution through the FSS. Most im p o rta n t from the government's perspective, however, is that when the time c a m e to solicit, the agency sent notices via GSA's online procurement system ("G S A e-Buy online") to all vendors offering items under SIN 617-2. SIN 6 1 7 -2 is a list of items which covers many different types of containers. On th e date of oral argument, over sixty vendors were listed as offering items c o v e re d under SIN 617-2. This GSA e-Buy online solicitation, the g o v e rn m e n t contends, satisfied surveying requirements and ensured full and f a ir competition pursuant to FAR 8.405-1(c)(1). Defendant also argues that plaintiff does not have standing to challenge th e current procurement because Klinge was incapable of responding to the R F Q . We consider the jurisdictional issue of standing first. T h e Tucker Act gives the court jurisdiction over a claim by "an in te re ste d party objecting to . . . the award of a contract or any alleged v io la tio n of statute or regulation in connection with a procurement . . . ." 28 U .S .C . § 1491(b)(1). An interested party is defined in accordance with the C o m p e titio n in Contracting Act ("CICA") as a protester who is an "actual or p ro s p e c tiv e bidder or offeror whose direct economic interest would be affected b y the award of the contract or by failure to award the contract." 31 U.S.C. § 3 5 5 1 (2 )(A ). A subcontractor is not an interested party, as it is not considered to be an actual or prospective bidder. See Eagle Design & Mgmt. v. United S ta te s, 62 Fed. Cl. 106, 108 (2004). As plaintiff concedes, it was not eligible to compete on its own under the FSS RFQ. Instead, its interest is as a potential subcontractor to CMCI, w h ic h is a contractor on the schedule.4 Plaintiff contends that it has standing As of the date of oral argument, March 10, 2009, Klinge still had not b e e n added to the GSA schedule as a subcontractor to CMCI and CMCI th e re f o re did not offer a viable option on the schedule. Plaintiff was added to 7 4 b e c au s e an RFQ could not have been successfully issued in compliance with th e regulations. According to plaintiff, the agency would have been unable to justify use of a sole source award under FAR 8.405-6, and would therefore h a v e had to utilize the original RFP, for which plaintiff had submitted a bid. P la in tif f cites the Federal Circuit's treatment of plaintiffs in Distributed S o l u tio n s , Inc. v. United States, as an example of a more generous view of stan d in g in the context of a procurement. 539 F.3d 1340 (Fed. Cir. 2008). In D is tr ib u te d Solutions, plaintiff contractors challenged the government's d e c is io n to task a single contractor with the responsibility of awarding s u b c o n tra c ts under the contract, in effect circumventing federal procurement la w s . Id. The Federal Circuit determined that plaintiffs were interested parties p u rsu a n t to 28 U.S.C. § 1491(b)(1) because they were prospective bidders with a direct economic interest in the proposed procurement, as opposed to "mere `d is a p p o i n t e d subcontractors' without standing." Id. at 1344-45. Plaintiffs h a d submitted qualifying proposals in response to the agency's Request for In f o rm a tio n ("RFI") and were prepared to submit bids upon the issuance of an R F Q or an RFP. The Federal Circuit concluded that plaintiffs had standing a n d were denied the opportunity to compete when the government decided, a f te r issuing the RFI, to "forego the direct competitive process of p ro c u re m e n t," which, the court reiterated, begins with the process for d e t e r m i n i n g a need for property or services (such as an RFI). Id. at 1345 (c itin g 41 U.S.C. § 403(2)). The facts in Distributed Solutions are materially different from the facts o f this case, however. Plaintiffs in Distributed Solutions sought the o p p o rtu n ity to respond to an RFQ or RFP in order to submit qualifying bids on th e ir own behalf. The error in that procurement was cutting off the rights of q u a lif ie d potential bidders. Unlike the complainants in Distributed Solutions, K lin g e could not submit a qualifying proposal on its own behalf, and the a g e n cy's implementation of the RFQ process did not limit competition or e x c lu d e contractors. This means that plaintiff's primary contention­ that the way the agency w e n t about the procurement violated applicable regulations­ would appear to b e outside the scope of plaintiff's standing. Only a vendor capable of resp o n d in g to the RFQ could complain that the applicable regulations were the GSA schedule as CMCI's subcontractor two days later, on March 12, 2009. 