Stan Hinton

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

Recent Court of Federal Claims Protests 2013-Present



See also Court of Federal Claims Protests 2005-2012

Click on any case name below to link directly to that decision

2024

Associated Energy Group, LLC v. United States, No. 23-2047 (July 2, 2024) (plaintiff lacks standing to protest second sole source bridge contract extension because: (i) it failed to express interest in the  bridge contract by submitting a capability statement; and (ii) it admittedly does not have the capability to timely perform the bridge contract work) 

PMCG CollaborateUp JV LLC v. United States, No. 24-79 (June 24, 2024) (Contracting Officer erred in concluding JV was ineligible for award based on preliminary suspension of one of its members without investigating further when firm had challenged the suspension and it was lifted before any task order awards were made)

Accura Eng'g and Consulting Services, Inc. v. United States, No. 22-1592 C (June 21, 2024) (awards full EAJA fees after successful bid protest because Government's litigation position was based on an interpretation of the controlling statute that was contrary to its plain language, a prior GAO decision favoring the Government was irrelevant, especially because the winning argument was not considered there, and the fact that only one of several arguments prevailed was irrelevant because there was a clear win and all the arguments had been interrelated and directed at the same result)

HealthRev, LLC v. United States, No. 24-0352 (June 13, 2024) (unsuccessful post-award protest; agency properly evaluated offer of mentor-protégé joint venture under 13 C.F.R. § 125.8(e) by evaluating each member's strengths and weaknesses in order to determine the capability of the joint venture as a whole ("in the aggregate"); agency did not evaluate proposals disparately or apply unstated evaluation criteria)

Trumble Constr., Inc. v. United States No. 24-164 C (June 12, 2024) (unsuccessful protest; under the key management evaluation factor, evaluators reasonably assigned deficiencies to protester's proposal for failing to demonstrate adequate experience of proposed managers and communicated those deficiencies to the protester, and agency was under no obligation to discuss them further with protester after it failed to adequately address the deficiencies in its revised proposal; agency reasonably assigned a deficiency to protester for failing to list proposed subcontractors, as required by the solicitation, even after being given a second chance to do so; agency reasonably assigned protester a weakness for having only a vague schedule;  agency had rational basis in the record for amending solicitation to extend performance period; agency rationally evaluated awardee's price as fair and reasonable and was not required to compare it to protester's lower price because protester's proposal was unawardable and, therefore, agency had no basis to determine that protester's price was fair and reasonable)

Safal Partners LLC v. United States, No. 24-351 (June 11, 2024) (unsuccessful post-award protest; agency did not mislead the protester when it allegedly changed definition of "strength" from the list of strengths provided to the protester in an initial debriefing to the strengths found by the agency after a subsequent evaluation because "strength" was never a defined term in any version of the solicitation and the information regarding strengths initially provided to the offeror was too nebulous to have a definition inferred from it)

Crowley Government Services, Inc. v. United States, No. 23-2172 (May 24, 2024) (unsuccessful preaward protest; contractor's position that United States Transportation Command ("TRANSCOM") solicitation provisions permitting GSA to audit transportation bills of carriers who present their bills to the Government for payment under FAR based contract pursuant to Transportation Act (31 U.S.C. § 3726(b)) are precluded as having already been decided by the D.C. District Court; TRANSCOM has authority to designate firms performing under the contract as "carriers"; this suit is not proper forum for addressing contractor's argument that there is an OCI in the manner in which the GSA, as a separate agency, employs firms to conduct its audits under contracts separate from this one)

Anders Constr., Inc. v. United States, No. 23-759 (May 22, 2024) (successful protest; no rational basis for any of five reasons advanced by agency to justify finding protester's proposal technically unacceptable following corrective action after finding it acceptable originally, e.g., protester's alleged failure to provide a "sample" completion report with its offer when the solicitation only required a report after dives were completed curing contract performance and protester's alleged failure to label certain documents submitted with its proposal when solicitation did not require them to be labeled, and protester's proposal unambiguously labeled an individual as a Supervisor, rather than a diver, and thus protester was not, contrary to what the agency contended, required to present a diver's certificate or him; no jurisdiction over protester's alternative claim under Declaratory Judgment Act)

