08-006416BID The Wackenhut Corporation vs. Department Of Military Affairs
 Status: Closed
Recommended Order on Friday, May 1, 2009.


View Dockets  
Summary: The evidence did not demonstrate that Respondent`s definition of the word "current" in the RFP was unusual, since the definition was common usage. The varying evaluator time frames were not material.

1STATE OF FLORIDA

4DIVISION OF ADMINISTRATIVE HEARINGS

8THE WACKENHUT CORPORATION, )

12)

13Petitioner, )

15)

16vs. )

18)

19DEPARTMENT OF MILITARY AFFAIRS, )

24)

25Respondent, ) Case No. 08-6416BID

30)

31and )

33)

34FIRST COAST SECURITY SERVICES, )

39INC., )

41)

42Intervenor. )

44)

45RECOMMENDED ORDER

47Pursuant to written notice, the above matter was heard

56before the Division of Administrative Hearings by Administrative

64Law Judge, Diane Cleavinger, on January 30, 2009, in

73St. Augustine, Florida.

76APPEARANCES

77For Petitioner: Bradley R. Johnson, Esquire

83(Wackenhut) Taylor, Day, Currie, Boyd & Johnson

90Bank of America Tower

9450 North Laura Street, Suite 3500

100Jacksonville, Florida 32202

103For Respondent: Thomas Barnhart, Esquire

108(DMS) Office of the Attorney General

114The Capitol, Plaza Level 01

119Tallahassee, Florida 32399-1050

122and

123Elizabeth C. Masters, Lieutenant Colonel

128Florida National Guard

131Post Office Box 1008

135St. Augustine, Florida 32085-1008

139For Intervenor: Andrew K. Kantor, Esquire

145(First Coast) 800 West Monroe Street

151Jacksonville, Florida 32202

154and

155Matthew T. Jackson, Esquire

159800 West Monroe Street

163Jacksonville, Florida 32202

166STATEMENT OF THE ISSUE

170The issue in this proceeding is whether the Respondent’s

179award of a security guard services contract to Intervenor is

189clearly erroneous, contrary to competition, arbitrary, or

196capricious.

197PRELIMINARY STATEMENT

199On October 8, 2008, the Department of Military Affairs (DMA

209or Respondent) issued Request for Proposals No. DMA-RFP-112 to

218provide security guard services for National Guard locations

226around Florida. On November 21, 2008, DMA awarded Intervenor,

235First Coast Security Services, Inc. (First Coast), the contract.

244On November 26, 2008, Petitioner, Wackenhut Corporation

251(Wackenhut), filed a Notice of intent to protest DMA’s award of

262the contract to First Coast. DMA and Wackenhut could not

272resolve the protest. Therefore, on December 24, 2008, Wackenhut

281filed a petition challenging the award of the contract to First

292Coast. The case was forwarded to the Division of Administrative

302Hearings.

303On January 9, 2009, First Coast filed its petition to

313intervene in the proceeding. First Coast’s petition was

321granted. On January 30, 2009, the parties filed a Joint Pre-

332Hearing Stipulation.

334At the hearing, the parties offered Joint Exhibits one

343through ten into evidence. Wackenhut called four witnesses to

352testify. Additionally, the depositions of Joseph Bielawaski,

359Major John Gross, Rannah Lewis and Earle Ginn were offered into

370evidence.

371After the hearing, Wackenhut filed a Proposed Recommended

379Order on February 25, 2009. Likewise, Respondent and Intervenor

388filed Proposed Recommended Orders on February 27, 2009.

396FINDINGS OF FACT

3991. On October 8, 2008, Respondent, DMA, issued a Request

409for Proposals, RFP No. DMA-RFP-112, entitled “Security Guard

417Service.” The purpose of the RFP was to solicit bids for

428providing security services at five National Guard locations

436around Florida. The term of the contract was for five years.

4472. Part (a) of Section 1.2 of the RFP defines a valid

459proposal as a responsive offer where “a person or firm has

470submitted a bid/proposal and conforms in all material respects

479to the Request for Proposal.” Part (b) of section 1.2 defines a

491responsible or qualified offeror as a “person or firm with the

502capability to perform the requirements and the integrity and

511reliability to assure good faith performance.”

