Stan Hinton

Home
Contact Me
 
Current Blog
2023 Blog
Courts
GAO
Boards
SBA
Statutes
Regulations
Directives
Agency Sites
More Agencies
Periodicals
Research
 

2023 Procurement Review: Protests



Contents

 

Successful GAO Protests

Court of Federal Claims

CAFC

SBA Office of Hearings and Appeals

Introduction

Jurisdiction/Timeliness/Standing/Override

Jurisdiction/Standing/Ripeness

Jurisdiction/Timeliness/Standing

Defective Solicitations

Responsiveness/Late Bids/Proposals

Evaluations

Ostensible Subcontractor

Evaluations

Solicitations

Solicitation Language

Other Affiliation Issues

Responsiveness/Late Bids

Evaluations

Sole Source /Small Business

Other Miscellaneous Size Issues

Sole Source/Small Business

Sole Source /Small Business

Miscellaneous

8(a) / SDVOSB / WOSB Status

Recovery of Costs

Corrective Action & CICA Stays

 

NAICS

Conflict of Interest

EAJA

 

 

Corrective Action

OCI

 

 

Miscellaneous

 

Responsiveness

   

 

Successful GAO Protests

Introduction

So far this year, the GAO has published 36 decisions sustaining protests on the merits (some of which were originally dated in 2022 but not issued to the public as redacted versions until this year).

Solicitation Terms 

General Dynamics Information Technology, Inc. won its protest against the terms of a solicitation because: (i) the use of a firm-fixed-price, level-of-effort task order was inappropriate when the underlying work could be (and was in the solicitation) clearly defined; and (ii) the solicitation was patently ambiguous because it stated in one place that its published work hour figure was for a fixed level of effort, while the answers to bidders' questions described that same figure as merely a yearly estimate.  

Great Lakes Dredge and Dock Co., LLC won its protest because bids exceeding available funding justified canceling an IFB, but not its conversion to a negotiated procurement, where the agency did not defend its decision to convert based on an argument that the original bids were unreasonable.

Flawed Evaluation / Lack of Meaningful Discussions 

The GAO sustained a protest by Spatial Front, Inc. because there was no basis for the agency's determination that the labor categories proposed by the awardee for a task order award were within the scope of the awardee's FSS contract.

General Dynamics Information Technology, Inc., won its protest because the agency's evaluators (a) did not reasonably explain why the awardee’s past performance and experience references were considered relevant and (b) improperly assigned a strength to awardee's proposal regarding experience.

AT&T Corp. won its protest because there was no adequate explanation in the contemporaneous record for why the SSA had removed numerous strengths assigned to the protester's proposal by the original evaluators.  

The GAO also sustained a protest by RemedyBiz, Inc. because there was no adequate explanation in the record for the past experience evaluation. 

ManTech Advanced Systems International, Inc. won on one of its protest grounds because there was no adequate basis in the record to conclude that the agency's evaluation of the awardee's proposed labor rates for positions that were currently being filled by incumbent personnel complied with the requirements of FAR 52.222-46 ("Evaluation of Compensation for Professional Services"). 

The GAO sustained a protest by Sparksoft Corp. because: (i) the agency unreasonably assigned a strength to the awardee's proposal based upon an assumption rather than anything stated in that proposal and then compounded that problem by assigning a weakness to the protester's proposal on the basis that the agency could not make any assumptions concerning it; and (ii) there was no rationale in the record to explain the agency's conclusion that the awardee would be able to easily overcome evaluated weaknesses in its proposal related to a lack of corporate experience.

AttainX, Inc. won its protest because: (i) the agency violated SBA regulations for mentor-protégé JVs by failing to evaluate the experience of individual members of the 8(a) JV awardee when the JV, itself, lacked experience; and (ii) the agency miscalculated the number of full-time equivalent staff in the awardee’s price quotation and used this incorrect number to determine that the awardee’s staffing level was realistic.

The GAO sustained a protest by Spectrum Healthcare Resources, Inc., because the agency's evaluation of the protester's proposal under the technical capability factor, which was only supposed to consider verifiable experience examples, improperly conflated considerations from the staffing and management approach evaluation factor.

The GAO sustained a protest by BC Site Services, LLC, holding that the agency's discussions with the protester were not meaningful because the agency failed to alert the protester to information missing from its proposal in the most important evaluation factor.   

The GAO sustained one of the protest grounds of Aptim-Amentum Alaska Decommissioning, LLC, because the awardee's proposal failed to meet a material solicitation requirement that it include a key personnel retention plan.

Tyonek Eng'g & Agile Mfg., LLC, won its protest because: (i) the record of the price evaluation was  was internally inconsistent and inadequately documented; and (ii) the agency engaged in misleading discussions where it failed to lead the protester to the true area of concern with its price 

The GAO sustained a protest by Life Science Logistics, LLC, because the agency failed to conduct meaningful discussions during corrective action in response to a prior protest; specifically, the agency did not disclose evaluated flaws the agency first identified in its reevaluation of the protester’s materially unchanged proposal. 

The GAO sustained a protest by Sparksoft Corp. because: (i) the agency's evaluation of the awardee's corporate experience was inconsistent with the solicitation's evaluation scheme and lacked a rational basis in the record; and (ii) the source selection authority incorrectly concluded that a weakness noted by the evaluators in the awardee's oral presentation was due to a lack of clarity with the agency's challenge question to the awardee.

Veterans Management Services, Inc. won its GAO protest because, in its evaluation of the compensation of professional employees pursuant to FAR 52.222-46, the agency (a) improperly used the vendors’ total evaluated prices and fully burdened labor rates instead of evaluating the vendors’ salary compensation for their employees and (b) improperly considered labor categories that did not qualify as professional employees under the provision. 

IDEMIA National Security Solutions, LLC, succeeded on one of its protest grounds because the agency admitted an error in evaluating the protester's teaming agreement as part of its proposal under the past performance demonstrating prior experience factor, and the error was prejudicial. 

In IBM Corp., IBM Consulting--Federal, although the GAO denied or dismissed most of the protester's arguments, it did find that the agency's method of price realism evaluation (comparing bidders' prices to the IGE on a CLIN by CLIN basis) failed to account for the fact that awardee's proposed work structure for the pricing of two CLINs incoporated work under another CLIN, which meant that the awardee's pricing for those three CLINs as a group was lower compared to the IGE than the agency's evaluation suggested. 

The GAO sustained a protest by BOF GA Lenox Park, LLC, holding that, in a solicitation for leased office space in Atlanta: (i) the protester was an interested party even if its proposal was unacceptable for failure to comply with the solicitation requirement to submit evidence of registration in the SAM database because the agency did not evaluate any proposals besides the awardee's for technical acceptability; (ii) the awardee did not satisfy the solicitation requirement for proximity to a "bus rapid transit stop" because no such stop exists in Atlanta; but (iii) because the lease signed by the awardee did not contain a termination for convenience clause, the protester should only be reimbursed its proposal preparation and bid protest costs. The GAO noted that none of the offerors had objected to the rapid transit stop solicitation requirement despite two rounds of offers in which to do so. So the timeliness rule that a protester must object to a flawed (or patently ambiguous) solicitation requirement prior to submitting its proposal does not apply if none of the offerors object? 

 In Federal Information Systems, Inc. the GAO held that the agency's assignment of a "good" rating to the awardee's technical proposal lacked a rational basis because the agency, itself, had concluded that the awardee's proposed labor categories did not meet the requirements of the SOW.  

In MPZA, LLC, the GAO determined that there was no documentation of the agency's price realism analysis to enable the GAO to determine that it was reasonable.

RTD Middleburg Heights, LLC won its protest because: (i) there was no explanation in the record for the agency's failure to include relocation and replication costs in the price evaluation despite the fact that the solicitation contemplated the agency would do so; and (ii) there was no evidence in record supporting the agency's bare contention that an admitted error in evaluating certain costs would not have affected outcome.

The GAO sustained a protest by Unico Mechanical Corp. because: (i) the agency unreasonably granted the awardee's request for a waiver of the Buy America Act on the basis that the pricing of the allegedly sole domestic supplier was unreasonable without including the protester in the market survey or requesting pricing information from the protester, when the agency, itself, recognized that the protester was also a domestic supplier of the items in question; and (ii) the agency's assignment of weaknesses to the protester's work plan was unreasonable because (a) the protester's proposal of a 30-day review period for submittals exactly coincided with the time period that the solicitation stated would be "adequate," and (b) the protester's proposal described the required coordination between its staff and the agency's staff, and there was no evidence in the record that the agency had considered that information.  

The GAO published two decisions, each involving consolidated protests, sustaining a total of 91 (!) protests complaining of (a) the elimination of proposals in Phase 1 of the CIO-SP4 competition and (b) the failure to advance those proposals to phase 2. Basically, the GAO found that the agency did not provide a rational explanation for how it validated the competitors' self scores and how it established the cutoff point for the self scores needed to advance in the competition. Here are links to each of the decisions:  27 consolidated protests  filed without outside counsel and 64 consolidated protests filed by attorneys.  

TRAX Int'l Corp won its protest because: (i) the awardee was ineligible for award because it failed to provide its own required disclosure statement; (ii) the evaluation of the awardee's proposed program management office contained an error of fact concerning the escalation of labor rates; (iii) the agency (a) failed to discuss with the protester certain costs the agency considered unrealistic and (b) conducted a final round of discussions with the awardee alone; and (iv) the agency conducted a "fair and reasonable" price analysis rather than the required cost realism analysis of direct labor rates. 

Insight Technology Solutions, LLC won its GAO protest because: (i) there was no basis for the agency's conclusion that all four of the awardee's contract references were "highly relevant" when one of them was not; (ii) the agency evaluated proposals disparately by crediting experience areas in the awardee's proposal without giving the protester equal credit for same types of experience; and (iii) the final best value tradeoff decision was infected with both these errors.  

