Contents    Prev    Next    Last



            Title R.A. Glancy & Sons, Inc. v. United States

 

            Date 1999

            By Alito

            Subject Misc

                

 Contents

 

 

Page 1





LEXSEE 180 F3D 553


R.A. GLANCY & SONS, INC., Appellant, v. UNITED STATES OF AMERICA, DEPARTMENT OF VETERANS AFFAIRS v. POERIO, INC., Intervenor-Appellee


No. 99-3188


UNITED STATES COURT OF APPEALS FOR THE THIRD CIRCUIT



180 F.3d 553; 1999 U.S. App. LEXIS 13871


May 27, 1999, Argued

June 24, 1999, Filed


PRIOR   HISTORY:             **1        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.


DISPOSITION: Affirmed.


LexisNexis(R) Headnotes



COUNSEL:   MEYER,   UNKOVIC   &   SCOTT,   LLP, JAMES R. MALL (ARGUED), Pittsburgh, PA, Counsel for Appellant, R.A. Glancy & Sons, Inc.


DEPARTMENT    OF           JUSTICE,                DOUGLAS HALLIARD-DREIMEIER   (ARGUED),   ANTHONY J.   STEINMEYER,   Washington,   D.C.,   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,   Pittsburgh,             PA,   Counsel   for Appellee-Intervenor, Poerio, Inc.


JUDGES: Before:  GREENBERG and ALITO, Circuit

Judges, and DOWD, Senior District Judge. *


* The Honorable David D. Dowd, Jr., United States District Judge for the Northern District of Ohio, sit- ting by designation.


OPINIONBY: ALITO


OPINION:


*554   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 de- nial of a request for preliminary injunctive relief. That re- quest sought an order enjoining the successful bidder from working on the project **2   and reinstating Glancy's pu- tatively 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.


I.


On June 1, 1998, the Department of Veterans Affairs

("VA") issued an invitation for bids ("IFB") to renovate the VA   *555    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 as- bestos abatement requirements. (J.A. 193-94). The IFB's performance  requirements,  set  forth  in  §  01010  of  the IFB, elaborated on the work to be performed:


ITEM   I.   GENERAL   CONSTRUCTION: Work includes general new construction, al- terations, walks, grading, paving, drainage, mechanical  and  electrical  work,  elevators, necessary removal of existing structures and construction and certain other items.


180 F.3d 553, *555; 1999 U.S. App. LEXIS 13871, **2

Page 2





ITEM II. ASBESTOS ABATEMENT: Work includes abatement of asbestos in **3   the area  of  the  work  as  well  as  in  other  se- lected  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  con- tained no explicit indication that Item II was a subset of Item I. (J.A. 188).


On July 1, 1998, the VA issued a clarifying amend- ment 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.


(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 **4   the VA that they had under- stood 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 understand- ing of the IFB, however, Glancy was the second lowest bidder after Massaro.


Pursuant to Massaro and Glancy's protest, the VA ex- amined 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,  each  filed  a  protest  with  the  Comptroller  General under the Competition in Contracting Act, 31 U.S.C. §§



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.   **5    (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   *556  language in Amendment No. 2 created an ambiguity that can be interpreted in two ways. It can be interpreted to re- quire, as Poerio did, that bids be presented separately for general construction (Bid Item I) and for asbestos abate- ment (Bid Item II) or it can be interpreted to 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 am- biguous. The Comptroller General stated:



First,   the  cover  page  of  the  solicitation

(Standard **6    Form 1442) identifies two separate bid items for the acquisition, "gen- eral construction" and "asbestos abatement." Each  of  the  two  bid  items  is  identified  on that page as a free-standing item for acqui- sition  by  the  agency  --  specifically,  there is no indication that one of the two identi- fied bid items is encompassed by the other. Second, the IFB's performance requirements

. . . expressly define "general construction" and "asbestos abatement" as distinct,  sepa- rable work efforts; again, each bid item de- scription follows the separate title and item number associated with each of the two sepa- rate work categories. The stated item I (gen- eral  construction)  simply  does  not  encom- pass  the  separately  stated  item  II  special- ized  work  requirements  in  the  area  of  as- bestos abatement. Third, the bid schedule it- self clearly separates the two bid items: there is one space for the bidder's price for the gen- eral construction work, and a separate space for the price for the asbestos abatement work. Finally amendment No. 2 that one prime con- tract would be awarded, to include both the


180 F.3d 553, *556; 1999 U.S. App. LEXIS 13871, **6

Page 3



item I and item II work requirements, simply does not provide any reasonable basis for a bidder to conclude that its item II **7   price should be included in its item I price.


