Munilla Construction Management, LLC v. United States ( 2016 )


Menu:
  •               In the United States Court of Federal Claims
    BID PROTEST
    No. 16-1684C
    (Filed Under Seal: December 23, 2016 | Reissued: January 10, 2017)*
    )
    MUNILLA CONSTRUCTION                         )
    MANAGEMENT, LLC,                             )
    )     Keywords: Temporary Restraining Order;
    Plaintiff,               )     Likelihood of Success; Irreparable Harm;
    )     Bid Protest; 
    28 U.S.C. § 1491
    (b).
    v.                                      )
    )
    THE UNITED STATES OF AMERICA,                )
    )
    Defendant,               )
    )
    and                                     )
    )
    SEAWARD SERVICES, INC.,                      )
    )
    Defendant-Intervenor.    )
    )
    Stephen Gregory Joy, Smith, Currie & Hancock LLP, Atlanta, GA, for Plaintiff. Karl Frederick
    Dix, Smith, Currie & Hancock LLP, Atlanta, Georgia, and Alan I. Saltman, Smith, Currie &
    Hancock LLP, Washington, DC, Of Counsel.
    Amanda L. Tantum, Trial Attorney, Commercial Litigation Branch, Civil Division, U.S.
    Department of Justice, Washington, DC, for Defendant, with whom were Douglas K. Mickle,
    Assistant Director, Robert E. Kirschman, Jr., Director, and Benjamin C. Mizer, Principal Deputy
    Assistant Attorney General. Joe D. Baker, Navy Supply Systems Command, Fleet Logistics
    Center Jacksonville, Department of the Navy, Of Counsel.
    *
    This Opinion was originally issued under seal on December 23, 2016, and the parties were
    given the opportunity to request redactions. The parties disagree about the extent of redactions
    appropriate for this public decision, but the Court agrees with Plaintiff that its prices are
    proprietary, competition-sensitive information and should not be disclosed. However, the Court
    will not redact the names of non-party offerors. This Opinion is now reissued with redactions
    indicated by brackets. Additionally, the Court has corrected four typographical errors in citations
    on pages two, four, six, and seven.
    Shlomo D. Katz, Brown Rudnick LLP, Washington DC, for Defendant-Intervenor. Daniel B.
    Abrahams, Brown Rudnick LLP, Washington, DC, and Tammy Hopkins, Brown Rudnick LLP,
    Washington, DC, Of Counsel.
    OPINION AND ORDER
    KAPLAN, Judge.
    Plaintiff Munilla Construction Management, LLC (Munilla) filed this post-award bid
    protest on December 22, 2016. ECF No. 1. On the same day, Munilla also filed a motion for a
    temporary restraining order and preliminary injunction. ECF No. 5. On December 23, 2016, the
    Court heard oral argument on the motion. For the reasons discussed below, Munilla’s motion for
    a temporary restraining order is hereby DENIED.
    BACKGROUND1
    Munilla is a construction company that has been in operation for more than thirty-two
    years. Pl.’s Mem. of Law in Supp. of Its Mot. for TRO, Prelim. Inj., and Permanent Inj. (Pl.’s
    Mem.) at 3, ECF No. 5. Munilla alleges that it (and its predecessor company) have provided
    “port operations services at Guantanamo Bay Naval Station under contract with the Department
    of the Navy since 1999.” Compl. ¶ 4.
    In June 2016, the Navy issued Request for Proposal number N68836-16-R-0003 (the
    RFP), a re-solicitation of the port services then being provided by Munilla. See 
    id. ¶¶ 6, 9
    .
    Munilla submitted a proposal in response. 
    Id. ¶ 11
    .