The GAO sustained one of the protest grounds asserted by Vertex Aerospace, LLC, finding that the evaluation of the protester's past performance was unreasonable because the agency simply tallied the ratings it received on various contracts without considering the relevance of the contracts on which they were received, i.e., the agency unreasonably equalized the various ratings without regard to relevance. 

The GAO sustained a protest by RELX Inc. because the awardee's task order quotation in an FSS competition (a) failed to meet several salient characteristics of the brand name or equal solicitation and (b) offered some open market items not included in its FSS contract (as did the protester's quotation). 

The GAO sustained a protest by SecuriFense Inc. because: (i) the agency treated offerors differently by downgrading the protester for answers during its oral presentation that were similar to the awardee's; and (ii) the agency applied an unstated evaluation factor by assessing decreased confidence to the protester's proposal for failing to address items that were not among the evaluation criteria.

Chugach Logistics and Facility Services JV, LLC won its protest because: (i) nothing in the agency record explained why the protester's management approach was identified as having some level of risk, which limited its overall technical rating to Good; and (ii) the past performance rating was flawed because it was based on evaluating one reference contract as relevant instead of very relevant, and the agency did not refute the protester's argument on this issue but, instead, advanced a post hoc justification for the rating that was inconsistent with the solicitation's evaluation scheme. 

In Washington Business Dynamics, LLC, the GAO spent most of its decision discussing standing in the context of the SBA's rules for determining when firms are required to re-certify as to their status (here, for a BPA under an FSS contract). After concluding that the protester had standing, the GAO held that: (i) there was no basis for the agency's favorable evaluation of the awardee's quotation where it failed to address one of of the technical evaluation factors; and (ii) the agency failed to conduct the required qualitative evaluation of quotations. 

Responsiveness, Late Bids, Expired Bids

 

Sole Source/Small Business/Restricted Competitions

Conflicts of Interest

The GAO sustained a protest by MANDEX, Inc., alleging OCIs  because: (i) in evaluating whether the awardee had an unequal access to information OCI as a result of its work on another task order, the agency concluded only that the awardee had not had time to obtain such information rather than evaluating whether the awardee's employees had access to such information; and (ii) despite a post-award modification of the PWS to address the issue, the awardee's work on a second task order included the evaluation of its work on the challenged task order and, therefore, created the potential for an impaired objectivity OCI. 

The GAO sustained a protest by Guidehouse, Inc., because the limited record the agency provided to the GAO did not indicate that the agency had adequately investigated or addressed an apparent conflict of interest of the evaluation board's chairman, who was a former employee of the awardee. 

Corrective Action 

The GAO sustained protests against corrective action by Kupono Government Services, LLC; Akima Systems Engineering, LLC,  because the agency failed to justify limiting corrective action only to revisions of cost proposals where (a) the agency did not identify what errors led to the corrective action and (b) the cost and technical proposals were closely linked so that changes to one likely would necessitate changes to the other.  

Recovery of Costs

The GAO recommended the reimbursement of all or the appropriate portion of successful protesters' costs in the following decisions, among others: (i) Paragon Systems, Inc., (ii) Unico Mechanical Corp., (iii) Draken Int'l, Inc., (iv) Worldwide Language Resources, Inc., (v) Avon Protection Systems, Inc., and (vi) Spectrum Healthcare Resources, Inc.

Discovery/Miscellaneous

Court of Federal Claims

Timeliness/Standing/Jurisdiction/Automatic Stay 

In Eagle Technologies, Inc., an unsuccessful post-award protest, the Court of Federal Claims held that: (i) the plaintiff's motion to amend its Complaint must be denied because filing the motion was unduly delayed through the plaintiff's own lack of diligence in discovering the basis for its proposed amendment; (ii) the agency was not required to evaluate a factor in awarding a BPA that was not mentioned among the evaluation factors for award, and, if there were an ambiguity concerning the evaluation factor, it was a patent ambiguity that the plaintiff should have protested prior to award; and (iii) the agency did not use the disputed evaluation factor in evaluating the awardee and, therefore, did not treat the competitors unequally.

In J.E. McAmis, Inc., an unsuccessful post-award protest, the court (reluctantly) held it lacked jurisdiction to review the SBA's affirmative COC finding. The court practically begged Congress to change the law because in issuing the COC in this case, the SBA saddled the agency with a contractor that did not meet the special standards of responsibility in the solicitation. 

In Percipient.AI, Inc., the court held it had bid protest jurisdiction over an allegation that, post award, the Government had violated the requirement in 10 U.S.C. § 3453(b)(1)-(2) that defense agencies and their contractors must acquire commercial products to the maximum extent practicable. 

In Bitscopic, Inc., an unsuccessful preaward protest, the court: (i) dismissed (as moot) the counts in the complaint against the SOW and J&A for a proposed VA procurement of a brand name item of clinical surveillance software because the agency had decided to discontinue the procurement; and (ii) dismissed (for lack of standing) counts in the Complaint alleging that the VA should be enjoined from ever procuring the brand name software because such procurements for the software will always be set-aside for VOSBs and SDVOSBs under the VA Rule of Two since there are multiple VOSB and SDVOSB resellers that can supply the software, and the plaintiff is neither a VOSB nor an SDVOSB. 

In AccelGov, LLC, the court held it had jurisdiction over challenges to the Government's intended corrective action without waiting to see the corrective action's results. 

In Purpose Built Families Foundation, Inc., the court held that the VA's Supportive Services for Veterans Families program awards to non-profits were grant agreements over which court lacks bid protest jurisdiction. 

In Unison Software, Inc., an unsuccessful protest alleging generally that the Government had made a de facto decision to procure its needs for government contracting software from a single source without going through proper procedures, the court held it lacked jurisdiction over the portions of the protest complaining of the issuance of  task or delivery orders under $25 million that did not increase the scope, period, or maximum value of the contract under which the orders were issued, and other actions of which the plaintiff complained were not procurements. 

Solicitation Language

In SH Synergy, LLC and VCH Partners, LLC, successful consolidated preaward protests, the court held that a solicitation contemplating IDIQ contracts to be awarded to various pools of types of small businesses: (i) violated the SBA's regulation at 13 C.F.R. § 125.8(e) by applying the same evaluation criteria to projects submitted by protégé firms and other offerors alike; and (ii) violated 41 U.S.C 3306 (c)(3) because the solicitation excluded price as an evaluation factor at the IDIQ level (and used it only for individual task or delivery orders) when the contemplated orders were not predominantly based on hourly rates (i.e., time-and-materials or labor-hour vehicles).

In Noble Supply & Logistics LLC, an unsuccessful preaward protest, the court held that in a solicitation for commercial items under FAR Part 12, the agency had a rational basis for obtaining a waiver to depart from ordinary commercial practice and require contractors to pass on any prompt payment discounts they received to the Government. 

Responsiveness

In Togiak Management Services, LLC, a successful protest against the rejection of the protester's bids as nonresponsive due to the fact that the submitted bid bonds were photocopies, although the court rejected the protester's own arguments, it held that the agency erred by relying on a line of GAO decisions holding photocopied bid bonds were nonresponsive, which the court concluded were erroneous.

Evaluations/Discussions

In Eagle Technologies, Inc., an unsuccessful post-award protest, the court held that: (i) the plaintiff's motion to amend its Complaint must be denied because filing the motion was unduly delayed through the plaintiff's own lack of diligence in discovering the basis for its proposed amendment; (ii) the agency was not required to evaluate a factor in awarding a BPA that was not mentioned among the evaluation factors for award, and, if there were an ambiguity concerning the evaluation factor, it was a patent ambiguity that the plaintiff should have protested prior to award; and (iii) the agency did not use the disputed evaluation factor in evaluating the awardee and, therefore, did not treat the competitors unequally.

In Next Phase Solutions and Services, Inc., an unsuccessful post-award protest seeking a preliminary injunction, the court held that: (i) the solicitation required offerors to provide a specific approach to meeting its requirements, rather than  the "analysis of alternatives" proposed by the protester (the "analysis of alternatives" being a task for the contractor after award); and (ii) the protester's proposed price was closest to the IGCE only because the agency had made a mistake in calculating its IGCE. 

In AccelGov, LLC, an unsuccessful post-award protest, the court held that: (i) it would not, as suggested by the Government and intervenor, initially address the protester's standing on each of its protest grounds individually, but concluded it had standing on its protest as a whole; (ii) there was a rational basis for the evaluators' assignment of a weakness where the protester's proposal either failed to address certain elements of the PWS or merely parroted its provisions; (ii) the assignment of a weakness to the protester's phase-in plan lacked a rational basis; (iii) the agency treated offerors unequally in only one of 10 areas complained of by the protester; and (iv) even if the agency had not made the two errors noted above and had disqualified the awardee for the material misrepresentation alleged by the protester, the protester still would  have received its "marginal" rating, would not have been selected for award over two higher-rated offerors, and, therefore, cannot show prejudice. 

In Thalle/Nicholson Joint Venture, an unsuccessful post-award protest, the court held that: (i) although the JV/plaintiff had standing to challenge the Government's determination that it was ineligible for award due to its failure to register in the SAM database, the solicitation clearly required the offeror to be registered in SAM, and the plaintiff only supplied evidence that each of the JV members was individually registered; and (ii) the fact that the Government had not noticed the problem until after discussions were concluded (and, therefore, had not raised the issue during discussions)  did not prejudice the plaintiff because the registration requirement had to be completed at the time of initial proposal submission.  

