R.A. Glancy & Sons, Inc. v. United States, Department of Veterans Affairs ( 1999 )


Menu:
  •                                                                                                                            Opinions of the United
    1999 Decisions                                                                                                             States Court of Appeals
    for the Third Circuit
    6-24-1999
    R A Glancey & Sons v. Dept Veteran Affairs
    Precedential or Non-Precedential:
    Docket 99-3188
    Follow this and additional works at: http://digitalcommons.law.villanova.edu/thirdcircuit_1999
    Recommended Citation
    "R A Glancey & Sons v. Dept Veteran Affairs" (1999). 1999 Decisions. Paper 163.
    http://digitalcommons.law.villanova.edu/thirdcircuit_1999/163
    This decision is brought to you for free and open access by the Opinions of the United States Court of Appeals for the Third Circuit at Villanova
    University School of Law Digital Repository. It has been accepted for inclusion in 1999 Decisions by an authorized administrator of Villanova
    University School of Law Digital Repository. For more information, please contact Benjamin.Carlson@law.villanova.edu.
    Filed June 24, 1999
    UNITED STATES COURT OF APPEALS
    FOR THE THIRD CIRCUIT
    No. 99-3188
    R.A. GLANCY & SONS, INC.,
    Appellant,
    v.
    UNITED STATES OF AMERICA,
    DEPARTMENT OF VETERANS AFFAIRS
    v.
    POERIO, INC.
    Intervenor-Appellee
    ON APPEAL FROM THE
    UNITED STATES DISTRICT COURT
    FOR THE WESTERN DISTRICT OF PENNSYLVANIA
    (Civil Action No. 99-219)
    District Judge: The Honorable Donald J. Lee
    Argued: May 27, 1999
    Before: GREENBERG and ALITO, Circuit Judges,
    and DOWD, Senior District Judge.*
    (Opinion Filed: June 24, 1999)
    _________________________________________________________________
    *The Honorable David D. Dowd, Jr., United States District Judge for the
    Northern District of Ohio, sitting by designation.
    MEYER, UNKOVIC & SCOTT, LLP
    JAMES R. MALL (ARGUED)
    1300 Oliver Building
    Pittsburgh, PA 15222
    Counsel for Appellant,
    R.A. Glancy & Sons, Inc.
    DEPARTMENT OF JUSTICE
    DOUGLAS HALLIARD-DREIMEIER
    (ARGUED)
    ANTHONY J. STEINMEYER
    Civil Division
    Room 9113
    Washington, D.C. 20530-0001
    Counsel for Appellee,
    United States of America, Department
    of Veterans Affairs
    ECKERT SEAMANS CHERIN &
    MELLOTT, LLC
    JOEL L. LENNEN (ARGUED)
    DENNIS L. VERALDI
    KEITH L. BAKER
    44th Floor, 600 Grant Street
    Pittsburgh, PA 15219
    Counsel for Appellee-Intervenor,
    Poerio, Inc.
    OPINION OF THE COURT
    ALITO, Circuit Judge:
    R.A. Glancy & Sons, Inc. ("Glancy"), a losing bidder for a
    government contract, appeals the District Court's denial of
    a request for preliminary injunctive relief. That request
    sought an order enjoining the successful bidder from
    working on the project and reinstating Glancy's putatively
    successful bid. Because Glancy did not establish that it
    was likely to succeed on the merits or that the balance of
    equities favored the issuance of a preliminary injunction,
    we affirm the District Court's decision.
    2
    I.
    On June 1, 1998, the Department of Veterans Affairs
    ("VA") issued an invitation for bids ("IFB") to renovate the
    VA Medical Center in Pittsburgh. The IFB asked for bids on:
    ITEM I:   GENERAL CONSTRUCTION
    ITEM II: ASBESTOS ABATEMENT
    ALTERNATE NO. 1
    ALTERNATE NO. 2
    ALTERNATE NO. 3
    UNIT PRICE OF MINE GROUTING
    (J.A. 190a). The three alternates under Item II were listed
    as minor additions to or deletions from the IFB's asbestos
    abatement requirements. (J.A. 193-94). The IFB's
    performance requirements, set forth in S 01010 of the IFB,
    elaborated on the work to be performed:
    ITEM I. GENERAL CONSTRUCTION: Work includes
    general new construction, alterations, walks, grading,
    paving, drainage, mechanical and electrical work,
    elevators, necessary removal of existing structures and
    construction and certain other items.