    The solicitation was for a firm fixed-price contract and contracting authority was based
    upon FAR Part 12 and FAR Part 15. Def.’s Notice of Filing Solicitation, Approved Business
    Clearance, and Decl. of Harm (Def.’s Notice) Ex. A at 158, ECF No. 22-1. The RFP provided for
    award of the contract to the lowest-priced technically acceptable offeror. Pl.’s Mem. at 5; see
    also Def.’s Notice Ex. A at 169 (“Government intends to award a contract . . . to the responsible
    Offeror whose proposal conforming to the solicitation will be most advantageous to the
    Government . . . and will be the Lowest Price Technically Acceptable (LPTA) Offer”). The RFP
    stated as follows regarding the evaluation of price:
    2. Reasonableness: Price is fully justified and supported and is
    considered fair under current market conditions as well as
    reasonable to both the Offeror and the Government. Reasonableness
    may also be determined by comparing the proposed pricing with
    Government estimates and/or other offers received. Unbalanced
    pricing exists when, despite an acceptable total evaluated price, the
    price of one or more contract line items is significantly over or
    understated as indicated by the application of cost or price analysis
    1
    The facts in this section are based on the allegations in Munilla’s complaint as well as the
    materials submitted by both Munilla and the government in connection with Munilla’s motion.
    2
    techniques. An offer may be rejected if the Contracting Officer
    determines that the lack of balance proposes an unacceptable risk to
    the Government. In accordance with FAR 15.404-1(g)(2) a price
    analysis will be conducted on the individual CLINs to determine
    whether unbalanced pricing occurred.
    Def.’s Notice Ex. A at 171–72.
    The Navy ultimately awarded the contract to Seaward Services, Inc. (Seaward) on
    October 27, 2016. Pl.’s Mem. at 6; see also Compl. ¶ 12. Munilla requested a debriefing and on
    November 1, 2016, the Navy informed Munilla that although Munilla’s proposal was technically
    acceptable, it was not the lowest-priced; rather, Seaward had the lowest-priced technically
    acceptable proposal. See Pl.’s Mem. at 6.
    According to Munilla (and as reflected in the source selection documents), its base year
    price was [***], while Seaward’s base year price was $3,539,749. 
    Id.
     Munilla’s total price,
    including option years, was [***], while Seaward’s was $20,475,969. 
    Id.
     at 6–7.
    Notwithstanding only a difference of [***] (or approximately [***]%) in overall contract price
    between Munilla and Seaward, Munilla alleges that there are substantial differences between
    Munilla’s and Seaward’s contract line item prices. See 
    id.
     It highlights a number of line items
    from both proposals which, according to Munilla, reflect differences between it and Seaward of
    tens and hundreds of thousands of dollars on different line items. 
    Id.
     at 7–8.
    Munilla further alleges that some of Seaward’s line item pricing is “so low that it is
    below cost” and also would not cover the cost of performance for its subcontractors. See 
    id.
     at 8–
    9. In contrast, Munilla states that other line items in Seward’s proposal are “substantially
    overstated.” 
    Id. at 9
    .
    Munilla alleged in its complaint and in its Memorandum in support of its TRO Motion
    that its proposal was the third lowest-priced, and that a second offeror’s proposal (that of
    SoBran, Inc.) was priced lower than Munilla’s, but higher than Seaward’s. See 
    id. at 10-11
    . It
    claimed that “SoBran’s pricing was only [***] higher than Seaward’s” and that the Navy thus
    also failed to assess whether SoBran’s pricing was “reasonable” and “fully justified and
    supported and . . . considered fair under current market conditions.” 
    Id.
     Documentation provided
    by the government in response to Munilla’s motion, however, indicates that SoBran’s proposal
    was found technically unacceptable. Def.’s Opp’n to Pl.’s Mot. for a TRO (Def.’s Opp’n) App.
    at Appx248. It further shows that there was another technically-acceptable offeror whose overall
    proposal was less expensive than Munilla’s: Crowley Government Services, Inc. (Crowley); its
    proposal price (with government adjustments) was [***] (which is approximately [***] lower
    than Munilla’s, reflecting a price difference of a little less than [***]%). 
    Id.
     at Appx248–49.
    After the contract award to Seaward, Munilla filed a protest at the Government
    Accountability Office (GAO) on November 3, 2016, alleging that Seaward’s proposal was
    “significantly understated and unbalanced” and “unreasonable,” and that the government failed
    to perform a “proper price analysis.” Pl.’s Mem. at 11–12. On December 14, 2016, the GAO
    dismissed Munilla’s protest on the ground that “the Navy was not required to perform a price
    3
    analysis to determine if the proposed prices were too low.” 