In Abacus Technology Corp. and Valdez Int'l Corp., which involved unsuccessful consolidated preaward protests against the elimination of two firms from advancing to the next phase in a multi-step competition, the court held, inter alia, that: (i) the incumbent/protester lacked standing on its claims that the agency had unauthorized communications with some offerors concerning their past performance in a later stage of the procurement and should have provided the protester with a more detailed preaward debriefing because at the time each of these events occurred, the protester had already been eliminated based solely on its price and was no longer under consideration for the award; (ii) the other protester's total evaluated price was so much higher than any proposal taken to next step of procurement and its ranking so much lower than those who advanced, it did not have standing to maintain any of its protest issues; (iii) the agency was not required to advance any specific number of proposals to the next phase; (iv) the agency was not required to evaluate additional proposals when some of those that made the original cut were found to have correctable errors; (v) communications with some offerors concerning past performance in Step 2, even if they constituted improper discussions, did not prejudice the protester because it already had been eliminated from the competition on the basis of price alone; (iv) the evaluation of professional compensation packages had a rational basis even though it was not exhaustively documented; (v) the agency's erroneous disclosure of labor categories used by incumbent/protester on its prior contract did not constitute a Procurement Integrity Act violation because (a) it was the agency that made the mistake, and (b) the information was contract performance data, not contractor bid and proposal information; and (vi) the amount of information provided by the agency to the protester in the preaward debriefing complied with the FAR's requirement. 

In Golden IT, LLC, an unsuccessful post-award protest, the court held that, although the protester established  the agency made several errors in both its Phase 1 experience evaluation and Phase 2 technical evaluation of the protester's submission, the protester was not prejudiced because even if all the errors were corrected, its price proposal still would be lower rated than those of all offerors selected for award. 

In DigiFlight, Inc., a successful post-award protest, the court held that the agency failed to conduct the rational price realism analysis required by the solicitation because: (i) assuming that two offerors would not both propose unrealistically low prices was irrational; (ii) there was no documentation in the record of the use of the price analysis tool the agency claimed to have employed; (iii) there was no evidence in the record to support the agency's conclusion that all three offerors' pricing demonstrated a clear understanding of the requirements; and (iv) the agency's conclusion that the level of effort and labor mix proposed by all the offerors was realistic lacked a rational basis because that conclusion did not involve any analysis of proposed pricing. The court also held that by failing to perform the required qualitative comparison of technical proposals, the Government had improperly converted a best value procurement into a lowest price technically acceptable competition. 

In Toni and Vin Hooper Property Management, LLC dba Hoover Properties, a successful post-award protest, the court held that in a solicitation for leased property:  (i) the Government failed to document the basis for, and to substantiate, its evaluation of tenant improvement costs for the protester and the awardee; and (ii) the protester had established prejudice from this deficiency in the evaluation. 

In Konecranes Nuclear Equipment & Services, LLC, an unsuccessful post-award protest, the court held, inter alia, that: (i) requirements listed in the statement of work but not among the evaluation factors were not to be evaluated; (ii) there was a rational basis for the agency's price reasonableness analysis (i.e., comparison of prices to the IGCE); and (iii) the agency's responsibility determinations did not treat unfairly offerors unequally because the offerors were situated differently and thus could not have had identical procedures followed in making the determinations. 

In Thalin, LLC, an unsuccessful post-award protest, the court held that: (i) the agency correctly found that the protester failed to comply with a material solicitation requirement to describe in a particular place, inter alia, the percentage and type of work to be provided by its mentor; (ii) although the agency failed to document why the SSEB kept the protester's rating in the Staffing subfactor of the Technical evaluation as Acceptable despite deleting all four weaknesses the original evaluators had found, the protester did not establish prejudice from this error; and (iii) the SSA rationally evaluated the competing proposals in making the final source selection decision. 

In VSolvit, LLC, an unsuccessful post-award protest, the court held that: (i) reading the solicitation as a whole, a single reference to the "offeror's team" in the solicitation did not mean the Government was required to include subcontractors when evaluating an offeror's experience; (ii) any ambiguity on that point was patent, making a post-award protest untimely; (iii) in any event, the protester could not establish prejudice from the alleged ambiguity because the remedy would have been to allow the protester to submit a revised proposal, which would not be compliant because the protester lacked the required experience absent its subcontractors; (iv) there were rational bases for the agency's assignment of four weaknesses to other aspects of the protester's technical proposal; and (v) the price evaluation was conducted in accordance with the procedures announced in the solicitation and did not constitute an improper price realism analysis. 

In Allicent Technology, LLC, et al., which involved consolidated post-award protests by nine disappointed bidders against various aspects of the evaluations that had resulted in 15 contract awards, the court discussed each plaintiff's protest grounds separately and found that four of the nine protests merited requiring the agency to re-evaluate the successful plaintiffs' technical proposals. 

In STG Int'l, Inc., which involved two consolidated protests, the court sustained a protest against the protester's elimination from a phased competition because its Phase 1 proposal was not an offer, i.e., it could not be accepted to form a contract, and, therefore, the requirement for SAM registration did not apply until an offer subsequently was submitted. The court rejected the other protester's challenges to the price and past performance evaluations and to the conduct of discussions, mainly because the hurdles involved in such challenges are substantial. 

In Myriddian, LLC, a successful post-award protest, the court held that the awardee's proposal failed to comply with a material solicitation requirement (FAR 52.204-7(b)(1)) because its SAM registration had lapsed for a period of time after it submitted its proposal and before award was made (even though its registration was effective both on the date the proposal was submitted and the date when award was made). 

In Konecranes Nuclear Equipment & Services, LLC, an unsuccessful post-award protest, the court held, inter alia, that: (i) requirements listed in the statement of work but not among the evaluation factors were not to be evaluated; (ii) there was a rational basis for the agency's price reasonableness analysis (i.e., comparison of prices to the IGCE); and (iii) the agency's responsibility determinations did not treat unfairly offerors unequally because the offerors were situated differently and thus could not have had identical procedures followed in making the determinations. 

In Samsara, Inc., an unsuccessful post-award protest, the court held, inter alia, that: (i) the awardee's participation in a prior pilot program was like an incumbent's prior performance, which does not give rise to an OCI and does not require the Government to neutralize the advantages gained thereby;  (ii) there was no unequal access to information OCI because other competitors had access to public information that was adequate to address the solicitation requirement in question; (iii) the agency took reasonable steps to mitigate any competitive advantage resulting from participation in the pilot program; (iv) the mere fact that some selection officials had participated  in the prior pilot program was insufficient to establish that they were tainted by bias in the absence of clear evidence of impaired objectivity that was sufficient to overcome the presumption that government officials act in good faith; (v) the assignment of a weakness to the protester's proposal regarding a cable that was not required until after award was not the use of an unstated evaluation criterion because the agency could, and did, evaluate the proposed approach for developing the cable; (vi) the agency did not apply unstated evaluation criteria in assigning a weakness for the lack of FedRAMP authorization because, although such authorization was not required at the time of award, the solicitation contemplated the agency would compare an offeror's FedRAMP status against the SOW's  requirements; and (vii) according to the language particular to this solicitation, the agency was not required to disclose all weaknesses to an offeror, but any discussions would only relate to additional information needed by the agency. 

In Aspire Therapy Services & Consultants, Inc., a successful preaward protest against the protester's elimination from the competition, the court held that the agency should have asked for clarification under FAR 15.306(a) to resolve a clerical error when the labor hours listed on two different spreadsheets in the protester's proposal did not match, especially where the clarification would not substantially affect the overall price or rating of the proposal. 

In Thalin, LLC, an unsuccessful post-award protest, the court held that: (i) the agency correctly found that the protester failed to comply with a material solicitation requirement to describe in a particular place, inter alia, the percentage and type of work to be provided by its mentor; (ii) although the agency failed to document why the SSEB kept the protester's rating in the Staffing subfactor of the Technical evaluation as Acceptable despite deleting all four weaknesses the original evaluators had found, the protester did not establish prejudice from this error; and (iii) the SSA rationally evaluated the competing proposals in making the final source selection decision. 

In Vectrus-J&J Facilities Support, LLC, an unsuccessful protest of the agency's decision not to expand the scope of corrective action in response to an agency protest, the court held that: (i) the awardee did not make misrepresentations concerning the contents of a novation package and its status at the time the awardee submitted its proposal; (ii) the agency properly credited the awardee with the past performance and experience of a predecessor firm that became awardee's subsidiary only after the projects that were credited to the awardee had transpired; (iii) nothing in the FAR prohibited the agency from treating a firm as a predecessor of the awardee or from considering its projects as "reasonably predictive" under the solicitation's evaluation scheme; (iv) the conclusion that the predecessor's contracts were reasonably predictive of the awardee's ability to perform the current contract was properly  based on a finding that the predecessor had transferred its assets and nearly all employees involved in performing those contracts to the awardee; and (v) there was no prejudice to the protester from the limited scope of the second corrective action. 

In Harmonia Holdings Group, LLC, an unsuccessful post-award protest seeking a preliminary injunction, the court held that: (i) the plaintiff filed suit within a reasonable time after learning of its grounds so the suit was not barred by laches; (ii) the agency properly documented every step in its evaluation; (iii) the agency applied evaluation criteria intrinsic to the announced factors, not unstated factors; and (iv) there were rational bases for the agency's assignments of weaknesses to the protester's proposal.

In DigiFlight, Inc., an unsuccessful, scattershot, post-award protest of a task order awarded to a BPA holder, the court held, inter alia, that: (i) the protester offered no support for its contentions that the agency failed to assign various strengths to its proposal, beyond expecting the court to reevaluate on its own; (ii) the DFARS debriefing requirement that the protester claimed the agency violated was not adopted until well after the solicitation was issued and was not made retroactive; (iii) the evaluated technical differences between the competing proposals were significant and had rational bases, which left price as the least important evaluation factor; and (iv) the regulations concerning BPAs did not render the successful offeror ineligible for award.  

In KPMG LLP, a successful post-award protest, the court held that when an offeror learned, after proposal submission, but prior to award, that one of its proposed key personnel intended to resign and notified the agency of this fact while continuing to attempt to change the employee's mind, the situation did not constitute the unavailability of that individual that would render the proposal unacceptable.  