Kearney & Co., P.C., et al. v. United States, Nos. 24-162 , 24-201 (May 16, 2024) (successful protest; agency's corrective action, based on GAO's erroneous statements in predictive outcome conference, lack rational basis because solicitation did not, as GAO suggested, require exact match between the PWS requirements for the key personnel position of Statistician-Senior and a labor category in the contractor's GSA Schedule contract)

Eagle Hill Consulting, LLC v. United States, No. 23-2194 (May 3, 2024) (unsuccessful post-award protest; erroneous spreadsheet initially filed by Government in administrative record was not spreadsheet actually provided to offerors; solicitation was not ambiguous concerning the method the agency would use to conduct price analysis; solicitation contained a patent ambiguity concerning information offerors were to include on pricing worksheet, which protester failed to timely challenge under Blue & Gold Fleet standard;  solicitation did not require offeror to provide "crosswalk" between labor categories in its offer and those in GSA schedule contract, and Contracting Officer did compare the two sets of information for the awardee, which was all that was required; adequate explanation in record for agency's evaluation of Corporate Experience, which court will not second-guess)

Superior Optical Labs, Inc. v. United States, Nos. 24-500 C, 24-533 C (Apr. 26, 2024) (grants competitor's motion to intervene in preaward protest alleging that if protester is disqualified as agency intends, award would be made essentially on sole-source basis to intervenor)

L3Harris Technologies, Inc. v. United States, No. 24-129 C (Apr. 25, 2024) (unsuccessful post-award protest; agency properly evaluated awardee's proposal in accordance with stated evaluation criteria rather than proposal preparation instructions; plaintiff misinterpreted evaluation criterion applying to one subfactor as if it should be the standard for them all; agency assigned weakness to awardee's proposal under correct subfactor rather than the one espoused by the plaintiff; rational basis for agency's assignment of weakness rather than deficiency to awardee's proposal; allegation that agency should have assigned multiple rather than single weakness to awardee's proposal is just quibbling with agency's judgment, to which court owes deference; rational basis for agency's cost realism analysis, including spare parts cost analysis;  reasonable basis for agency's evaluation of awardee's costs associated with exercising options; agency did not treat proposals unequally because proposals were not substantially identical in the challenged area; agency's evaluation was adequately documented; plaintiff failed to allege hard facts demonstrating agency impropriety in handling possible issue of conflict of interest or unfair advantage)

Jacqueline R. Sims d/b/a JRS Staffing Services v. United States No. 23-321 (Apr. 19, 2024) (unsuccessful preaward protest; solicitation's terms relating to how the agency will check credit reports of proposed contractor employees are sufficiently clear to meet all FAR requirements)

FYI - For Your Information, Inc. v. United States, No. 23-2177 C (Apr. 17, 2024) (unsuccessful protest; under FASA no jurisdiction over protest of agency's determination that plaintiff was not eligible to compete for task order procurement set aside for WOSBs because SBA had not certified plaintiff as a WOSB; plaintiff waived its objections to clear provisions in solicitations requiring WOSB certification for eligibility by failing to object prior to submitting its proposal)

SSI Claimsnet, LLC, and Availity, LLC v. United States, Nos. 23-581 C, 23-734 C  (Apr.12, 2024) (unsuccessful post-award consolidated protests; denies motions to supplement record with results of evaluations from similar, but separate, procurement that allegedly would show inconsistent evaluation results;  under agency's reasonable interpretation of protester's proposal, finding that its proposed approach was "infeasible" had rational basis; agency treated one aspect of protester's proposal unequally with substantially indistinguishable aspect of awardee's proposal but there was no prejudice because correcting that error would not have overcome the other technical advantages of the awardee's proposal; agency's price reasonableness analysis had rational basis, as was its finding that protester's price was "unreasonable," making it ineligible for award, especially given that protester's price was more than a standard deviation higher than the average; agency's conclusion that protester's pricing was unbalanced had rational basis and was consistent with all applicable regs, and agency was not required to consider each of awardee's CLIN separately in evaluating whether pricing was unbalanced)