    ITEM II. ASBESTOS ABATEMENT: Work includes
    abatement of asbestos in the area of the work as well
    as in other selected areas, including the work
    described in ALTERNATE 2 below.
    (J.A. 193). Alternate 2 requested a break-out price for
    remediating asbestos-containing floor tiles on the third floor
    of the building. The IFB form provided separate lines for
    each bid item and each alternate line; it contained no
    explicit indication that Item II was a subset of Item I. (J.A.
    188).
    On July 1, 1998, the VA issued a clarifying amendment
    to the IFB, which read:
    Although the VA has asked for the price of the
    Asbestos Abatement work to be listed separately (ITEM
    II - ASBESTOS ABATEMENT under item 10 of SF 1442)
    on the bid form, all asbestos abatement work is
    included in a single prime contract that will be the
    responsibility of the General Contractor.
    3
    (J.A. 202).
    The VA unsealed the bids on July 15, 1998. The VA
    determined the lowest bidder by aggregating the bids for
    Items I & II to reach a total cost for the project. Pursuant
    to this calculation, Poerio Inc. ("Poerio"), the Appellee, was
    the lowest bidder, with a bid of $11,401,500. Glancy was
    the sixth lowest bidder.
    Glancy and another bidder, the Massaro Company
    ("Massaro"), informed the VA that they had understood the
    IFB to have required that total costs be included in Item I.
    According to that understanding, both Glancy and Massaro
    contended that the figure for Item I included the costs of
    Item II and that Item II was merely a break-out of Item I.
    (J.A. 213-14). Even under this understanding of the IFB,
    however, Glancy was the second lowest bidder after
    Massaro.
    Pursuant to Massaro and Glancy's protest, the VA
    examined the bidding materials, noted that the IFB did not
    contain customary language indicating that the contract
    would be awarded based on the aggregate of all bid items,
    and determined that the IFB was ambiguous. (J.A. 261-62).
    Based on this conclusion, the VA decided to open a second
    round of bidding. Massaro, the lowest bidder according to
    its interpretation of the IFB, and Poerio, the lowest bidder
    according to its interpretation of the IFB, eachfiled a
    protest with the Comptroller General under the Competition
    in Contracting Act, 31 U.S.C. SS 3551-56 (1994),
    contending that the IFB unambiguously supported their
    interpretation. The VA submitted briefing in defense of its
    position that the IFB was ambiguous and therefore should
    have been canceled. (J.A. 163-68). The VA admitted that
    the "only interpretation of the [IFB] together with [its
    specifications] at the time the solicitation was issued, was
    that each bid item was to be priced separately." (J.A. 166).
    The VA contended, however, that "the addition of the
    clarification language in Amendment No. 2 created an
    ambiguity that can be interpreted in two ways. It can be
    interpreted to require, as Poerio did, that bids be presented
    separately for general construction (Bid Item I) and for
    asbestos abatement (Bid Item II) or it can be interpreted to
    4
    require, as did both Massaro and Glancy, that Bid Item I
    contain the bid for all work including asbestos." (J.A. 166).
    While the protest was pending before the Comptroller
    General, the VA conducted a second round of bidding, and
    in this round Glancy was the lowest bidder. (J.A. 197).
    Because the protest was pending, however, the VA did not
    award the contract to Glancy.
    The Comptroller General ultimately sustained Poerio's
    interpretation of the IFB as the only reasonable one and
    rejected the VA's assertion that the IFB was ambiguous.
    The Comptroller General stated:
    First, the cover page of the solicitation (Standard Form
    1442) identifies two separate bid items for the
    acquisition, "general construction" and "asbestos
    abatement." Each of the two bid items is identified on
    that page as a free-standing item for acquisition by the
    agency -- specifically, there is no indication that one of
    the two identified bid items is encompassed by the
    other. Second, the IFB's performance requirements . . .
    expressly define "general construction" and"asbestos
    abatement" as distinct, separable work efforts; again,
    each bid item description follows the separate title and
    item number associated with each of the two separate
    work categories. The stated item I (general
    construction) simply does not encompass the
    separately stated item II specialized work requirements
    in the area of asbestos abatement. Third, the bid
    schedule itself clearly separates the two bid items:
    there is one space for the bidder's price for the general
    construction work, and a separate space for the price
    for the asbestos abatement work. Finally amendment
    No. 2 that one prime contract would be awarded, to
    include both the item I and item II work requirements,
    simply does not provide any reasonable basis for a
    bidder to conclude that its item II price should be
    included in its item I price.