In TekSynap Corp., an unsuccessful post-award protest, the court allowed supplementation of the record with depositions necessary for review of the protester's claim of material misrepresentation and then held that: (i) the use of the phrase "Proposal Manager" rather than "Program Manager" in one of the awardee's key personnel resumes was a typographical error, not a misrepresentation; (ii) the statement that the awardee's President would step down to perform as program manager once the contract was awarded was not a misrepresentation but was an accurate description of the awardee's plan; (iii) the protester did not show that the methodology the agency used to conduct the price realism evaluation failed to take account of relevant information, relied on irrational assumptions, or resulted in critical miscalculations; (iv) the agency did not mislead the protester during discussions by revealing that certain of its proposed rates appeared too low; and (v) the agency did not conduct unequal discussions with the competitors.  

In Harmonia Holdings Group, LLC, an unsuccessful post-award protest, the court held, inter alia, that: (i) there was a rational basis for the agency's decision to assign the protester a low confidence rating for its technical approach and assign it risk for reduced capacity because the protester failed to explain why its staffing proposal was less than the agency's staffing estimate; (ii) it was arbitrary and capricious for the agency to assign a separate "Decreases Confidence" rating for protester's failure to include a QA role because the agency failed to consider an important aspect of the problem (the protester's substitution of a QA specialist with a full-stack developer, which allowed the proposed team to perform the required automated regression testing and other QA tasks); (iii) although there was a rational basis to assign "Decreases Confidence" to the protester's proposal for failure to utilize current employees as key personnel, the agency did not apply that same standard to other proposals; but (iv) the latter two errors did not the prejudice the protester (i.e., correcting them would not change the final outcome). 

In Air Borealis Limited Partnership, an unsuccessful post-award protest involving a solicitation for fixed-wing airlift support services to transport personnel and cargo across the North Warning System in the Canadian Arctic, the court held, inter alia, that: (i) the agency had a rational basis for concluding that, although lengthy, the protester's transition plan lacked the details required by the solicitation, and the agency had not evaluated the transition plans of the protester and awardee disparately; (ii) although the evaluation of the protester's zone coverage proposal was flawed, the protester was not prejudiced because there were valid reasons for disqualifying the proposal due to deficiencies in its transition plan; (iii) under Blue & Gold Fleet, the protester failed to timely protest the role of Canadian Commercial Corporation (CCC) in "endorsing" the apparently successful Canadian offeror; and (iv) the agency's actions in obtaining the CCC's endorsement and running contract payments through the CCC complied with the applicable DFARS regulation (225.870-3(b)).

In MC2 Sabtech Holdings, Inc., an unsuccessful post-award protest, the court dismissed the protest because the agency had a rational basis for its determination that the item being procured was a commercial product under the definition in FAR 2.101.

In Systems Dynamics Int'l, Inc., a successful post-award protest, the court held that the awardee's failure to meet the solicitation's material, minimum education requirements for multiple proposed personnel was a "deficiency" that rendered the proposal "ineligible" for award under the definitions in the solicitation.  

In Sparksoft Corp., an unsuccessful, scattershot post-award protest against an evaluation, the court held, inter alia, that: (i) the Contracting Officer did not ignore weaknesses identified by TEP in the awardee's proposal; (ii) the agency properly considered the superior relevancy of the incumbent's prior experience on the contract; and (iii) the agency properly considered the awardee's proposed staff under the appropriate evaluation factor and its staffing plan under another. 

In Navarre Corp., an unsuccessful post-award protest, the court: (i) rejected the protester's contention that the solicitation contained a definitive responsibility criterion concerning financial responsibility; (ii) found that the agency's conclusion that the awardee was financially responsible had a rational basis, and that bankruptcy materials not available to the agency at the time it made that determination were not relevant to the protest but were a matter of contract administration; and (iii) held that the protester did not provide evidence for its assertion that agency had misevaluated quotes or treated competitors disparately.  

In A. Prentice Ray and Assocs., LLC, an unsuccessful post-award protest seeking a preliminary injunction,the court held that: (i) the price realism analysis could include (a) limited use of the IGCE and (b) comparisons of one year of each offeror's unburdened labor costs; and (ii) the agency's determination that two offerors' unburdened labor costs were reasonable despite being significantly lower than the average of those of other offerors had a rational basis.

In Myriddian, LLC, an unsuccessful post-award protest, the court held, inter alia, that: (i) the awardee's plan to employ a (key personnel) Medical Director part time, supplemented by an Associate Medical Director working full time, was permitted by the solicitation and, besides, the agency had considered the risks associated with this approach; (ii) the solicitation's vague requirement that the undergraduate degree of the Program Director should be relevant to the contract's purpose (Medicare related services) was sufficiently broad that an undergraduate major in psychology was acceptable; and (iii) the agency adequately considered the differences in ratings between the competing proposals in other areas of staffing and technical merit. 

In Greystones Consulting Group, LLC, an unsuccessful post-award protest employing various theories to attack the agency's interpretation that the evaluation criterion requiring a "single integrated platform" impliedly called for "a single user experience" in a solicitation for data management software, the court held that: (i) the agency did not utilize an unstated evaluation criterion but reasonably relied on a common industry definition of the evaluation term that other offerors understood and took into account in preparing their proposals; (ii) the plaintiff failed to provide substantial evidence supporting its contention that solicitation contained ambiguous terminology; and (iii) the agency did not evaluate proposals disparately--it rejected three other offers for providing the same solution the agency objected to in the plaintiff's proposal. 

In Eastern Shipbuilding Group, Inc., an unsuccessful post-award protest challenging almost every aspect of the agency's evaluation of the awardee's and the protester's proposals in a solicitation for a contract to build ships, the court held, inter alia, that: (i) there were rational bases for the agency's (a) assignment of a significant strength to the awardee's proposed production facilities (despite the fact that they had not yet been built) and (b) evaluation of the production risk of its proposed production approach; (ii) the agency could not have taken into account an alleged risk to the awardee's proposed schedule caused by additional vessels the awardee had been contracted to build by another agency because the contract option awarding this work had not been exercised at the time of the evaluation; (iii) the agency was not required to assign schedule risk under multiple evaluation factors and accounting for it as a production risk was reasonable; (iv) the agency's decision to evaluate the awardee's past performance as it improved over time (rather than giving more weight to earlier problems) was reasonable; (iv) the agency's evaluation of the awardee's price proposal had a rational basis, including the agency's decision to consider certain production line item prices as a group rather than individually, which vitiated the protester's argument that two individual line items suffered from unbalanced pricing; (v) because the agency found no unbalanced pricing, it was not required to conduct a pricing risk analysis; (vi) there were rational bases for the Government's evaluation of various and sundry aspects of the protester's proposal; (vii) the determination that the awardee was responsible reasonably relied on, and was limited to, standard sources of information for such reviews; (viii) although the awardee's certification in compliance with FAR 52.209-5(a)(1)(C) was inaccurate  in light of an Australian judicial proceeding, the inaccuracy did not rise to the level of a material misrepresentation, considering the findings in that proceeding; and (ix) the agency conducted a reasonable investigation of an allegation of an OCI involving the awardee's employment of former agency official, finding that no unauthorized person had access to significant sensitive source selection information and that even if the former employee had previously had access to  non-public proprietary information, it was unlikely he had retained it or that it would still be competitively useful in the contested solicitation, which was issued three years later. 

In Scott Technologies, Inc., an unsuccessful post-award protest, the court held that: (i) the agency record was sufficient to show the agency evaluated self-identified risks of the awardee's proposal, and the agency was not required to document its evaluation of specific risk elements to the level of detail advocated by the protester; (ii) interpreted in the context of the solicitation as a whole, a protested evaluation subfactor allowed the agency to reward the awardee for exceeding the required production output (delivery requirements); (iii) discussions should be individually tailored, so the fact that discussions with the offerors were not identical does not mean they were unequal or resulted in disparate treatment;  and (iv) the court would not substitute its judgment for agency's and (merely on the basis of the protester's highlighting its proposal's alleged merits to the court) assign the protester a strength where the agency did not do so, especially in an area where the awardee did not receive a strength either.  

In Fluor Federal Services, Inc., an unsuccessful post-award protest, the court held that: (i) protests that the agency should have utilized a multiple- versus a single-award BPA and that the agency should have considered past performance outside the period stated in the solicitation were both untimely under Blue & Gold Fleet; and (ii) the remainder of the protester's challenges to the evaluation were "mere disagreements with the Agency’s discretionary determinations. 

In Global K9 Protection Group, LLC, which involved consolidated post-award protests by two firms competing on a USPS procurement (and litigation that has lasted years), the court held that: (i) it would allow supplementation of the administrative record with written declarations on the issue of whether the challenged firm made material misrepresentations in its bid because those documents were necessary for effective judicial review of the protest allegations; (ii) the awardee intentionally made materially false statements about its past performance that the agency relied on in making its award decision; (iii) the Contracting Officer's post hoc conclusion that knowing of the misrepresentations would not have changed the outcome of the evaluation was arbitrary and capricious for failing to consider important aspects of the issue; and (iv) an injunction disqualifying the awardee from further performance would issue. The court concluded that the second protester who already had been disqualified from the competition due to an OCI had no standing to participate in this protest, even though it had appealed its disqualification to the CAFC and was awaiting a decision. The court also denied the protest allegation that the agency had not conducted meaningful discussions because the USPS' vague regulations about discussions do not create the same obligations as the FAR does.  

 

Sole Source/Small Business/Restricted Competitions

In Vectrus Services A/S, an unsuccessful protest which involved complex questions of interpretation, the court held that under applicable standards for interpreting such documents, the terms of international agreements, treaties, and diplomatic correspondence, as well as practical construction and the course of conduct of the signatory countries, required the agency to restrict the competition in such a way that  plaintiff was ineligible for award, and, therefore, such restrictions did not violate CICA.