5173. Section 4.5 of the RFP governs “Bid Questions and

527Answers.” In particular, Section 4.5 states in part:

535Any technical questions arising from this

541RFP must be forwarded, in writing, to the

549procurement official designated in section

5541.2 or 1.4 above.

5584. Section 4.7.1 of the RFP states:

565The Vendor must prove to the satisfaction of

573the Agency that their company has actively

580and normally been engaged in business for

587the services/items being procured under this

593solicitation for at least three (3) years of

601continuous operation. (This shall be

606demonstrated through references which have

611been in place at least one (1) continuous

619year). The Bidder shall have available

625under their direct supervision, the

630necessary organization, experience,

633equipment and staff to properly fulfill all

640the conditions, requirements, and

644specifications required under this

648solicitation.

6495. Section 4.8 of the RFP specifies DMA’s reservations and

659outlines how the proposals are evaluated in terms of

668responsiveness. In particular, Section 4.8.1 reserves the right

676of DMA to accept or reject any proposal. Section 4.8.2 defines

687a responsive proposal or bid as one that offers to perform the

699services called for by the RFP and meets the requirements of the

711RFP.

7126. Section 6.2 of the RFP delineates the Evaluation

721Criteria for scoring the proposals. Section 6.2 states:

729DMA will evaluate responsive replies and

735score them on a scale of 1 to 100 using the

746following criteria (weight noted

750parenthetically). DMA anticipates awarding

754one Contract to the responsive and

760responsible [sic] criteria which will be

766used to evaluate proposals:

770Qualifications: 70% 70 Points

774Price: 30% 30 Points

778Total: 100% 100 Points

7827. In order to demonstrate that a bidder was qualified in

793providing the services required by the RFP, DMA required

802references to be provided by the prospective bidders. Section

8116.2.1 of the RFP states:

8166.2.1 Qualifications: The Vendor’s

820qualifications and experience in

824successfully serving facilities of similar

829size and scope to those required by this

837solicitation, as indicated by (Maximum 70

843points – Attachment B –references (6 points)

850will be included in this maximum point

857total):

858Experience: Age of the Company,

863qualifications of key personal, extent of

869the vendor’s activities, locations of the

875Vendor’s Florida office(s) and nearest

880Florida account, and current and past

886project references. (0-24 Points)

890Preference for vendors that have

895considerable and quantifiable experience in

900providing similar services to governmental

905entities. (0-5 Points)

908Preference for companies with a proven

914ability to effectively manage multiple

919sites. Vendors should provide relevant

924experience data and references. References

929may be the same as those provided on

937Attachment B, if so; a statement to that

945effect should be added. (0-5 Points)

9519. Section 6.4 of the RFP states:

958Reference Sheet : Vendors shall provide at

965least three current references. Note 6

971points (2 points for each reference) of the

979proposal points are applied from this

985category. During the evaluation process all

991companies will receive the maximum points

997until references are verified, at such time

1004the points may be reduced. (Attachment B.)

101110. Attachment B to the RFP provides for the listing of

1022three separate and verifiable references. The instructions for

1030filling out Attachment B state, in part, the following:

1039The Respondent must list a minimum of three

1047(3) separate and verifiable clients of the

1054Respondent, other than the DMA which have

1061been in place for at least one (1)

1069continuous year . Any information not

1075submitted on this attachment shall not be

1082considered. The clients listed shall be for

1089services similar in nature to that described

1096in this solicitation.

109911. Attachment B requires prospective bidders to list

1107contact information for the bidder’s references so that the

1116references could be verified at the appropriate time. The

1125requested information includes the name of the company or entity

1135that the contract was with, description of work, the beginning

1145dates of the contracts and, importantly, the ending dates of the

1156contracts. Attachment B does not include the use of the word

1167“current” or “active” in its description of the type of

1177references that a bidder should submit.

118312. Rannah Lewis is the Grant Specialist for the

1192Department of Military Affairs. As such, she participates and

1201manages bid solicitations for DMA. She has performed these

1210duties for four or five years.

121613. In this case, Ms. Lewis was the person responsible for

1227assembling the RFP and the person responsible for the use of the

1239word “current” in this RFP.