Global K9 Protection Group LLC and Michael Stapleton Assocs. LTD. v. United States, Nos. 23-210, 23-311 (Apr. 11, 2024) (former awardee's long belated motion to intervene in bid protest is mooted by the fact that it had been terminated for default by the time of its attempted intervention; firm waited too long (11 months) to attempt to intervene after it was aware or should have been aware of its right to do so)

Associated Energy Group, LLC v. United States, No. 24-241 (Apr. 5, 2024) (unsuccessful preaward protest alleging agency failed to mitigate inadvertent disclosure of competitively useful information to competitor/incumbent; rejects admission of lengthy declaration by plaintiff's CEO consisting largely of post hoc speculations as to how competitor might use the information at issue; agency's investigation of situation was reasonable, as was its conclusion that information was not competitively useful and that further mitigation was unnecessary)

AccelGov, LLC v. United States, No. 23-1756 (Apr. 4, 2024) (unsuccessful post-award protest; in procurement conducted under FAR 8.4, agency was not required to hold FAR Part 15 discussions, especially where solicitation clearly stated agency intended to award without discussions; agency's evaluation of protester's technical proposal was reasonable and will not be second-guessed by court and protester waived its right to object to solicitation's personnel experience requirement)

Clean Team Janitorial Service, Inc. v. United States, No. 23-1754 C (Apr. 2, 2024) (unsuccessful protest by incumbent against award of follow-on contract; plaintiff's reporting of alleged PIA violations was timely (because informal statements to on-site janitorial staff would not be imputed to business owners) but agency's two independent investigations of allegations were "more than sufficient"; even after correcting for ministerial errors, value of procurement fell below amount that would require competition among eligible 8(a) firms; regardless of its status at the beginning of procurement process, awardee was 8(a) certified joint venture by the time of latest award to it after series of corrective actions undertaken by agency in response to earlier protests)

Raytheon Co. v. United States, No. 23-1657 C (Mar. 29, 2024) (unsuccessful protest against elimination of protester from competition due to appearance of impropriety in its hiring of retired agency technical expert)

Samsara, Inc. v. United States, No. 24-63 (Mar. 12, 2024) (unsuccessful request for injunction pending resolution of protest; exhaustion of USPS two-step agency dispute resolution procedure (including review by agency's Supplier Disagreement Resolution Officer) is not required for CoFC jurisdiction; agency's decision to reaffirm contested award constitutes final agency action, rendering current suit ripe for review; protester not entitled to injunctive relief because  CoFC “has consistently found unpersuasive arguments [that] seek to base a showing of irreparable harm on the possibility that the successful offeror would gain advantages” during the pendency of a bid protest)

Ekagra Partners, LLC, et al. v. United States, Nos. 23-610, et al. (Mar. 7, 2024) (unsuccessful post-award protests of awards in each of two tracks in solicitation for award of multiple BPAs; agency properly determined from available information in public databases that proposed subcontractors were not small businesses under the only NAICS code assigned to the small-business-set-aside solicitation without conducting a "size determination" left solely to the SBA, and agency was not free to credit small businesses based on their self-certification for allegedly similar NAICS codes because the definition (scope) of a particular NAICS code is different from the size standard under that code; under Blue & Gold Fleet, plaintiffs waived their argument that the solicitation was unclear as to how the NAICS code requirement would be verified; agency did not engage in disparate treatment by not reducing awardee's self-score for using large business subcontractor because awardee properly scored it as a large business; agency had rational basis for using Federal Procurement Data System to verify whether offeror's past performance references met the minimum required dollar value; although agency made mistakes in evaluating some of these references, only one failure was required and, therefore, plaintiffs were not prejudiced; one of the plaintiffs lacked standing to complain that one awardee should have been declared ineligible because that plaintiff did not show it would have had a substantial chance of award had that ineligibility determination been made; agency had rational basis for finding protester did not follow solicitation requirement to propose labor categories "appropriate" for the required tasks; in most cases agency did not apply unstated evaluation criteria and where there were errors they were not prejudicial because there were other reasons protesters were found ineligible for award; agency's explanations for its findings of ineligibility were either adequate in the circumstances or, in the cases where they were not adquate, non-prejudicial because there were other adequate reasons for finding proposals ineligible for award)