8 m isa p p lied . The alleged misapplication here was the failure to document a ju s tif ic a tio n in accordance with FAR 8.405-6 to forego the survey re q u ire m e n ts of FAR 8.405-1(c)(1). Here, the presumptive beneficiaries w o u ld be vendors prequalified for the FSS RFQ. That would leave plaintiff o u t. Nevertheless, during oral argument, plaintiff clarified its argument that it has standing to argue illegality despite not being on the FSS. If plaintiff is c o rre c t in its view of FAR 8.405-1(c)(1), then the agency would have had to m a k e a justification under FAR 8.405-6 to use limited sources. Plaintiff s u g g e sts that the agency would have been unable to meet the requirements of F A R 8.405-6, and thus it would be forced back into the use of the RFP, for w h ic h plaintiff would be qualified to compete. It is unnecessary to resolve which of the parties' interpretations of FAR 8 .4 0 5 -1 (c )(1 ) is correct. Even if we agreed with plaintiff, we would decline to follow it into the thicket of FAR 8.405-6. In order to establish prejudice, p lain tiff would have to eliminate a series of possible rationales made available to the agency there: that only one source is capable of responding due to the u n iq u e or specialized nature of the work; that the new work is a logical followo n to a prior procurement; or that an urgent and compelling need exists. See F A R 8.405-6(b). The current state of the record does not permit an e x a m in a tio n of these issues, nor should it. They are far too attenuated. The c o u rt would be drawn into collateral questions which would require extensive f a ctu a l inquiry and which would ultimately be impossible to answer with any c e rta in ty. In short, we limit plaintiff's standing to the argument that the a g e n c y chose to use an RFQ instead of an RFP simply as a pretext, either to a v o id giving the contract to Klinge or to funnel the work to Sea Box. Plaintiff d o e s not have standing to challenge the validity of the RFQ in any other c o n te x t. There is an additional reason for our conclusion. During the second p ro te s t , the issue that features so prominently here­ the alleged violation of F A R 8.405(c)(1)­ was not raised. It is no answer for plaintiff to respond that it did not know that AAR should not have been counted toward the minimum n u m b e r of potential vendors. The court was informed at the time that, a lth o u g h CMCI had not been qualified to offer an LFRS on its schedule, that w a s about to change. It was anticipated that CMCI would succeed in s u p p le m e n tin g its schedule with Klinge's equipment. Plaintiff apparently was w illin g to take a chance on getting part of the work as a subcontractor. In 9 o th e r words, plaintiff had every reason to know at that time that CMCI, the o th e r vendor relied on by Mr. Gallagher to offer a "viable solution," was in f a c t not capable of offering an LFRS. In short, plaintiff had the opportunity p rio r to Klinge II to raise this same argument. We consider it waived. B. Was the Procurement Pretextual? W e will assume, arguendo, that plaintiff is correct in its assertion that th e agency did not comply with applicable procurement regulations in the c u rre n t RFQ. The narrow question remains, then, whether this alleged nonc o m p l ia n c e establishes pretext. We do not believe it does. In Klinge II, we set o u t what we viewed to be the relevant inquiry: We agree that something short of bad faith can be sufficient to c a ll into question the cancellation of a procurement, see, e.g., S h ie ld s Enterprises, Inc. v. United States, 28 Fed. Cl. 615, 6242 5 (considering whether the cancellation lacked a reasonable b a sis ); Coastal Corp. v. United States, 6 Cl. Ct. 337, 343-44 (1 9 8 4 ) (applying arbitrary, capricious, not in accordance with la w standard), although it is our observation that the cases a c tu a lly granting relief appear to involve the exercise of bad f a ith . And in this case it is clear that the decision not to pursue a n