    (Comptroller General Op. at 4). After noting that bidders
    who perceived an ambiguity should have requested a
    clarification from the VA before submitting their bids, the
    Comptroller General concluded that the VA lacked a
    5
    compelling reason for cancelling the first solicitation, and
    the Comptroller General recommended that Poerio be
    granted the contract pursuant to the first solicitation. (Id.
    at 5). After receiving the Comptroller General's opinion, the
    VA informed the bidders that it was reactivating thefirst
    round of bidding, and it then awarded the contract to
    Poerio.
    Glancy brought this action in the District Court. Glancy
    asked the Court to declare that the VA's decision was
    arbitrary and capricious and that Glancy was the low
    bidder and was entitled to the contract. Glancy also
    requested, among other things, injunctive relief ordering the
    VA not to award the contract to any other parties. At
    Glancy's request, the District Court issued a temporary
    restraining order on February 24, 1999. (J.A. 3). The
    District Court scheduled a hearing on whether a
    preliminary injunction should issue, and this hearing was
    held before a Magistrate Judge on March 3, 1999. On
    March 5, 1999, the Magistrate Judge issued her Report and
    Recommendation, concluding that Glancy had not shown
    that it was likely to succeed on the merits of its challenge
    to the VA's decision or that it would suffer irreparable
    injury in the absence of preliminary injunctive relief. The
    Magistrate Judge, accordingly, recommended that the
    request for a preliminary injunction be denied. The District
    Court adopted the Magistrate Judge's recommendations,
    found that granting a preliminary injunction would not be
    in the public interest because of the delays that such relief
    would cause in needed renovations to the hospital, and
    denied the motion for a preliminary injunction. This
    expedited appeal followed.
    II.
    The District Court's denial of a preliminary injunction is
    reviewed for abuse of discretion. Cleary v. Waldman, 
    167 F.3d 801
    , 804 (3d Cir. 1999). The District Court did not
    abuse its discretion, and we therefore affirm.
    Under 28 U.S.C. S 1491(b)(4) (1994),1 the VA's decision is
    _________________________________________________________________
    1. The jurisdiction of the District Court rested exclusively on 28 U.S.C.
    S 1491(b). Although Glancy's complaint involved 28 U.S.C. S 1346(a)(2),
    Glancy subsequently disavowed any reliance on that provision.
    6
    subject to review under the standards set forth in the
    Administrative Procedures Act, 5 U.S.C. S 706 (1994), and
    thus Glancy could not prevail in this case without showing
    that the VA's decision was "arbitrary, capricious, an abuse
    of discretion, or otherwise not in accordance with law." 5
    U.S.C. S 706 (1994). Applying this standard in prior
    procurement cases, we have observed that "[j]udicial
    intervention in procurement disputes necessarily results in
    delay and the expenditure of funds on behalf of all parties,
    usually without measurable benefit to the public," Sea-Land
    Serv., Inc. v. Brown, 
    600 F.2d 429
    , 434 (3d Cir. 1979), and
    we have held that discretion to award injunctive relief in
    such cases "is restricted to circumstances where the
    governmental agency's action is illegal or irrational." Coco
    Bros. v. Pierce, 
    741 F.2d 675
    , 679 (3d Cir. 1984); see also
    
    Sea-Land, 600 F.2d at 434
    (only where agency action has
    "no rational basis" or upon a showing of "clear illegality"
    may federal court enjoin government procurement
    decision).
    Further, while irrationality or illegality is a necessary
    condition to the issuance of an injunction in the
    government procurement context, "[e]ven when that
    showing has been made, prudent judicial discretion may
    still refuse declaratory or injunctive relief because of
    overriding public interests." 
    Sea-Land, 600 F.2d at 434
    ; see
    also 
    Coco, 741 F.2d at 680
    ; Princeton Combustion Research
    Lab., Inc. v. McCarthy, 
    674 F.2d 1016
    , 1021-22 (3d Cir.
    1982); Allis-Chalmers Corp. v. Friedkin, 
    635 F.2d 248
    , 253
    (3d Cir. 1980). Thus, in determining whether injunctive
    relief is proper, a court must also weigh "the practical
    considerations of efficient government operation; the public
    interest in avoiding excessive costs; and the bidders'
    entitlement to fair treatment through agency adherence to
    statutes and regulations." 
    Sea-Land, 600 F.2d at 434
    .