PDS Consultants, Inc. v. United States, No. 23-1278 (Mar. 6, 2024) (unsuccessful protest of corrective action; plaintiff waived its right to seek reinstatement of contract award with release language of bilateral settlement agreement terminating contract for convenience; agency had rational basis to undertake corrective action to correct errors in procurement)

Thalle Constr. Co. v. United States No. 23-528 C (Feb. 29, 2024) (unsuccessful post-award protest; adequacy of commitment letter from awardee's proposed subcontractor was irrelevant because, in revised offer, awardee proposed to self-perform the work; awardee's revised proposal included the correct duration for its construction schedule)

The District Communications Group, LLC and CruxDGC, LLC, V. United States, Nos. 23-1805, 23-1806 (Feb. 28, 2024) (successful protest; Contracting Officer's determination of an impaired objectivity OCI was irrational, in part because the solicitation contained a provision that eliminated the possibility of such an OCI in the circumstances posited by the Contracting Officer in attempting to justify the finding)

NetCentrics Corp. v. United States, No. 23-1966 C (Feb. 13, 2024) (denies Government's motion to remand case to permit limited corrective action because proposed corrective action would not moot all challenges raised by protester and would likely only delay resolution of the protest)

Rockwell Collins, Inc. v. United States, No. 23-1800 (Feb. 12, 2024) (successful protest; agency's cancellation of solicitation for proposals to refresh the center console Fuel System and Flight Display System on the KC-135 aircraft lacked a rational basis because the agency relied exclusively on FAR 15.206(e) but did not identify a proposed amendment to the Government’s requirements or terms and conditions as required by that provision.

Health Net Federal Services, LLC v. United States, No. 23-1268 (Feb. 6, 2024) (unsuccessful post-award protest; agency's evaluation of awardee's revised subcontracting plan, including goals and participation by proposed subcontractors after corrective action had a rational basis; awardee's revised proposal did not include material misrepresentations as to its planned subcontract participation and commitments; agency adequately investigated various aspects of awardee's proposal during discussions prior to award; solicitation's subcontracting percentage was a goal rather than a requirement; rational bases for agency's past performance evaluation and responsibility determination of awardee)

SRC Federal Technology Solutions, LLC v. United States, No. 23-1738 (Jan. 30, 2024) (unsuccessful post-award protest; denies challenges to multiple aspects of evaluation; e.g., where solicitation explicitly informed offerors to base staffing levels on current requirements rather than historical levels, agency's assignment of weakness to plaintiff's proposal in this area would not be second-guessed where plaintiff's proposal was based on historical levels; rational basis for assignment of weakness to protester's management proposal based on perceived inconsistency between its proposed key personnel and that proposed approach; lack of information in protester's proposal regarding proposed labor categories to perform the work; rational basis for agency's assignment of strength to awardee's organizational structure)

Safal Partners, LLC v. United States, No. 23-1661 (Jan. 25, 2024) (in protest dismissed as moot, court denies plaintiff's motion to modify protective order to permit it to use protected materials in other protests related to the same procurement)  

Samsara, Inc. v. United States, No. 23-361 (Jan. 22, 2024) (successful post-award protest; although agency was not required to level the playing field by ignoring  a capability obtained by the awardee on a prior contract and properly downgraded protester's proposal for failing to address one required area in the solicitation, the agency improperly used an unstated evaluation criterion to downgrade protester's proposal for lacking a capability at award that it was not required to have until 180 days after award)