124414. Her use of the word “current” referred to a recent

1255contract that could be verified with respect to similarities

1264between the referenced contract and the services being solicited

1273contract and specifically did not require the contract to be

1283active. Indeed, Ms. Lewis’s purpose for including the starting

1292and ending dates for contracts listed in Attachment B of the RFP

1304was to aid her in identifying the contractor to the referent

1315when she verified the bidder’s references. In the past she had

1326sometimes encountered difficulty in verifying a bidder’s

1333references because the contractee did not remember the

1341contractor from the information Ms. Lewis had regarding the

1350referenced contract. She also wanted to obtain references that

1359demonstrated experience in providing services required in the

1367RFP that were verifiable over the course of time. Ms. Lewis

1378testified:

1379We wanted them to demonstrate it had been a

1388continuous process of at least a year so

1396that when I called the reference, if they

1404use them as a reference, they said – Well

1413I’ve had this experience – personally, I’ve

1420had this experience where I called a

1427reference, and they go, well, they just

1434started two weeks ago, so we really don’t

1442know. And that was the intent, to avoid

1450situations like that.

1453There was no evidence presented at the hearing that demonstrated

1463the RFP was inaccurate or unreasonable.

146915. Eleven bids were submitted in response to the RFP.

1479First Coast’s bid price was $17.42. Wackenhut’s bid price was

1489$19.40. The bids were the third and fourth lowest bids,

1499respectively.

150016. None of the bidders raised any questions regarding the

1510meaning of the word “current” in the RFP. Eight out of the

1522eleven bidders for the RFP listed contracts on Attachment B that

1533were not active and had ended or expired. All of Wackenhut’s

1544listed contracts were active.

154817. First Coast listed three references on Attachment B.

1557Two of the references were active and are not at issue here.

1569However, First Coast also listed the U.S Government – Department

1579of the Navy as a reference and reflected the service dates for

1591the contract as June 2001 through December 2006.

159918. The bids were evaluated by a three-person committee

1608selected by the DMA. The Evaluation committee was directed by

1618Ms. Rannah Lewis. The other members of the evaluation committee

1628were Major John Gross and Joseph Beilawaski. Major Gross and

1638Mr. Beilawski were selected because of their experience with

1647regard to force protection and security. Each evaluator

1655evaluated the bids independently of the other evaluators.

166319. Ms. Lewis awarded six points to First Coast for the

1674three references it listed in Attachment B. She also awarded

1684six points to Wackenhut for the three references it listed in

1695Attachment B. She felt that a bidder’s references were current

1705if the contract had been active within the past seven years.

1716She chose seven years because, in her experience, most

1725businesses retain records for at least seven years and could

1735therefore, find and supply relevant information on the

1743referenced contract. There was no evidence that Ms. Lewis was

1753either arbitrary or capricious in her individual evaluation of

1762the parties’ RFP proposals. Similarly, there was no evidence

1771that Ms. Lewis’ evaluation was dishonest, contrary to

1779competition, or otherwise impaired the competitive bidding

1786process.

178720. Mr. Bielawaski awarded six points to all of the

1797bidders for the references they listed on Attachment B. He

1807believed that references in the recent past met the currency

1817requirement of the RFP since the contracts referred to recent

1827customers that provided services similar to that which was

1836requested in the RFP. As with Ms. Lewis, there was no evidence

1848that Mr. Bielawaski was either arbitrary or capricious in his

1858individual evaluation of the parties’ RFP proposals. Similarly,

1866there was no evidence that Mr. Bielawaski’s evaluation was

1875dishonest, contrary to competition, or otherwise impaired the

1883competitive bidding process.

188621. Major Gross determined that First Coast’s bid

1894“complied with all material provisions” of the RFP. Major Gross

1904thought that a contract that had been in place within the last

1916three or four years would be “current,” even though that

1927contract was not presently active. He awarded five points to

1937First Coast and six points to Wackenhut based on the two

1948companies’ respective references listed in Attachment B. Major

1956Gross determined that the references provided by First Coast

1965were current and that one was not active. He, therefore,

1975deducted one point from First Coast’s score because of the

1985inactive reference. However, Major Gross also testified that he

1994was “probably in error” in deducting one point from First Coast

2005based on the provision of Section 6.4, which required the award

2016of two points for each reference that he “perceived as being

2027current and appropriate to this bid proposal.” Indeed, Major

2036Gross’ error worked against First Coast in winning the RFP since

2047the error resulted in less points being awarded to First Coast

2058and, thereby, advantaging Wackenhut. However, even with Major

2066Gross’ error, there was no evidence that Major Gross was either

2077arbitrary or capricious in his individual evaluation of the

2086parties’ RFP proposals. Likewise, there was no evidence that

2095Major Gross’ evaluation was dishonest, contrary to competition,

2103or otherwise impaired the competitive bidding process.