In SEKRI, Inc., a successful preaward protest, the court held that the agency would be enjoined from procuring less than 100% of its requirements from the sole qualified AbilityOne provider of the contract items and from seeking a way to procure 50% of its requirements from another source. However, the court held that a claim seeking enforcement of set price for the disputed AbilityOne items was not ripe for review because the regulations established procedures for AbilityOne to periodically adjust such prices and to resolve disputes over them. 

mLINQS, LLC won some skirmishes but lost the war in its protest. Specifically, the court held that: (i) the protest challenging the cancellation of a solicitation filed 10 months after the  cancellation was neither foreclosed by Blue & Gold Fleet nor otherwise untimely because the reasons for the cancellation were not apparent at the time, leaving the protester with the impression that the solicitation could be reinstated once a PIA investigation was concluded; (ii) the FASA task order bar did not apply here because the protester was not challenging the solicitation, itself, but rather the adequacy of the agency's actions (a) in conducting market research to determine the procurement vehicle and (b) in complying with the standards for deciding whether to set aside the procurement; (iii) after an appropriate Rule of Two analysis concluded there were not two small businesses capable of performing the requirement, the agency was not required to conduct a new Rule of Two analysis before changing procurement vehicles the very next year; (iv) the agency conducted adequate market research to determine whether  a satisfactory commercial solution was available (as opposed to a development approach); and (v) the cancellation of the solicitation was within the Contracting Officer's sound exercise of his discretion because of the PIA investigation and the agency's decision to add licensing requirements before bids had been received. 

In Defense Integrated Solutions, LLC, the court let stand the SBA OHA's decision, on remand, reversing the OHA's own prior decision and holding that under 13 C.F.R. § 125.18(b)(2)(ii)(A) an SDVOSB joint venture agreement may provide that a non-managing partner must approve (or may veto) claim and litigation decisions. 

In Piedmont Propulsion Systems, LLC, a successful preaward protest, the court held that the solicitation requirement that awardee be either the OEM or licensed by the OEM to supply the contract items unduly restricted competition because the agency did not know what benefits licensing provided without relying on statements from the OEM and did not obtain information from the OEM clearly indicating that licensing was required to meet the agency's minimum needs. 

In Consolidated Safety Services, Inc., a successful preaward protest against the NAICS code chosen by the Contracting Officer for a procurement, which had been affirmed by the OHA, the court held there was no rational basis for assigning NAICS Code 541620 ("Environmental Consulting Services") as opposed to NAICS 541715 ("Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)"), which was the code proposed by the plaintiff, where the solicitation contemplated research and development. The case is interesting primarily because the court states that there are limits to the deference to be accorded to the Contracting Officer's choice and that the OHA had overstepped those limits.

In Karthik Consulting, LLC, an unsuccessful post-award protest, the court held that the agency's determination that the plaintiff was ineligible for an 8(a) task order award under a MAS contract had a rational basis because: (i) the firm had already graduated from the 8(a) program before the task order solicitation was issued; (ii) its status as an 8(a) firm at the beginning of the MAS contract was irrelevant because that contract was not set aside for 8(a) firms; and (iii) the task order solicitation was specifically limited to 8(a) firms.

In CeleraPro, LLC, an unsuccessful challenge to the proposed award of sole-source task order to the holder of an existing single-award, IDIQ contract contract as a modification to that contract, the court held that: (i) the plaintiff has standing to challenge the award to an 8(a) firm even though was not, itself, 8(a) because an element of the challenge was whether the solicitation was properly limited to 8(a) firms, and it could compete for award if it were not so limited; but (ii) the contract mod was within the scope of the original contract because that contract adequately advised offerors of the possibility of such a change, and the mod did not substantially change the type of work, performance period, and costs as between the original contract and the modified contract, so CICA's competition requirements were not implicated by the modification.  

In LS3, LLC, an unsuccessful protest of the SBA OHA's determination that a firm did not qualify as SDVOSB joint venture because the non SDV member could exercise negative control through its position on the joint venture's management committee, the court spent much of its time analyzing the degree of deference it owed the OHA's decision in this situation--quite a bit as it turns out because the court considered the OHA's holding to be primarily on an issue of fact, i.e., the amount of negative control that was possible in this situation. 

Responsiveness/Late Bids

In The Kace Co., an unsuccessful preaward protest against the rejection of the plaintiff's revised proposal submitted via email minutes late during corrective action, the court began its decision with this summary of its rationale: "This case is governed by two maxims: 'Late is Late' and 'Rules are Rules.'" The court held, inter alia, that the "otherwise successful offer" exception to the late is late rule did not apply because the agency had canceled the original award to the plaintiff and then undertaken corrective action, including modifying the solicitation (this modification also being the reason why the agency did not go back and accept the plaintiff's original offer when its revised offer was late).

In Togiak Management Services, LLC, a successful protest against the rejection of the protester's bids as nonresponsive due to the fact that the submitted bid bonds were photocopies, although the court rejected the protester's own arguments, it held that the agency erred by relying on a line of GAO decisions holding photocopied bid bonds were nonresponsive, which the court concluded were erroneous. 

Corrective Action/Stay Pending Protest

In Garrett Electronics, Inc., an unsuccessful post-award protest, the court held that: (i) under the highly deferential standard that the CAFC's precedent in Dell Federal Systems, L.P., required it to use to evaluate corrective action, the agency's decisions to solicit revised proposals rather than simply to reevaluate and then to undertake additional corrective action had rational bases in the record; (ii) the agency treated offerors equally in conducting corrective action by communicating to each the significant areas of weakness in its proposal; and (iii) the protester offered no evidence to support its contention that the awardee learned of the protester's price during corrective action.

In SLS Federal Services, LLC, a successful protest against an agency's implementation of corrective action, the court held that: (i)  where the agency had undertaken corrective action in response to a GAO protest instead of asserting a meritorious Blue & Gold Fleet defense, the protester was not barred by Blue & Gold Fleet from protesting the implementation of that corrective action; (ii) the corrective action did not address the problem that agency did not request any price information and, therefore, did not conduct any price reasonableness evaluation; (iii) the agency abused its discretion by failing to conduct discussions pursuant to DARS 215.306 without providing an adequate justification; and (iv) Blue & Gold Fleet did not require the protester to challenge the solicitation's statement that the agency did not contemplate holding discussions where the solicitation reserved the agency's right to do so.

In Harmonia Holdings Group, LLC, on remand from the CAFC, the CoFC held that, where solicitation amendments that were issued after offers were submitted affected only staffing plans and corresponding sections of the price proposals and did not materially affect the offerors' technical proposals, the agency was not required to permit amendments to those technical proposals, especially because the procurement was not conducted pursuant to FAR Part 15 procedures. 

In IXI Technology Electronic Warfare, LLC, dba IXI EW8, an unsuccessful protest against an agency's decision to cancel a solicitation made while taking corrective action on a prior protest, the court held that, while the cancellation decision was "triggered" by the prior protest, that decision, nevertheless, had a rational basis in the record based on the agency's requirements, presuming, as the court must, that the agency acted in good faith.

In Cahaba Safeguard Administrators, LLC, an unsuccessful protest by the original awardee against the agency's corrective action, the court held that, upon remand from the court: (i) the agency's reconsideration memorandum was a new decision (even though it reached the same conclusion as the agency's original corrective action decision) and, therefore, was not limited to the same reasoning in the agency's original corrective action decision; (ii) the new decision had a rational basis, discussing multiple defects in the original solicitation and evaluation; (iii) the decision to cancel the solicitation and resolicit did not prejudice the original awardee because there were rational bases for that decision, and the original awardee would be permitted to compete in the new competition; and (iv) the decision to open the new solicitation to original and new offerors was not beyond the scope of reasonable corrective action, which is within the discretion of the agency, especially given the agency's conclusions regarding multiple defects in the original procurement. 

In Trace Systems Inc., an unsuccessful protest against the agency's decision to cancel a procurement (and resolicit) after initially undertaking corrective action in response to a prior protest, the court held that: (i) the agency's decision had rational bases in the record, especially when considered as a group, specifically (a) an appearance of an OCI involving multiple offerors, including the plaintiff, (b) redundant evaluation criteria that needed to be revised, and (c) changes in the agency's requirements; (ii) the plaintiff lacked standing to challenge the extension of a bridge contract pending issuance of the new solicitation because the plaintiff presented no evidence that it was fully capable of performing the bridge contract work as of the date that contract was awarded; and (iii) there was no evidence of bad faith animus by the agency toward the protester (especially considering that the agency originally had awarded it the contract). 

In AccelGov, LLC and SI-Markon JV, LLC, the court denied the Government's motion to dismiss consolidated protests based on the Government's intention to take corrective action because the proposed corrective action was only vaguely described and did not clearly moot the  plaintiff's concerns with the procurement.  

In Vectrus-J&J Facilities Support, LLC, an unsuccessful protest of the agency's decision not to expand the scope of corrective action in response to an agency protest, the court held that: (i) the awardee did not make misrepresentations concerning the contents of a novation package and its status at the time the awardee submitted its proposal; (ii) the agency properly credited the awardee with the past performance and experience of a predecessor firm that became awardee's subsidiary only after the projects that were credited to the awardee had transpired; (iii) nothing in the FAR prohibited the agency from treating a firm as a predecessor of the awardee or from considering its projects as "reasonably predictive" under the solicitation's evaluation scheme; (iv) the conclusion that the predecessor's contracts were reasonably predictive of the awardee's ability to perform the current contract was properly  based on a finding that the predecessor had transferred its assets and nearly all employees involved in performing those contracts to the awardee; and (v) there was no prejudice to the protester from the limited scope of the second corrective action.  