award with Klinge cannot have been reasonable. It was p r e d i c a t e d on a mistake of both law and fact, namely that K lin g e ' s explanation of its compliance with the TAA was a m o d if ic a tio n and not a clarification of its proposal. The mistake was also, more likely than not, prejudicial. T h e CO makes plain that, because he assumed Klinge was not e lig ib le for award, proceeding with the RFP would have meant in v itin g a new round of modifications from all bidders. In that s c e n ario , resorting to a FSS task order makes sense. The real q u e s tio n is whether the appropriate remedy is to enjoin the FSS tas k order award. As we explain above, there is no reason to th in k that integrity of the second procurement is undermined by th e mistaken "cancellation" of the first. We believe the mistake, a lth o u g h probably prejudicial, was understandable and innocent. 10 T h e se circumstances do not warrant the extraordinary5 relief of e n jo in in g an otherwise unimpeached procurement. Klinge II, 83 Fed. Cl. at 779-80. The basic facts surrounding the use of the RFQ in the current p ro c u re m e n t were available to the court at the time of Klinge II. What plaintiff c u rre n tly asserts as new evidence is that Mr. Gallagher's assumption that three v e n d o rs were capable of offering an LFRS was, in fact, wrong because AAR d id not offer an LFRS on the schedule. As stated in Klinge II above, however, pretext or bad faith involves m o re than mere error. The agency apparently believed it did not have to find th re e vendors actually capable of supplying a completely integrated LFRS. T h e re is no reason to conclude, therefore, that even if the agency knew only o n e or two vendors could respond to the RFQ, it was acting against Klinge on p re te x tu a l grounds or that it was attempting to favor Sea Box. We take at face value Mr. Gallagher's and Mr. McGinn's statements th a t AAR, CMCI and Sea Box were capable of offering a "viable solution" on th e FSS. At the time Mr. Gallagher's notes from his site visits were compiled in 2007, there would have been no reason to fabricate a rationale for avoiding a n award to Klinge. We also take at face value Mr. Gallagher's statement that th e GSA e-Buy online notice was used as a way to expand, rather than to limit, in te re st in the solicitation. That would not have happened if the RFQ was o rc h e stra te d to funnel work to Sea Box. Even if AAR should not have been listed as capable of responding to an RFQ, we conclude that there is in s u f f ic ie n t evidence of bad faith or that the integrity of the procurement p ro c e s s was impaired to warrant the extraordinary remedy of enjoining the p ro c u re m e n t. As plaintiff lacks standing to request the court's reconsideration o f the current procurement on any other ground, plaintiff's motion is denied. II. Defendant's Motion for Reconsideration D e f en d a n t's motion for reconsideration is premised on an alleged error o f law in granting plaintiff both injunctive relief and bid preparation costs re la tin g to Klinge I. Defendant contends that "[a] successful plaintiff in a bid 5 Baird Corp v. United States, 1 Cl. Ct. 662, 664 (1983). 11 p ro te st may receive its bid and proposal preparation costs or injunctive relief, b u t not both." Def.'s Mot. for Recons. at 3. Defendant is concerned that p lain tiff "will have obtained a double-recovery in that it will receive both m o n e ta ry relief and the opportunity to have its proposal considered as a subc o n tra c to r to CMCI" if we award it bid preparation costs in conjunction with th e RFP. Id. at 2. In the alternative, defendant seeks a clarification by the c o u rt that our September 12, 2008, award of bid preparation costs to plaintiff are in relation to costs incurred for Klinge II and not Klinge I. A t the outset, we can clarify that our intent in Klinge II was, indeed, to a w a rd bid preparation costs flowing from plaintiff's participation in the RFP p ro c e ss , the subject of Klinge I. In addition, we note that the relevant statutory lang u ag e­ "[t]he courts may award any relief that the court considers proper, in c lu d in g declaratory and injunctive relief except that any monetary relief shall b e limited to bid preparation and proposal costs," 28 U.S.C. § 1491(b)(2)­ d o e s not explicitly limit a protestor to either injunctive or monetary relief. Defendant relies on Beta Analytics Int'l, Inc. v. United States, 75 Fed. C l. 155 (2007), to support its position. In Beta Analytics, the plaintiff c o rp o ra tio n sought bid preparation and proposal costs in a post-award bid p ro tes t action after the court had determined that defendant acted arbitrarily a n d capriciously in awarding a contract to the intervenor. 