    Id. at 12
    . Munilla then filed its bid
    protest action in this Court. ECF No. 1.
    In its complaint, Munilla alleges that both Seaward’s and SoBran’s prices were
    “unreasonable to the Offeror and/or the Government” and that they were “significantly
    understated and unbalanced.” Compl. ¶ 28. It argues that the Navy failed to engage in the proper
    price analysis to determine price reasonableness as required by the RFP and the FAR. See 
    id. ¶ 40
    . Specifically, Munilla argues, the Navy failed to comply with the RFP’s requirement, “in
    accordance with FAR 15.404-1(g)(2)” to conduct a price analysis on the individual CLINs “to
    determine whether unbalanced pricing occurred.” Further, according Munilla, the Navy failed to
    conduct a proper analysis to determine whether Seaward’s price was “reasonable” and “fully
    justified and supported and . . . fair under current market conditions.” See Pl.’s Mem. at 10. It
    thus requests that the Court issue a temporary restraining order restraining the government from:
    [E]xecuting a contract pursuant to the RFP with any proposer other
    than [Munilla], from issuing a notice to proceed to Seaward, . . .
    from taking any action toward implementing the contract award to
    any proposer other than [Munilla], from directing any contractor
    other than [Munilla] to perform work on the Project, [and] from
    permitting any bidder other than [Munilla] to perform work on the
    Project.”
    
    Id. at 17
    . It also requests a preliminary and permanent injunction providing similar relief. See 
    id.
    at 17–18.
    The Navy has extended Munilla’s contract through January 31, 2017. Compl. ¶ 35; see
    also Def.’s Notice Ex. C ¶¶ 2, 4, ECF No. 22-3. The Navy indicates that one option period
    remains on Munilla’s contract for the period February 1 through February 28, 2017. Def.’s
    Notice Ex. C ¶ 2. The parties indicated at oral argument that the Navy and Seaward are moving
    forward with contract transition, which resumed on December 15, 2016.
    DISCUSSION
    A temporary restraining order is an “extraordinary and drastic remedy, one that should
    not be granted unless the movant, by a clear showing, carries the burden of persuasion.” Jones
    Automation, Inc. v. United States, 
    92 Fed. Cl. 368
    , 370 (2010) (quoting Mazurek v. Armstrong,
    
    520 U.S. 968
    , 972 (1997)). The standards for determining whether to grant a temporary
    restraining order are the same as those that apply to a motion for a preliminary injunction. They
    require the moving party to demonstrate that: (1) it is likely to succeed on the merits; (2) it will
    be irreparably harmed without injunctive relief; (3) the balance of hardships tips in its favor and
    (4) the public interest favors the grant of injunctive relief. Am. Signature, Inc. v. United States,
    
    598 F.3d 816
    , 823 (Fed Cir. 2010) (citing Winter v. Nat. Res. Def. Council, Inc., 
    555 U.S. 7
    , 19
    (2008)); see also Erico Int’l Corp. v. Vutec Corp., 
    516 F.3d 1350
    , 1353–54 (Fed. Cir. 2008)
    (discussing injunctive relief in a patent context); FMC Corp. v. United States, 
    3 F.3d 424
    , 427
    (Fed. Cir. 1993). “No single factor is determinative, and ‘the weakness of the showing regarding
    one factor may be overborne by the strength of the others.’” Contracting Consulting Eng’g LLC
    v. United States, 
    103 Fed. Cl. 706
    , 709 (2012) (quoting FMC Corp., 
    3 F.3d at 427
    ). At the same
    4
    time, “the absence of an adequate showing with regard to any one factor may be sufficient, given
    the weight or lack of it assigned the other factors, to justify . . . denial” of a preliminary
    injunction or temporary restraining order. See Chrysler Motors Corp. v. Auto Body Panels of
    Ohio, Inc., 
    908 F.2d 951
    , 953 (Fed. Cir. 1990). In this case, Munilla has failed persuade the
    Court that the balance of the equities favors the extraordinary remedy of a TRO.