In PredictiveIQ LLC, an unsuccessful protest seeking a preliminary injunction against the agency's decision to lift the stay on awards not related to plaintiff's GAO protest in an SBIR procurement contemplating multiple awards for individual funding agreements, the court held that: (i) each SBIR award is a separate procurement under the FAR, and, thus, the agency did not violate CICA by staying only awards that related to the GAO protest; (ii) the agency preserved funding for the awards  related to the GAO protest in case plaintiff were to win there, thus eliminating the possibility of irreparable injury to the plaintiff; and (iii) the alleged competitive disadvantage to the plaintiff from the agency's decision not to stay some of the awards was too speculative to constitute irreparable harm. Subsequently, the plaintiff's motion for consideration was denied.

In BWhit Infrastructure Solutions, LLC, an unsuccessful protest against an agency's corrective action in response to a prior GAO protest, the court held there was a rational basis for the agency's decision to cancel an award to plaintiff and amend the solicitation to eliminate ambiguities and account for updated agency requirements resulting from delays caused by the original GAO protest.  

In Syneren Technologies Corp., et al., which involved unsuccessful protests of the agency's new awards based on reevaluations of proposals following the court's prior protest decision in Allicent, the court held that: (i) the agency was not required to seek remand from the court before undertaking voluntary corrective action, especially where the plaintiffs did not allege any prejudice from the remand and would have the same complaints whether or not the corrective action were the result of a remand; (ii) the corrective action was not procedurally defective and is not objectionable merely because it reached the same conclusions as the original evaluation; (iii) three of the plaintiffs cannot establish prejudice because flaws in their proposals (which court already determined were rationally evaluated) made them unawardable; (iv) the agency followed the court's prior decision in conducting a rational reevaluation, and, therefore, there was no breach of the implied duty of good faith and fair dealing; and (v) challenges by individual protesters to various parts of their individual reevaluations fail because there were rational bases for the agency's evaluations in each case.  

Conflicts of Interest

In its latest decision on the Michael Stapleton Assocs., et al. preaward protests, the court generally affirmed its prior order pursuant to which the Postal Service would phase out a company and prohibit its future performance as a result of organizational conflicts of interest that tainted solicitations.

In KOAM Eng'g Systems, Inc., an unsuccessful post-award protest involving allegations of the appearance of a conflict of interest involving a married couple, one of whom worked for the Government and the other for the awardee (including preparing its proposal), the court held that: (i) a Contracting Officer is not required to undertake a separate investigation into the "appearance of a conflict of interest" in addition to an investigation of an "actual conflict of interest"; (ii) the multiple results of the detailed investigation conducted by the Contracting Officer into conflict of interest allegations established that there was no personal conflict of interest involving the married couple, as evidenced by (a) the concrete steps they took to avoid it, (b) unrebutted declarations that no improper disclosure of information had occurred, (c) the lack of participation in the solicitation preparation and evaluation process by the individual in question, and (d) the relative insignificance of the data that the plaintiff alleged might have been disclosed.  

In CACI, Inc.--Federal, the court  held that there were rational bases for both (a) the agency's process of investigating a conflict of interest, including notifying the protester of the agency's concerns, and permitting the protester to respond, and (b) the agency's decision to bar the protester from a competition due to an unfair competitive advantage stemming from the  protester's use of a former agency official involved with the program to help prepare its offer.  

In Paradyme Management, Inc., another unsuccessful post-award protest, the court held that: (i) there was a rational basis for the agency's conclusion that the awardee's revised mitigation plan for an alleged impaired objectivity OCI related to a task to recommend test tools was adequate in that it assigned evaluation work to firewalled subcontractors and removed the awardee's own products from those to be evaluated; and (ii) the Contracting Officer had a rational basis for determining that the OCI (a) was not a "significant" one under FAR 9.506(b), and, thus, (b) did not require the Contracting Officer to jump through extra hoops to address it.  

In Point Blank Enterprises, Inc.,  an unsuccessful post-award protest seeking a preliminary injunction, the court held that although the plaintiff was likely to succeed on the merits of its OCI allegations due to the absence of documents in the record showing any adequate investigation of the issue by the Contracting Officer, no preliminary injunction would issue because the protester had failed to establish irreparable harm when the solicitation did not guarantee that any awards would be made, especially "when the harm facing the United States as a result of an injunction is potential loss of life or serious injury to law enforcement officials."  

EAJA/Fees/Costs

In SEKRI, Inc., the court denied the protester's claim for attorneys' fees pursuant to 28 U.S.C. § 2412(b) because the plaintiff failed to demonstrate that the defendant acted in bad faith and that a causal connection between the defendant’s supposed misconduct and the plaintiff’s requested fees and expenses existed. The court also held that 28 U.S.C. § 2412(d) (the EAJA) unambiguously bars tax-exempt organizations employing more than 500 people from receiving attorney’s fees and expenses, and the plaintiff had failed to offer any proof it met the employee test. Finally, the court denied the plaintiff's requests for Rule 11 sanctions against the defendant's filings because the requests were untimely (filed a month after case closed) and lacking proof that the challenged filings were made for an improper purpose or without factual support.

Miscellaneous

In ARxIUM, Inc., the court determined the quantum of bid and proposal costs owed to the contractor following its prior protest, holding that the contractor could not recover its employees' costs or attorneys' fees incurred after the injunction was entered in the original protest when no new proposal had thereafter been submitted. The court also held the contractor could not recover for "lost opportunity" costs.

In Eastern Shipbuilding Group, Inc., a post-award protest, the court denied the protester's motion for additional briefing and to supplement administrative record based on an indictment of, and an SEC complaint against, former executives of the awardee filed about six weeks after briefing in the current protest was complete because a protest is to be evaluated based on the administrative record in existence at the time of the protest.  

In Bear Mountainside Realty LLC, the court allowed limited supplementation of the administrative record with documents obtained through FOIA concerning the protester's allegation that an IRS official acted with bad faith and bias in influencing the GSA to cancel a lease solicitation.  

In Rotair Aerospace Corp., a preaward protest against a proposed sole source contract, the court denied the plaintiff's request to supplement the administrative record with prior contracts and specifications relating to the manufacture of the arm assembly being procured for the Apache military helicopter because those documents were not necessary for effective judicial review of the protest  grounds. In a subsequent Rotair Aerospace Corp. decision, the court denied the protester's motion for a stay pending its appeal of the court's earlier order denying the protester's motion to supplement the administrative record because that order was not a "final decision" that could be appealed, did not include a "controlling question of law," and was not final under the collateral order doctrine. In a fourth Rotair Aerospace Corp. decision involving the same protest, the court denied: (i) the protester's motion to complete the administrative record with documents not considered by the agency in making the decision to conduct the sole source procurement challenged by the protester; and (ii) the protester's request to conduct depositions because they were not necessary to decide the protest.

On the other hand, in Bear Mountainside Realty LLC, a protest challenging the cancellation of a lease procurement, the court granted portions of the plaintiff's request to further supplement the administrative record because prior documents received by the plaintiff in discovery could be evidence of the agency's animus toward plaintiff and the pretextual basis for the cancellation.  

In Syneren Technologies Corp., et al., the court denied the applications of three consultants working for one of the protesters for admission to the protective order in the case because, inter alia, the record and issues raised by the protester were not sufficiently technical as to require review by expert consultants in order to effectively represent the protester's position, especially given the increased risk of inadvertent disclosure of proprietary information raised by the additional applications.

In Bear Mountainside Realty LLC, an unsuccessful protest against the cancellation of a solicitation, the court held that, although the emails of some individual agency employees evidenced animus towards the protester, there was insufficient evidence to meet the high burden of proof required to establish the agency's  bad faith motivation for the cancellation. 

 

Court of Appeals for the Federal Circuit

Jurisdiction/Standing

In 22nd Century Technologies, Inc., the CAFC affirmed the prior CoFC decision finding it lacked jurisdiction over a protest contesting an SBA OHA decision because it related to the award of a task order and was, therefore, barred by FASA.

In CACI, Inc.-Federal, the CAFC held that, although the CoFC had erred in concluding that it lacked jurisdiction due to an OCI not previously raised by the Contracting Officer when that issue was merely one of statutory standing, which should not have been determined de novo by the Claims Court, the agency's evaluation regarding a technical deficiency in the protester's proposal rendering it ineligible for award had a rational basis.

In M.R. Pittman Group, LLC, the CAFC held that: (i) the Blue & Gold Fleet waiver rule is not a jurisdictional issue; (ii) the CoFC did not commit reversible error by dismissing the protest before (a) the administrative report had been filed and (b) the protester had filed a formal response to the Government's motion to dismiss; and (iii) under Blue & Gold Fleet, the plaintiff had waived its right to protest by failing to timely object to a patent solicitation ambiguity created by the incorporation by reference of a specific FAR clause that contradicted other statements in the solicitation, thus meriting dismissal of the protest under Court of Federal Claims Rule 12(b)(6)

Evaluations

In CACI, Inc.-Federal, the CAFC held that, although the CoFC had erred in concluding that it lacked jurisdiction due to an OCI not previously raised by the Contracting Officer when that issue was merely one of statutory standing, which should not have been determined de novo by the Claims Court, the agency's evaluation regarding a technical deficiency in the protester's proposal rendering it ineligible for award had a rational basis.

In SAGAM Securite Senegal, a decision labeled as nonprecedential, the CAFC upheld the CoFC's decision: (i) that cancellation of a solicitation (based on disclosure of bidder's proprietary information to competitor) lacked a rational basis; and (ii) enjoining resolicitation (rather than ordering remand) because the resolicitation plan did nothing to mitigate the harm from the the improper disclosure.