75 Fed. Cl. at 155. T h e court determined that plaintiff was entitled to almost all bid preparation a n d proposal costs sought but then considered whether an award of bid p r e p a r a tio n and proposal costs could be obviated in a post-award bid protest c o n te x t by the availability of injunctive relief. See id. at 159. The court noted th a t "[e]ven in a post-award context, injunctive relief may often be crafted to p ro v id e for the reevaluation of submitted proposals," which it held would then " e lim in a te the basis for an award of bid preparation and proposal costs" as the v ic tim of the arbitrary and capricious government action would be given a " s u b s ta n tia l chance to receive the award." Id. (internal citations omitted). This analysis is not inconsistent with our grant of bid preparation costs h e re . Although we granted injunctive relief in Klinge I, by the time of Klinge II, it was plain that defendant had made the injunctive relief irrelevant, at least i n s o f a r as plaintiff's real interests were concerned, namely, having a chance a t award of a contract. Although we held that the agency had the legal right to use a different procurement vehicle, the effect on plaintiff was that it no lo n g e r had a chance at an award. 12 A s plaintiff points out, recent decisions of this court make clear that in ju n c t iv e and monetary relief are not mutually exclusive. In CNA Corp. v. U n ite d States, 83 Fed. Cl. 1 (2008), the court denied defendant's motion to s trik e plaintiff's application for bid preparation and proposal costs after it had p re v io u s ly granted plaintiff injunctive relief in a post-award bid protest. The c o u rt analyzed the relevant statutes and concluded that: . . . this court has discretion to fashion awards that include a m i x tu re of injunctive relief and bid preparation and proposal c o sts . The responsibility and discretion afforded to the court has b e e n amended and broadened since this court's protest ju ris d ic tio n was defined earlier in the Tucker Act, 28 U.S.C. § 1 4 9 1 (1994) . The most sweeping changes came when Congress p a ss e d the Administrative Dispute Resolution Act of 1996 (A D R A ), Pub. L. No. 104-320, 110 Stat. 3870 (1996). The A D R A expanded the Tucker Act to provide the United States C o u rt of Federal Claims and United States District Courts c o n c u rre n t jurisdiction to hear bid protests, and it gave both c o u rts discretion to fashion appropriate awards. 28 U.S.C. § 1 4 9 1 (b )(1 )-(2 ) (2000). The ADRA stated: "To afford relief in s u c h an action, the courts may award any relief that the court c o n sid e rs proper, including declaratory and injunctive relief e x c e p t that any monetary relief shall be limited to bid p rep ara tio n and proposal costs." Pub. L. No. 104-320, §12(a), 1 1 0 Stat. 3870, 3974 . . . . Id . at 10. See also Alabama Aircraft Industries, Inc.- Birmingham v. United S t a te s , 85 Fed. Cl. 558 (2009). In short, we consider the award of bid preparation and proposal costs a n appropriate remedy under the circumstances. We therefore deny d e f e n d a n t' s motion for reconsideration and confirm the award of bid p r e p a r a tio n costs. 13 C O N C L U S IO N F o r the reasons stated above, both parties' motions for reconsideration a re denied. The parties have previously stipulated that if bid preparation costs a risin g from the original procurement are properly awardable, they amount to $ 5 0 ,2 1 9 .1 9 . Accordingly, the clerk is directed to enter judgment for bid p re p a ra tio n costs to plaintiff in the amount of $50,219.19. s/Eric G. Bruggink ERIC G. BRUGGINK Judge 14

Disclaimer: Justia Dockets & Filings provides public litigation records from the federal appellate and district courts. These filings and docket sheets should not be considered findings of fact or liability, nor do they necessarily reflect the view of Justia.


Why Is My Information Online?