    First, Munilla has not established a likelihood of success on the merits. Even assuming
    that its legal challenge to the award to Seaward were likely to succeed (an issue upon which the
    Court expresses no opinion at this point), it is not clear that Munilla possesses standing to bring
    such a challenge. To possess standing to bring a bid protest, a plaintiff must be an interested
    party within the meaning of 
    28 U.S.C. § 1491
    (b)(1), i.e., an actual or prospective bidder (or
    offeror) who possesses a direct economic interest in the matter. Sys. Application & Techs., Inc.
    v. United States, 
    691 F.3d 1374
    , 1382 (Fed. Cir. 2012) (citing Weeks Marine, Inc. v. United
    States, 
    575 F.3d 1352
    , 1359 (Fed. Cir. 2009)); see also Orion Tech., Inc. v. United States, 
    704 F.3d 1344
    , 1348 (Fed. Cir. 2013). In post-award protests, a plaintiff is an interested party, and
    thus has standing, where it would have had a “substantial chance” of winning the award “but for
    the alleged error in the procurement process.” Info. Tech. & Applications Corp. v. United States,
    
    316 F.3d 1312
    , 1319 (Fed. Cir. 2003); see also Weeks Marine, Inc., 575 F.3d at 1359; Rex Serv.
    Corp. v. United States, 
    448 F.3d 1305
    , 1308 (Fed. Cir. 2006).
    Here, Munilla has not established that it would have had a substantial chance of winning
    the award but for the errors it alleges because—even if the award to Seaward were set aside—the
    next lowest-priced technically acceptable offer after Seaward’s was made by another offeror,
    Crowley. Def.’s Opp’n App. at Appx248–49; see also SOS Int’l LLC v. United States, 
    127 Fed. Cl. 576
    , 587–88 (2016) (finding that plaintiff lacked standing because, inter alia, the record
    indicated it would not have been next in line for the award if its allegations of error were
    correct). Crowley’s offer was priced [***] lower than Munilla’s, and [***] higher than
    Seaward’s. See Def.’s Opp’n App. at Appx248–49. Particularly given the fact that Crowley’s
    total price is so close to Munilla’s the Court has no basis at this time for concluding, as counsel
    suggested at oral argument, that an award to Crowley would be subject to the same legal defects
    as are alleged with respect to the award to Seaward. Therefore Munilla has not shown a
    likelihood of success on the merits and the first factor weighs against the granting of a temporary
    restraining order.
    Further, the second factor, whether the plaintiff will suffer irreparable harm absent
    injunctive relief, also counsels against the issuance of a temporary restraining order. “To
    demonstrate an irreparable injury, a plaintiff must show that without a preliminary injunction or
    TRO it will suffer irreparable harm before a decision can be rendered on the merits.” OAO Corp.
    v. United States, 
    49 Fed. Cl. 478
    , 480 (2001). Given the expedited briefing schedule the Court is
    establishing (which will result in a final decision by January 31, 2017), this means that—to
    justify a TRO—Munilla must show that it will suffer irreparable harm in the next month if the
    transition activities that began last week continue.
    In that regard, Munilla alleges that it will suffer such injury because Seaward “may begin
    to hire MCM employees and MCM may not be able to replace or rehire those personnel given
    restrictions on personnel who can travel to and work at the Guantanamo Bay Naval Station.”
    Pl.’s Mem. at 25. “[A] turnover of MCM's employees,” Munilla further forecasts, “could lead to
    5
    the loss of personnel with expertise in work at the Guantanamo Bay [N]aval Station,” thereby
    “disrupt[ing] MCM's ability to continue to provide services at the base.” 
    Id.
     In addition,
    according to Munilla, “if an injunction is not issued and another contractor begins work but
    MCM is ultimately successful in its protest, there could be a second turnover which would result
    in significant extra costs.” 
    Id.
     Finally, Munilla expresses concern that its chances for securing
    relief other than bid preparation costs would be adversely affected if the transition to Seaward
    were permitted to move forward at this time. See 
    id. at 24
    .