Small Business Issues/Set-Asides

 

 

 

SBA Office of Hearings and Appeals

Jurisdiction/Standing/Timeliness/Procedure

In Size Appeal of Advant-Edge Solutions of Middle Atlantic, Inc., SBA's OHA held it lacked jurisdiction over (a) an allegation that the awardee lacked necessary licenses and permits to perform the contract and (b) an allegation first raised on appeal.

In Matter of National Sourcing Specialists, LLC, the OHA held it lacked jurisdiction over an appeal involving an 8(a) issue by a joint venture that was not an 8(a) participant, even though one of the JV members was an 8(a) firm.

In Size Appeal of VMJR Companies LLC, the OHA upheld the Area Office's use of a negative inference to make its size determination after the protested firm failed to timely file clearly relevant documents (tax returns) requested by the Area Office. 

The OHA issued several brief decisions dismissing appeals for lack of jurisdiction because each of them involved only a refusal to certify a firm as an SDVOSB solely because its owner had not established he was a veteran, e.g., VSBC Appeal of Newport Hall, Inc.

In Size Appeal of Ekagra Partners, LLC, the OHA affirmed the Area Office's dismissal of a size protest for lack of standing because the protester's proposal had been eliminated from the competition as technically unacceptable and unsatisfactory.

In VSBC Appeal of B.E. Scaife Plumbing Company, Inc. d/b/a TamCo Services, Inc., the OHA dismissed (as untimely filed) an appeal from a determination that a firm that had failed to provide requested evidence that its SDV was its highest compensated employee, resulting in an adverse inference, was not a qualified SDVOSB. The OHA held that, despite the appellant's arguments to establish timeliness, the original adverse determination was not a "draft," and a subsequent email to the appellant from the agency was not a supplemental determination because it was neither denoted as such nor signed by someone with authority to make such a determination.  

In Size Appeal of Computer World Services Corp., the OHA agreed with the Area Office that because the CIO-SP3 vehicle is a long term contract, a size protest filed in connection with an individual task order solicitation that did not include a request for recertification was untimely. 

In NAICS Appeal of Bridges Systems Integration, LLC, the OHA held that an appeal of the  NAICS code assigned to an order under a multiple award contract (MAC) was untimely because, as required by the regs, it was the same NAICS assigned to the underlying MAC, which was not timely challenged.

In NAICS Appeal of Laredo Technical Services, Inc., the SBA's OHA held it lacked jurisdiction over an appeal alleging that the Contracting Officer had erred in conducting an RFQ for a BPA under a MAC whose only NAICS code was not appropriate for the BPA.  

In Matter of Monbo Group Int'l, Ltd., the OHA dismissed an appeal of a firm's suspension from the 8(a) program because the firm did not file a timely appeal petition that included a "clear and concise statement of the factual basis of the case and applicable legal arguments" as required by 13 C.F.R. § 134.203(a)(3).

In VSBC Appeal of Secutors Consulting Services, LLC, the OHA dismissed an appeal where the appellant failed to comply with the OHA's order to file a new appeal petition to cure deficiencies in the original petition.

In VSBC Protest of Elevated Technologies, Inc., the OHA dismissed a protest against an apparent awardee's SDVOSB status because the agency had canceled the award in response to a GAO protest.  

In  Size Appeal of Glacier Technologies, LLC, the OHA held that a size protest filed more than five days after the original announcement of the apparently successful offeror was untimely even though the agency subsequently took corrective action that merely suspended performance temporarily rather than cancelling the award. 

In VSBC Appeal of Better Metal, LLC, the OHA held that a firm initially failed to timely file its appeal petition to the correct address, and its corrected filing was untimely.

In VSBC Appeal of Vetted Medical Supply LLC, the OHA dismissed an appeal because an email to the OHA did not satisfy the requirements for an appeal petition, and the appellant subsequently failed to respond to an order directing it to correct the deficiencies and serve the corrected document on all parties.  

In Size Appeal of Daniels Bldg. Co., the OHA held that a typographical error in the agency's original written notice of the apparently successful bidder did not excuse a firm's failure to protest the winner's size within five days of bid opening, especially where the firm had attended the bid opening and could readily identify the low bidder.  

In Size Appeal of LS3, LLC, the OHA dismissed a protest as moot because the OHA had previously decided a case involving the same protester, the same procurement, and the same issue: VSBC Protest of New Directions Technologies, Inc. 

 In Size Appeal of Allegheny Science & Technology Corp., the OHA held that the Area Office had correctly determined pursuant to 13 C.F.R. § 121.1004(a)(3) that a protest against the  size of a firm issued a BPA under a long-term GSA schedule contract was untimely because such protests are treated as protests on the underlying contract.

In Size Appeal  of Daniels Bldg. Co., the OHA held that the Area Office had properly dismissed (as speculative) a protest alleging only that two firms "have not fulfilled their obligations as Mentor and Protégé and have no intention or ability to fulfill those requirements on the project at issue" without supporting evidence. 

In VSBC Protest of Blue Collar Ops, Inc., the OHA dismissed a protest as moot after the challenged firm was removed from consideration for award. 

In Size Appeal of Global Pacific Design Builders, LLC, the OHA held that the Area Office had correctly dismissed a protest as non-specific because it only alleged facts concerning the protested firm's size after the date on which it was required to self-certify. 

In VSBC Protest of Tomahawk Sourcing, LLC, the OHA dismissed a protest that failed to timely and effectively respond to OHA order to show cause why the protest should not be dismissed as nonspecific. 

Ostensible Subcontractor

In Size Appeals of Apogee Group, LLC, and RPM Partners, LLC, the OHA denied consolidated size protests because the protested small business prime could delegate most responsibilities in a construction contract so long as it maintained management and portfolio oversight. 

Other Affiliation Issues

In Size Appeal of Aldevra, LLC, the OHA: (i) denied a request to submit new evidence because it was available, but not submitted, at the time of the original size determination; (ii) denied a request for a hearing because it was unnecessary to the resolution of the protest; and (iii) held that the Area Office had conducted a reasonable investigation in determining that two firms had taken adequate steps to disentangle themselves from a prior affiliation. 

In Size Appeal of Portacool, LLC, the OHA held that the Area Office correctly drew an adverse inference from the challenged firm's failure to provide relevant information requested by the office concerning possible affiliates and the ownership of the company the challenged firm claimed to be 100% owned by.

 Other Miscellaneous Size Issues

In Size Appeal of Focus Revision Partners, the OHA reversed the Area Office's determination because the challenged mentor-protégé JV agreement did not provide sufficient detail to meet the requirements of 13 C.F.R. § 125.8(b)(2) and (c). Specifically, the OHA noted that a JV Addendum was not signed and was not created until after the date of final proposal revisions. Moreover, had the Addendum been considered, the JV agreement did not describe in sufficient detail each party's duties with regard to the project, even under the relaxed standards applicable to an indefinite quantity contract.

In Size Appeal of Rigid Constructors, LLC, the OHA held that where, despite repeated requests, the appellant had failed to provide completed, unredacted tax returns (or "other relevant information") for certain of its and its acknowledged affiliates' revenues for two of the required five years, the  Area Office was justified in drawing an adverse inference. 

In Size Appeals of Master Boat Builders, Inc., Steiner Construction Company, Inc., the OHA remanded the case to the Area Office because it had (i) incorrectly determined that the challenged firm was the manufacturer under the nonmanufacturer rule absent any lease arrangement establishing that the firm would manufacture the contract items at its own facilities; and (ii) failed to investigate the protesters' allegations regarding affiliation. Subsequently, the challenged firm's petition for reconsideration was denied

In Size Appeal of VORAGO Technologies, Inc., the SBA's OHA held that, in determining the appellant was other than small, the Area Office had erroneously relied on (a) ambiguous evidence on a website and (b) a letter not shown to the appellant and to which it was not given an opportunity to respond, rather than evidence submitted by the appellant. 

In Size Appeal of GC&V Constr., LLC, the OHA held that the Area Office had correctly used its ownership percentage to calculate an affiliated firm's share of the receipts from joint ventures of which it was a member, which rendered the affiliated firm (and, thus, the appellant) other than small even after deducting amounts already accounted for in the affiliated firm's tax returns in order to avoid double-counting. 

In Size Appeal of Forward Slope, Inc., the OHA held that the Area Office had incorrectly concluded that a firm which represented itself as small in connection with an underlying MAC contract had to re-certify for purposes of a task order solicitation that did not require recertification when the firm had been acquired by another firm (and, therefore, was no longer small) when it submitted its proposal for the task order award. 

8(a)/VSBC/SDVOSB/CVE/WOSB Status

In Matter of Strategic Alliance Solutions LLC, on remand from the CoFC overturning a prior OHA decision, the OHA held that an SDVOSB JV agreement provision requiring the approval of non managing venture members for (a) the initiation of any claim or litigation under the JV contracts and (b) any final decision to continue prosecution of, or settle, such litigation or claim was not objectionable.

IIn the Matter of Partners In Energy, L.L.C., the OHA held that a franchise agreement gave the franchisor the power to control the franchisee, which was, therefore, ineligible for verified SDVOSB status. The interesting thing about the decision is that the OHA (i) recognized that the applicable regulations make it almost impossible for a franchise agreement to survive the current test for control and (ii) implied the regs need to be revised. 

 CVE Appeal of LpM Supply Inc., the OHA upheld the denial of a firm's application as a verified SDVOSB because provisions in its bylaws requiring a majority of directors to take certain actions did not establish the requisite control by 51% owner/disabled veteran, and an amendment to the bylaws made after CVE's denial decision was late and did not cure the problem, despite multiple opportunities provided by CVE for the appellant to address the problem earlier. 

In Size Appeal of SysCom, Inc., the OHA reversed the Area Office because the evidence clearly established that: (i) although an 8(a) JV agreement properly designated the 8(a) as the managing venturer, applicable Michigan law also required the firm's Operating Agreement to make that designation, and the JV did not have an Operating Agreement or any other similar document, and (ii) the JV's bylaws required a "majority" of a two-person board for a quorum, which allowed the non 8(a) member to exert negative control. 