211022. At the conclusion of the evaluations, the evaluators

2119turned in their score sheets and notes to Ms. Lewis. The total

2131scores for the three evaluators were averaged for a final score

2142on each bidder’s proposal.

214623. First Coast received a total score of 91 points.

215624. Wackenhut received a total score of 90 points.

216525. First Coast was determined to be the bidder with the

2176highest score. Ms. Lewis then verified First Coast’s three

2185references. First Coast’s score remained unchanged since all

2193three references were verified. Based on the scores First Coast

2203was awarded the RFP by DMA.

220926. As indicated, the evidence did not demonstrate that

2218the evaluators or DMA acted dishonestly, arbitrarily or

2226capriciously. Indeed, each evaluator reviewed each proposal

2233using consistent criteria that he or she used for all the

2244proposals reviewed by that evaluator. In this case, the

2253differences in the amount of time used to define the parameters

2264of what constituted a current reference were immaterial. Both

2273parties’ references fell well within all the evaluators’ time

2282frames. Likewise, the evidence did not demonstrate that DMA’s

2291definition of the word “current” was so unusual so as to cause

2303the evaluation of the parties’ proposals to be arbitrary,

2312capricious, or otherwise contrary to competition. No bidder

2320received an advantage over another bidder based on DMA’s

2329definition of the word “current.” Given these facts, the award

2339of the RFP to First Coast was valid and should be upheld.

2351CONCLUSIONS OF LAW

235427. The Division of Administrative Hearings has

2361jurisdiction over the parties to and subject matter of this

2371proceeding. § 120.57(3), Fla. Stat. (2008).

237728. Section 120.57(3), Florida Statutes (2008), provides

2384in pertinent part:

2387(f) [i]n a competitive-procurement protest,

2392other than a rejection of all bids,

2399proposals, or replies, the administrative

2404law judge shall conduct a de novo proceeding

2412to determine whether the agency’s proposed

2418action is contrary to the agency’s governing

2425statutes, the agency’s rules or policies, or

2432the solicitation. The standard of proof for

2439such proceedings shall be whether the

2445proposed agency actions was clearly

2450erroneous, contrary to competition,

2454arbitrary, or capricious. . . .

246029. “In this context, the phrase ‘de novo hearing’ is used

2471to describe a form of intra-agency review. The judge may

2481receive evidence, as with any formal hearing under Section

2490120.57(1), but the object of the proceeding is to evaluate the

2501action taken by the agency.” State Contr. & Eng'g Corp. v. DOT ,

2513709 So. 2d 607, 609 (Fla. 1st DCA 1998).

252230. Petitioner has the burden to establish by a

2531preponderance of the evidence that the RFP award was invalid

2541because the award decision was clearly erroneous, contrary to

2550competition, arbitrary or capricious. See § 120.57(3)(f), Fla.

2558Stat. (2008). “Even if the public entity makes an erroneous

2568decision about which reasonable people may disagree, the

2576discretion of the public entity to solicit, accept and/or reject

2586contract bids should not be interfered with by the courts,

2596absent a showing of dishonesty, illegality, fraud, oppression or

2605misconduct.” Sutron Corp. v. Lake County Water Auth ., 870 So.

26162d 930, 932-933 (Fla. 5th DCA 2004) See also Scientific Games

2627v. Dittler Brothers, Inc . 586 So. 2d 1128 (Fla. 1st DCA 1991);

2640City of Cape Coral v. Water Services of America, Inc .; 567 So.

26532d 510 (Fla. 2nd DCA 1990); Capeletti Brothers v. State Dept. of

2665General Services , 432 So. 2d 1359 (Fla. 1st DCA 1983).