    Finally, where as here the Comptroller General has made
    a recommendation that the procuring officer follows, that
    recommendation must be taken into account in reviewing
    the Executive's decision. In the Competition in Contracting
    Act ("CICA"), 31 U.S.C. SS 3551-56 (1994), Congress
    strengthened the Comptroller General's role in the
    government procurement process. Honeywell, Inc. v. United
    7
    States, 
    870 F.2d 644
    , 648 (Fed. Cir. 1989). We have noted
    that while the CICA does not "compel procuring agencies to
    obey the recommendation of the Comptroller General,"2 its
    effect "is to compel procurement officials to make purchase
    decisions in light of what the Comptroller General
    recommends the government do in that case." Ameron v.
    United States Army Corps of Eng'rs, 
    809 F.2d 979
    , 986 (3d
    Cir. 1986); see 
    Honeywell, 870 F.2d at 648
    (in light of
    CICA, "a procurement agency's decision to follow the
    Comptroller General's recommendation, even though that
    recommendation differed from the contracting officer's
    initial decision, [is] proper unless the Comptroller General's
    decision itself was irrational").
    Applying these standards,3 we can discern no abuse of
    discretion in the District Court's determination that Glancy
    is unlikely to succeed on the merits. The GAO first noted
    that, under applicable law, only a compelling reason will
    justify reopening a closed bidding process. (Comptroller
    General's Op. at 3). The reason for this is to discourage
    "auction type" bidding at which a disappointed bidder,
    armed with knowledge of the prior bids, artificially lowers
    its bid in order to win the contract. Chemung County v.
    Dole, 
    781 F.2d 963
    , 972 (2d Cir. 1986). While an ambiguity
    in a bid solicitation can be a sufficiently compelling reason
    to reopen the bidding process, the Comptroller General
    concluded in this case that the IFB was not "susceptible to
    _________________________________________________________________
    2. In Ameron v. United States Army Corps of Eng'rs, 
    809 F.2d 979
    (3d
    Cir. 1986), the government argued unsuccessfully that the CICA is
    unconstitutional insofar as it authorizes the Comptroller General to
    shorten or lengthen the stay of the execution of a contract that
    automatically occurs when a bid protest is filed with the Comptroller
    General. However, the government did not challenge the Comptroller
    General's authority to investigate procurement decisions or to make
    recommendations on the basis of his investigation. 
    See 809 F.2d at 988
    .
    3. Glancy's attempt to distinguish Sea-Land , Princeton Combustion and
    Coco is unavailing. Glancy argues that these cases do not apply because
    they did not involve sealed bids (as here) or did not involve a situation
    where the procuring agency reversed itself on the basis of the GAO's
    recommendation. These are distinctions without significance in this
    context. In any event, Glancy does not even attempt to distinguish
    Honeywell, a case squarely on point, and that clearly supports the
    deferential standard of judicial review the District Court employed.
    8
    more than one reasonable interpretation when read in the
    context of the solicitation as a whole." (Comptroller General
    Op. at 3) (emphasis added). This decision is rational for the
    reasons identified by the Comptroller General-- the IFB
    contained two separate items upon which bidders were to
    submit bids, separate lines were provided for the bids on
    these items, and the clarifying amendment's admonition
    that one prime contract would be awarded was not a
    reasonable basis upon which to base a conclusion that Item
    II was a break-out of Item I. Mindful that courts are not to
    substitute their judgment for that of the Executive, we
    agree with the District Court's assessment of the merits
    and with its conclusion that preliminary injunctive relief
    was inappropriate.
    The District Court's alternate basis for denying relief --
    that the delays associated with bringing in a new general
    contractor if preliminary injunctive relief were granted
    would not be in the public interest because it would further
    delay the renovation of a vital liver transplant center -- is
    based on factual findings amply supported by the record.
    (Supp. Findings of Fact P 2 et seq.). We agree with the
    District Court that the equities here do not lie with Glancy,
    especially in light of the fact that even under its
    understanding of the first solicitation, Glancy was not the
    low bidder. (See Gov't Br. at 40-41 ("Glancy's claimed
    interest in fair procurement procedures rings hollow.
    Glancy was not the low bidder in the initial round of
    bidding even under its own reading of the original
    solicitation.").)
    III.
    Accordingly, we affirm the District Court's March 10,
    1999, Order denying Glancy's motion for preliminary
    injunctive relief.
    A True Copy:
    Teste:
    Clerk of the United States Court of Appeals
    for the Third Circuit
    9