In CVE Protest of Veteran Electric, LLC, the OHA denied a challenge based mainly on allegations of violation of the ostensible subcontractor rule because this was a construction contract for which the challenged firm need only, and did, establish it would manage the project and had adequate managerial experience to do so. 

In VSBC Appeal of Wigs Plus L.L.C., the OHA upheld the denial of a firm's certification as an SDVOSB because the contradictory evidence submitted by the firm did not establish that the SDV held the company's highest office and controlled its day-to-day operations. 

In VSBC Appeal of Perrilliat Enterprises, the OHA remanded the case to the SBA because the appellant established that in denying its certification as an SDVOSB, the SBA made certain assumptions concerning ownership and control that were not compelled by the documents it reviewed and that needed further examination. 

In VSBC Appeal of Tree Services, Inc., the OHA held that the SBA had prematurely denied a firm's application for certification as a VOSB before the deadline the SBA had given the firm to provide additional documentation. 

In VSBC Appeal of Veterans Constr. Midwest Corp., the OHA held that pursuant to 13 C.F.R § 128.202(i)(2)(iii), a firm was no longer eligible as an SDVOSB because it had been 10 years since the SDV had died and his surviving spouse had functioned as principal/President. 

In VSBC Appeal of Horizon Marketing, Inc., the SBA's OHA affirmed the SBA's denial of a firm's certification as an SDVOSB because: (i) a non-veteran had the power to exert negative control over the firm; and (ii) the 51% ownership interest was held by a Trust rather than by the SDV.

In VSBC Protest of Beshenich Muir & Associates, LLC & ELB Services LLC, the OHA held that, although a member of a joint venture had established that it was an SDVOSB, the joint venture's operating agreement failed to comply with applicable regulations in several respects: (i) it did not name a specific individual as the responsible manager; (ii) an attachment purporting to fulfill the requirement to itemize all major equipment, facilities, and other resources to be furnished by each party to the joint venture was not made part of the record; and (iii) the agreement failed to specify the responsibilities of the parties with respect to the negotiation of the contract, source of labor, and contract performance. 

In VSBC Protest of New Directions Technologies, Inc., the OHA held that the non-SDV member of a JV had negative control over the JV's daily management and operations.

In VSBC Protest of U.S. Department of Veterans Affairs, the OHA held that a JV agreement did not specify the responsibilities of each member with regard to contract work and gave the non-SDV member negative control through its right to hire and fire employees and other HR responsibilities.

In VSBC Protest of Billet Industries, the OHA held that the SDV partner of a firm did not control its operations because the firm's agreement gave both partners an equal voice. 

In VSBC Protest of Arapaho Technical Svcs., LLC, a successful protest against a firm's SDVOSB status, the OHA  held that: (i) the SDV owned only 50.1 % rather than the required 51% of the firm; and (ii) the firm admitted that a non-veteran managed or supervised its day-to-day operations. Subsequently, the OHA denied the challenged firm's petition for reconsideration.

In VSBC Appeal of Murray and Treittel, Inc., the OHA held that the SBA had erred in determining under 13 C.F.R. § 128.203(e)(2) that the appellant was not qualified as a VOSB based on the fact that the veteran was only one of five members of the Board, without first considering whether the veteran controlled the Board under § 128.203(e)(2), which identifies three situations in which the SBA will deem qualifying veterans to control a Board, one of which is when "[o]ne qualifying veteran owns at least 51% of all voting stock, the qualifying veteran is on the Board of Directors, and no supermajority voting requirements exist for shareholders to approve corporation actions.

In VSBC Appeal of Verndari, Inc., the  OHA held that the SBA had incorrectly found an SDVOSB ineligible due to negative control where the SDV owned the majority ownership interest, was Chairman of the Board, and, according to firm's Bylaws, could convene a special meeting of the shareholders, at which the  shareholders could vote to remove any or all directors, with or without cause, so that the SDV, as the majority shareholder, would determine the outcome, making the appearance of negative control illusory, because the SDV could remove and replace any directors attempting to block a quorum of the Board.

In VSBC Appeal of Carleton Controls Corp., the OHA upheld the denial of a firm's eligibility as a VOSB because the Appellant did not demonstrate how its 93.79 % ownership by its 401(k) plan as a trust structure complied with the direct ownership requirements of 13 C.F.R. § 128.202(a), i.e., that the trust was revocable and that all current beneficiaries of the trust were veterans. The Appellant also did support its application with copies of the actual trust documents. 

In VSBC Appeal of The Old Breed Svcs., LLC, the OHA upheld the SBA's denial of an appellant's application for certification as an SDVOSB  because, despite repeated requests to do so, the appellant had failed to submit documentation that demonstrated (a) its alleged mentor-protégé agreement was still in force, and (b) its relationships with other affiliated firms with which it was co-located were not disqualifying.

In VSBC Appeal of Amenity Waste Solution, the OHA upheld the denial of  a firm's application for certification as an SDVOSB because inconsistent information in the firm's documentation did not conclusively establish the SDV had the requisite authority and control. 

In VSBC Appeal of Iron Shamrock, LLC, the OHA upheld a decision denying VOSB status to a firm because multiple provisions of its franchise agreement established that the franchisor, rather than the veteran, had control of the firm.  

In the Matter of WOOD Consulting Svcs., Inc., the OHA held that the woman owner of a WOSB firm who worked there from 7:30 am to 3:30 pm every weekday, and then worked at another firm from 3:30 to 5:30 pm and from 7:30 to 10:30 pm plus weekends had control of the WOSB, and her other job did not interfere, especially where the WOSB's business was computer programming, which does not require that work be conducted from 9 to 5. Moreover, the fact that she had the power to remove anyone, including her husband, from their position on the board showed that any alleged control he had was illusory.

In VSBC Appeal of Divinely Elegant Vines LLC, the OHA dismissed an appeal because it did not establish any error in the original decision  denying SDVOSB status. Specifically, the unanimity provision in the firm's Operating Agreement meant the SDV lacked the required control of the firm. 

In In VSBC Protest of M Wilkinson Constr. Co., the OHA held that the fact that the veteran owner of a VOSB (who had the requisite control over the challenged firm) lived in a different state was not disqualifying, especially where the firm did business in multiple states, and the fact that a minority owner provided building space rent free to the firm was not grounds for disqualification either. 

NAICS

In NAICS Appeal of Prime Physicians, the OHA held that in a solicitation for "professional medical (i.e., clinical) and medical support services to either supplement existing medical staffs or provide full operational services on-site or off-site in support of mission requirements within federal hospitals, clinics, and dental facilities," appellant's choice of NAICS code 621111 ("Offices of Physicians") was preferable to the Contracting Officer's designation of NAICS code 622110 ("General Medical and Surgical Hospitals").

In NAICS Appeal of Laredo Technical Svcs., Inc., the OHA held that in a solicitation for on site Optometry Provider Services and Ophthalmology Health Technician/Certified Ophthalmic Assistant (COA) services, appellant's choice of  NAICS code 621320 ("Office of Optometrists") was preferable to the Contracting Officer's designation of NAICS code 561320 ("Temporary Help Services").  

In NAICS Appeal of Laredo Technical Svcs. Inc., the OHA held that in a solicitation for 41 full time equivalent radiologic technologists to perform services at VA facilities, NAICS 621512 ("Diagnostic Imaging Centers") was preferable to both the appellant's choice of  NAICS 621399 ("Offices of All Other Miscellaneous Health Practitioners") and the Contracting Officer's choice of NAICS 561320 ("Temporary Health Services"). 

In NAICS Appeal of Veterans First Health Care, the OHA held that in a solicitation for home oxygen services, the Contracting Officer's choice of NAICS 621610 ("Home Health Care Services") was preferable to the appellant's choice of NAICS 532283 ("Home Health Equipment Rental"). 

In NAICS Appeal of Laredo Technical Svcs., Inc., the OHA held that in a solicitation for registered nurse staffing services, the Contracting Officer's choice of NAICS 561320 ("Temporary Help Services") was a reasonable one, so there was no need to reach the appellant's choice of NAICS 621399 ("Offices of All Other Miscellaneous Health Practitioners").

In NAICS Appeal of Gemini Tech Svcs. LLC, the OHA held that in a solicitation for a wide range of personnel services to Fort Knox personnel, but not including consultation and advice on personnel matters, the Contracting Officer's choice of NAICS 561110 ("Office Administrative Services) was correct, in contrast to the appellant's choice of NAICS 541612 ("Human Resources Consulting Services"). 

In NAICS Appeal of  Aldevra, LLC, the OHA held that in a solicitation to supply kitchen equipment to a VA medical facility in Honolulu, the appellant's choice of NAICS 333415 ("Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing") was preferable to the Contracting Officer's choice of NAICS 335220 ("Major Household Appliance Manufacturing"). 

In NAICS Appeal of Brown Point Facility Management Solutions, LLC, the OHA held that in a solicitation to perform custodial services and to provide associated management, supervision, labor, transportation, materials, equipment, and supplies at a FEMA facility, the contractor's choice of NAICS 561720 ("Janitorial Services") was preferable to the Contracting Officer's choice of NAICS 561210 ("Facilities Support Services"). 

In NAICS Appeal of Laredo Technical Svcs., Inc., which involved a solicitation for medical coding services at a hospital, the OHA chose NAICS code 561499 ("All Other Business Support Services") over both the Contracting Officer's choice of NAICS 541511 ("Custom Coding Services") and the contractor's choice of NAICS 561410 ("Document Preparation Services"). 


This website links to resources on the web concerning government contracting. It is not intended to provide legal advice. Moreover, I do not vouch for the completeness, currency, or accuracy of the sites to which it links. If you have  comments, suggestions for new links, or corrections, please email me