StraCon Services Group, LLC v. United States No. 23-1040 C (Jan. 18, 2024) (over contractor's objection and denying its request to order agency to disclose certain documents to enable protester to investigate its OCI allegations, court dismisses protest as moot (which protester admitted) after Government undertook corrective action based on its conclusion that OCI existed with regard to original awardee)

Superior Waste Management LLC v. United States, No. 23-1319 C (Jan. 8, 2024) (unsuccessful protest; CAFC's decision concerning standing in CACI, Inc.-Federal was poorly reasoned; on the merits here: (i) the protester did not establish prejudicial errors in the Government's allegedly flawed unbalanced pricing analysis; (ii) the mathematical method the protester advocated the Government should have used in conducting the unbalanced pricing analysis actually would have diminished any unbalancing in the awardee's pricing while not diminishing the protester's own (admittedly) unbalanced pricing; (iii) the description of the unbalancing analysis in the solicitation was patently ambiguous, the Government's interpretation was a reasonable one, and the protester failed under Blue & Gold Fleet to raise the issue prior to bidding; (iv) the solicitation did not prohibit the Government from comparing total prices to the IGE as part of its pricing analysis; and (v) although the agency's unbalanced pricing analysis deviated from the FAR's requirements and was arbitrary and capricious, the protester did not show it was prejudiced because the solicitation did not mandate rejection of an unbalanced bid and the source selection official documented his assessment of the risk associated with the awardee's out-of-line pricing, even though the agency did not label it unbalanced)

Aegis-KK/GardaWorld Federal Africa, a Joint Venture v. United States, No. 23-1400C (Jan. 4, 2024) (partially successful post-award protest; agency's evaluation of awardee's pricing was not objectionable because solicitation did not require level of granularity in pricing proposals alleged by protester; although solicitation did not require that joint venture proposer have been in existence for a year, joint venture partners  existing under the same corporate umbrella did not satisfy solicitation requirement that the partners have experience working together with one another for a year; letters from proposed key personnel expressing their interest in the contract and referring to their "agreement" with the awardee did not satisfy solicitation requirement that offerors provide the actual employment agreements with  key personnel and agency failed to explain why it waived this requirement for the awardee, which requires the court to remand the matter to the agency for further explanation; agency had rational basis for accepting awardee's explanation that it would meet solicitation's licensing requirements within six months and the steps it would undertake to do so, especially given the nine-month period between the submission of offers and award; to the extent awardee failed to provide sufficient information required by the solicitation concerning affiliates and officers, the failure was not prejudicial to the protester)

Federal Performance Management Solutions, LLC v. United States, No. 23-1802 C (Jan. 3, 2024) (unsuccessful protest; upholds OHA's decision that mentor-protégé JV was not small for procurement in question because its bid was submitted years after the JV's two-year limit for submitting offers ended pursuant to 13 C.F.R.  121.103(h))

Construction Helicopters, Inc. v. United States, No. 23-805 C (Jan. 3, 2024) (some discovery requested by plaintiff will be permitted as the court cannot effectively review the protest allegations without it; most of what the protester is seeking, however, is not necessary for the court's review)

2023

Global K9 Protection Group, LLC v. United States, Nos. 23-210, 23-311 (Dec. 27, 2023) (allows supplementation of the administrative record with declarations on the issue of whether the challenged firm made material misrepresentations in its bid because those documents are necessary for effective judicial review of the protest allegations; awardee made materially false statements about its past performance that the agency relied on in making its award decision; Contracting Officer's post hoc conclusion that knowing of the misrepresentations would not have changed the outcome of the evaluation is arbitrary and capricious for failing to consider important aspects of the issue; injunction disqualifies awardee from further performance in this procurement; protester already disqualified from the competition due to an OCI has no standing to participate in this protest, even though it has appealed its disqualification to the CAFC and is awaiting a decision)