(Comptroller General Op. at 4). After noting that bid- ders 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 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 the first 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  deci- sion 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 tempo- rary restraining order on February 24, 1999. (J.A. 3). The District Court scheduled a hearing on whether a prelim- inary injunction should issue, and this hearing was held before a Magistrate **8   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 ir- reparable 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 recom- mendations, found that granting a preliminary injunction would  not  be  in  the  public  interest  because  of  the  de- lays that such relief would cause in needed renovations to

*557   the hospital, and denied the motion for a prelimi- nary 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.  §  1491(b)(4)  (1994),  n1  the  VA's decision is subject to review under the standards set forth in  the  Administrative  Procedures  Act,  5  U.S.C.  §  706

(1994),  and  thus  Glancy  could  not  prevail  in  this  case without **9   showing that the VA's decision was "arbi- trary, capricious, an abuse of discretion, or otherwise not in accordance with law." 5 U.S.C. § 706 (1994). Applying



this  standard  in  prior  procurement  cases,  we  have  ob- served that "judicial intervention in procurement disputes necessarily results in delay and the expenditure of funds on behalf of all parties, usually without measurable bene- fit 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).


n1   The   jurisdiction   of   the   District   Court rested   exclusively   on   28   U.S.C.   §   1491(b). Although  Glancy's  complaint  involved  28  U.S.C.

§ 1346(a)(2), Glancy subsequently disavowed any reliance on that provision.


**10


Further, while irrationality or illegality is a necessary condition  to  the  issuance  of  an  injunction  in  the  gov- ernment procurement context, "even when that showing has been made, prudent judicial discretion may still refuse declaratory or injunctive relief because of overriding pub- lic 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  con- siderations of efficient government operation; the public interest in avoiding excessive costs; and the bidders' en- titlement 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  fol- lows, that recommendation must be taken into account in reviewing the Executive's decision. In the Competition in Contracting Act ("CICA"), 31 U.S.C. §§ 3551-56 (1994), Congress strengthened the Comptroller General's role in the government **11  procurement process. Honeywell, Inc. v. United 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,"  n2  its  effect  "is  to  compel  pro- curement  officials  to  make  purchase  decisions  in  light of what the Comptroller General recommends the gov- ernment 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 procure- ment agency's decision to follow the Comptroller   *558


180 F.3d 553, *558; 1999 U.S. App. LEXIS 13871, **11

Page 4



General's recommendation, even though that recommen- dation differed from the contracting officer's initial deci- sion, is  proper unless the Comptroller General's decision itself was irrational").


n2 In Ameron v. United States Army Corps of Eng'rs,  809 F.2d 979 (3d Cir. 1986), the govern- ment argued unsuccessfully that the CICA is uncon- stitutional insofar as it authorizes the Comptroller General to shorten or lengthen the stay of the execu- tion 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 pro- curement  decisions  or  to  make  recommendations on the basis of his investigation. See 809 F.2d at

988.


**12


Applying these standards, n3 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  disap- pointed 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 more than one rea- sonable  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 rea- sons  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 **13   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.


n3  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 re- versed itself on the basis of the GAO's recommen- dation. 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 em- ployed.



The  District  Court's  alternate  basis  for  denying  re- lief --  that the delays associated with bringing in a new general   **14    contractor  if  preliminary  injunctive  re- lief were granted would not be in the public interest be- cause 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 proce- dures 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 in- junctive relief.



Contents    Prev    Next    Last


Seaside Software Inc. DBA askSam Systems, P.O. Box 1428, Perry FL 32348
Telephone: 800-800-1997 / 850-584-6590   •   Email: info@askSam.com   •   Support: http://www.askSam.com/forums
© Copyright 1985-2011   •   Privacy Statement