267531. Further, “a ‘public body has wide discretion’ in the

2685bidding process and ‘its decision, when based on an honest

2695exercise’ of that discretion, should not be overturned ‘even if

2705it may appear erroneous and even if reasonable persons may

2715disagree.’” Scientific Games, Inc. v. Dittler Bros., Inc., 586

2724So. 2d 1128, 1131 (Fla. 1st DCA 1991) citing Department of

2735Transp. v. Groves-Watkins Constructors , 530 So. 2d 912, 913

2744(Fla. 1988).

274632. A proposed award is clearly erroneous if the evidence

2756demonstrates a definite and firm conviction that a mistake has

2766been committed in the agency’s award of the contract. An agency

2777action is capricious if the action is irrational or without

2787thought or reason. Agency action is arbitrary when it is not

2798supported by facts or logic. An agency decision is contrary to

2809competition if it unreasonably interferes with the objectives of

2818the competitive bidding process. Lakeview Center, Inc. v.

2826Agency for Health Care Administration , Case # 06-3412BID, ¶44

2835(DOAH 2006) (internal citations omitted).

284033. In this case, the only issue presented for resolution

2850was whether the use of the word “current” in Section 6.4 of the

2863RFP required prospective bidders to include references with

2871presently active contracts.

287434. Webster’s New Collegiate Dictionary defines the word

2882to the present time; and 3) most recent.

289035. The evidence clearly demonstrated that DMA intended

2898the word “current” to mean most recent or most relevant to the

2910present time so that a reference could be verified. Moreover,

2920the language of the RFP, when read as a whole, shows that DMA

2933was interested in obtaining contractor information sufficiently

2940recent enough to allow it to determine the experience of a

2951bidder in providing the services being procured under this RFP.

2961See Sections 4.7.1, 6.2.1, 6.4 and Attachment B of the RFP.

2972DMA’s definition of the word “current” conforms with its

2981standard usage and is reasonable.

298636. Wackenhut relies upon testimony of the evaluators to

2995argue that the decision of DMA to award the contract to First

3007Coast was erroneous and capricious because the evaluators had

3016different opinions regarding the meaning of the word “current.”

3025Those differences related to the amount of time that had passed

3036since the proposer had provided security guard services to the

3046referent. There was no difference between the evaluators as to

3056the fact that the referenced contracts did not have to be

3067presently active. Importantly, each evaluator used consistent

3074criteria in that individual evaluator’s evaluation of the

3082proposals. It is not necessary for evaluators to mirror each

3092other in their evaluations. Moreover, in this case, the

3101difference in the amount of time each evaluator used in

3111determining whether a referenced contract met the currency

3119requirement of the RFP was immaterial. The parties’ references

3128all fell within the shortest amount of time allotted by one of

3140the evaluators. First Coast did not receive any advantage over

3150Wackenhut in the scoring of the proposals. Indeed, all of the

3161proposals received equal treatment; and therefore, the award of

3170the RFP to First Coast should stand.

3177RECOMMENDATION

3178Based on the foregoing Findings of Fact and Conclusions of

3188Law, it is, therefore,

3192RECOMMENDED that the Department of Military Affairs enter a

3201final order approving the award of RFP No. DMA-RFP-112 to First

3212Coast Security.

3214DONE AND ENTERED this 1st day of May, 2009, in Tallahassee,

3225Leon County, Florida.

3228DIANE CLEAVINGER

3230Administrative Law Judge

3233Division of Administrative Hearings

3237The DeSoto Building

32401230 Apalachee Parkway

3243Tallahassee, Florida 32399-3060

3246(850) 488-9675

3248Fax Filing (850) 921-6847

3252www.doah.state.fl.us

3253Filed with the Clerk of the

3259Division of Administrative Hearings

3263this 1st day of May, 2009.

3269COPIES FURNISHED:

3271Bradley R. Johnson, Esquire

3275Taylor, Day, Currie, Boyd & Johnson

3281Bank of America Tower

328550 North Laura Street, Suite 3500

3291Jacksonville, Florida 32202

3294Thomas Barnhart, Esquire

3297Office of the Attorney General

3302The Capitol, Plaza Level 01

3307Tallahassee, Florida 32399-1050

3310Elizabeth C. Masters, Lieutenant Colonel

3315Florida National Guard

3318Post Office Box 1008

3322St. Augustine, Florida 32085-1008

3326Andrew K. Kantor, Esquire

3330800 West Monroe Street

3334Jacksonville, Florida 32202

3337NOTICE OF RIGHT TO SUBMIT EXCEPTIONS

3343All parties have the right to submit written exceptions within

335310 days from the date of this Recommended Order. Any exceptions

3364to this Recommended Order should be filed with the agency that

3375will issue the Final Order in this case.