Syneren Technologies Corp., et al. v. United States, Nos. 23-1112, et al. (Dec. 20, 2023) (unsuccessful protests of agency's new awards based on reevaluations of proposals following prior CoFC protest decision; agency was not required to seek remand from the court before undertaking voluntary corrective action, especially where 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; corrective action was not procedurally defective and is not objectionable merely because it reached the same conclusions as the original evaluation; three of the plaintiffs cannot establish prejudice because flaws in their proposals (which court already determined were rationally evaluated) made them unawardable; the agency followed the court's prior decision in conducted a rational reevaluation, and, therefore, there was no breach of the implied duty of good faith and fair dealing; challenges by individual protesters to various parts of their individual reevaluations are denied because agency had rational basis for each of its conclusions)

Point Blank Enterprises, Inc. v. United States No. 23-913 (Dec. 19, 2023)  

Point Blank Enterprises, Inc. v. United States No. 23-913 (Dec. 19, 2023) (unsuccessful post-award protest seeking preliminary injunction; although plaintiff is 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 because protester has failed to establish irreparable harm when 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")

Fluor Federal Services, Inc. v. United States, No. 23-1013, 23-1118 (Dec. 19, 2023) (protests that agency should have utilized a multiple- versus a single-award BPA and that agency should have considered past performance outside the period stated in the solicitation are both untimely under Blue & Gold Fleet; remainder of protester's challenges to evaluation are "mere disagreements with the Agency’s discretionary determinations")

Togiak Management Services, LLC v. United States, No. 23-1728 (Dec. 18, 2023) (successful protest against rejection of bids as nonresponsive due to the fact that the submitted bonds were photocopied; court rejects line of GAO decisions on which agency relied as precedent)

Eastern Shipbuilding Group, Inc. v. United States, No. 22-1571 C (Dec. 14, 2023) (unsuccessful post-award protest of solicitation for contract to build ships; rational bases for (a) agency's assignment of significant strength to awardee's proposed production facilities (despite the fact that they had not yet been built) and (b) agency's evaluation of production risk of awardee's proposed production approach; agency could not have taken into account risk to schedule of additional vessels 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; agency was not required to assign schedule risk under multiple evaluation factors and accounting for it as a production risk was reasonable; agency's decision to evaluate awardee's past performance as it improved over time (rather than giving more weight to earlier problems) was reasonable; agency's evaluation of awardee's price proposal was reasonable; agency's decision to consider production line item pricing as a group rather than individually had rational basis, which vitiated protester's argument that two individual line items suffered from unbalanced pricing; because agency found no unbalanced pricing, it was not required to conduct a pricing risk analysis; rational bases for Government's evaluation of various challenged aspects of protester's proposal; responsibility determination of awardee reasonably relied on, and was limited to, standard sources of information for such reviews; although awardee's certification in compliance with FAR 52.209-5(a)(1)(C) was inaccurate  in failing to mention an Australian judicial proceeding, the inaccuracy did not rise to the level of a material misrepresentation considering the findings in that proceeding; agency conducted reasonable investigation of 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)

LS3, LLC v. United States, No. 23-1392 (Dec. 14, 2023) (unsuccessful protest of SBA OHA's determination that 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)

Scott Technologies, Inc. v. United States, No. 23-1155 (Dec. 13, 2023) (unsuccessful post-award protest; agency record is sufficient to show agency evaluated self-identified risks of awardee's proposal, and agency was not required to document its evaluation of specific risk elements to the level of detail advocated by protester; interpreted in the context of the solicitation as a whole, evaluation subfactor allowed agency to reward awardee for exceeding required production output (delivery requirements); discussions should be individually tailored, so fact that discussions with offerors were not identical does not mean they were unequal or resulted in disparate treatment;  court will not substitute its judgment for agency's and, merely on the basis of the protester's highlighting its proposals' 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)

Greystones Consulting Group, LLC v. United States, No. (Dec. 4, 2023) (unsuccessful post-award protest; in solicitation for data management software agency did not utilize unstated evaluation criterion but relied on common industry definition of evaluation term that other offerors understood and took into account in preparing their proposals; plaintiff failed to provide substantial evidence supporting its contention that solicitation contained ambiguous terminology; agency did not evaluate proposals disparately--it rejected three other offers for providing the same solution the agency objected to in plaintiff's proposal)