    The Court finds these allegations insufficient to establish irreparable harm. First, the loss
    of personnel by an incumbent contractor during a transition period generally does not constitute
    irreparable injury. See, e.g., IBM Corp. v. United States, 
    118 Fed. Cl. 677
    , 684–85 (2014) (“the
    mere fact that an incumbent's employees begin to move over to work for the awardee does not,
    without more, constitute irreparable harm”); Eskridge Research Corp. v. United States, 
    92 Fed. Cl. 88
    , 99 (2010) (stating that “the decision of [incumbent-protester's] employe[e]s to work for
    [awardee] is not the kind of injury that constitutes irreparable harm”); Comput. Scis. Corp. v.
    United States, 
    51 Fed. Cl. 297
    , 323 n.91 (2002) (“[A] potential loss of employees is not an
    irreparable harm.”); PGBA, LLC v. United States, 
    60 Fed. Cl. 196
    , 221 (2004) (loss of
    employees is “significant,” but not an irreparable injury, because the court would then be
    required “to consider any incumbent contractor's loss of a successor contract to be irreparable
    harm”), aff’d, 
    389 F.3d 1219
     (Fed. Cir. 2004).
    Further, and in any event, Munilla’s claims that it is likely to lose personnel over the next
    month if a temporary restraining order is not granted appear to be supported by little more than
    conjecture. See Pl.’s Mem. Ex. 1 ¶ 23 (observing that if another contractor is permitted to
    mobilize “that contractor may begin to hire MCM employees and MCM may not be able to
    replace or rehire those personnel given restrictions on personnel who can travel to and work at
    the Guantanamo Bay Naval Station”). Indeed, it seems likely that even if the employees who are
    currently performing the work at Guantanamo Bay Naval Station for Munilla accept job offers
    from Seaward for work to begin on February 1, they would choose to remain as Munilla’s
    employees if the Court enjoined the award of the contract to Seaward at the end of January.
    The Court finds similarly unpersuasive Munilla’s other allegation of irreparable injury,
    which is based on an argument that allowing a transition to begin now would impair its chances
    of securing any relief other than bid protest costs even if it ultimately prevails in this litigation. A
    “contention that without a preliminary injunction, [the awardee] will become so entrenched that
    [the protester] will have lost its opportunity to compete does not demonstrate irreparable harm.”
    Eskridge Research Corp., 92 Fed. Cl. at 99; see also Sierra Military Health Servs., Inc. v. United
    States, 
    58 Fed. Cl. 573
    , 582 (2003) (noting that other courts have rejected the claim that the
    contract awardee would become so entrenched during transition that the protester would be
    irreparably harmed without an injunction).
    Finally, given the lack of irreparable harm to Munilla, the balance of the hardships
    weighs against a TRO. The transition process has already begun. Halting it now with the
    possibility of having to resume it in February would be, if nothing else, disruptive to the
    6
    government and to Seaward.2 Nor does the public interest support the issuance of a temporary
    restraining order. To be sure, the public has an interest “in honest, open, and fair competition in
    the procurement process.” GEO Grp., Inc. v. United States, 
    100 Fed. Cl. 223
    , 230 (2011)
    (quoting Software Testing Sols., Inc. v. United States, 
    58 Fed. Cl. 533
    , 538 (2003)). Nonetheless,
    “[i]t is equally clear . . . that a procuring agency should be able to conduct procurements without
    excessive judicial infringement upon the agency’s discretion.” 
    Id.
     (quoting Aero Corp. S.A. v.
    United States, 
    38 Fed. Cl. 237
    , 242 (1997)). In this case, given that Munilla has failed, at least at
    this early stage, to demonstrate a likelihood of success on the merits, the Court concludes that the
    latter interest should prevail.
    CONCLUSION
    For the reasons set forth above, Munilla’s motion for a temporary restraining order is
    DENIED.
    IT IS SO ORDERED.
    s/ Elaine D. Kaplan
    ELAINE D. KAPLAN
    Judge
    2
    At oral argument on the motion, Munilla disputed the government’s contentions that the
    government would incur additional costs if the transition were suspended. In fact, Munilla
    argued that the government would save money if it continued to perform on its existing contract
    through the end of February. Given the expedited nature of the proceedings, the Court has not
    considered the government’s allegations of additional costs (or Munilla’s response) in
    determining the balance of the hardships.
    7