Select the PDF icon to view the document.
PDF
Date
Proceedings
PDF:
Date: 05/18/2009
Proceedings: Final Order filed.
PDF:
Date: 05/13/2009
Proceedings: Agency Final Order
PDF:
Date: 05/13/2009
Proceedings: Petitioner`s Motion to Extend Time for Five Days for Filing Exceptions to Recommended Order filed.
PDF:
Date: 05/13/2009
Proceedings: Petitioner`s Exceptions filed.
PDF:
Date: 05/01/2009
Proceedings: Recommended Order
PDF:
Date: 05/01/2009
Proceedings: Recommended Order (hearing held January 30, 2009). CASE CLOSED.
PDF:
Date: 05/01/2009
Proceedings: Recommended Order cover letter identifying the hearing record referred to the Agency.
PDF:
Date: 02/27/2009
Proceedings: Respondent`s Proposed Recommended Order filed.
PDF:
Date: 02/27/2009
Proceedings: Intervenor`s Proposed Recommended Order filed.
PDF:
Date: 02/25/2009
Proceedings: (Proposed) Order Granting Petition Regarding Department of Military Affairs Contract No. DMA-RFP-112 filed.
Date: 02/18/2009
Proceedings: Transcript of Proceedings filed.
PDF:
Date: 02/18/2009
Proceedings: Notice of Filing Original Hearing Transcript filed.
Date: 01/30/2009
Proceedings: CASE STATUS: Hearing Held.
PDF:
Date: 01/29/2009
Proceedings: Order (First Coast Security`s Motion in Limine is denied).
PDF:
Date: 01/29/2009
Proceedings: First Coast Security`s Motion in Limine filed.
PDF:
Date: 01/29/2009
Proceedings: Joint Pre-hearing Stipulation filed.
PDF:
Date: 01/23/2009
Proceedings: Notice of Taking Deposition of Earle Ginn filed.
PDF:
Date: 01/23/2009
Proceedings: Notice of Taking Deposition of Joseph Bielewski filed.
PDF:
Date: 01/23/2009
Proceedings: Notice of Taking Deposition of Brian Gross filed.
PDF:
Date: 01/23/2009
Proceedings: Notice of Taking Deposition of Erin Lewis filed.
PDF:
Date: 01/20/2009
Proceedings: Letter to Judge Cleavinger from B. Glazman regarding Allegiance Security Group, LLC`s request for two seats at hearing to observe procedure filed.
PDF:
Date: 01/20/2009
Proceedings: Order Granting Petition to Intervene (First Coast Security Services, Inc.).
PDF:
Date: 01/16/2009
Proceedings: Respondent`s First Request for Production to Petitioner filed.
PDF:
Date: 01/15/2009
Proceedings: Notice of Serving Respondent`s First Set of Interrogatories to Petitioner filed.
PDF:
Date: 01/12/2009
Proceedings: First Coast Security Services, Inc.`s Petition to Intervene filed.
PDF:
Date: 01/07/2009
Proceedings: Order of Pre-hearing Instructions.
PDF:
Date: 01/07/2009
Proceedings: Notice of Hearing (hearing set for January 30, 2009; 10:00 a.m.; St. Augustine, FL).
PDF:
Date: 12/24/2008
Proceedings: Bid/Proposal/Negotiation Tabulation filed.
PDF:
Date: 12/24/2008
Proceedings: Petition filed.
PDF:
Date: 12/24/2008
Proceedings: Agency referral filed.

Case Information

Judge:
DIANE CLEAVINGER
Date Filed:
12/24/2008
Date Assignment:
12/24/2008
Last Docket Entry:
05/18/2009
Location:
St. Augustine, Florida
District:
Northern
Agency:
ADOPTED IN TOTO
Suffix:
BID
 

Counsels

Related DOAH Cases(s) (1):

Related Florida Statute(s) (1):