Myriddian, LLC v. United States, No. 23-1113 C (Nov. 20, 2023) (unsuccessful post-award protest; awardee's plan to use (key personnel) Medical Director part time, supplemented by Associate Medical Director working full time was permitted by the solicitation and, besides, the agency had considered the risks associated with this approach;  solicitation's vague requirement that undergraduate degree of Program Director should be relevant to contract purpose was sufficiently broad that undergraduate major in psychology was acceptable; agency adequately considered differences in ratings in proposals in other areas of staffing and technical considerations)

A. Prentice Ray and Assocs., LLC v. United States, No. 23-1635 C (Nov. 15, 2023)  (unsuccessful post-award protest for preliminary injunction; price realism analysis could include (i) limited use of IGCE and (ii) comparisons of one year of each offeror's unburdened labor costs; agency's determination that two offerors' unburdened labor costs were reasonable despite being lower than those of other offerors had rational basis)

Noble Supply & Logistics LLC v. United States, No. 23-1116 (Nov. 15, 2023) (unsuccessful preaward protest; in solicitation for commercial items under FAR Part 12, agency had rational basis for obtaining a waiver to depart from ordinary commercial practice and requiring contractors to pass on any prompt payment discounts they received to the Government)

CeleraPro, LLC v. United States, No. 23-cv-808 (Nov. 14, 2023) (unsuccessful challenge to proposed award of sole-source task order to the holder of an existing single-award, IDIQ contract contract as a modification to that contract; plaintiff has standing to challenge 8(a) set-aside even though it is not 8(a) because element of challenge is whether solicitation was properly limited to 8(a) firms and it could compete for award if it were not so limited; contract mod was within scope of 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 was not implicated by the modification)

Navarre Corp. v. United States, No. 22-1027 (Nov. 8, 2023) (unsuccessful post-award protest; rejects protester's contention that solicitation contained definitive responsibility criterion concerning financial responsibility; agency's conclusion that awardee was financially responsible had a rational basis, and bankruptcy materials not available to agency at the time it made that determination were not relevant to the protest but were a matter of contract administration; protester did not provide evidence for its assertion that agency had misevaluated quotes or treated competitors disparately)

BWhit Infrastructure Solutions, LLC v. United States, No. 23-813 C (Oct. 31, 2023) (unsuccessful protest against agency's corrective action in response to prior GAO protest; rational basis for agency's decision to cancel award to plaintiff and amend solicitation to eliminate ambiguities and account for updated agency requirements resulting from delays caused by original GAO protest)

Karthik Consulting, LLC, v. United States, No. 23-944 (Oct. 25, 2023) (unsuccessful post-award protest; agency's determination that firm was ineligible for an 8(a) task order award under MAS contract had rational basis, i.e., (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 limited to 8(a) firms)

Unison Software, Inc. v. United States, No. 23-335 C (Oct. 25, 2023) (an unsuccessful protest; no jurisdiction over protests in connection with issuance of task or delivery order under $25 million that does not increase the scope, period, or maximum value of the contract under which the order is issued; other actions of which plaintiff complains are not procurements)

Bear Mountainside Realty LLC v. United States, No. 23-457 (Oct. 12, 2023) (unsuccessful protest against cancellation of solicitation; although emails of some individual agency employees evidenced animus against protester, insufficient proof to establish bad faith motivation for agency's cancellation)

Purpose Built Families Foundation, Inc. v. United States, No. 23-1252 (Oct. 12, 2023) (VA's Supportive Services for Veterans Families program awards to non-profits are grant agreements over which court lacks bid protest jurisdiction)

Sparksoft Corp. v. United States, No. 23-708 C (Oct. 11, 2023) (unsuccessful post-award protest; Contracting Officer did not ignore weaknesses identified by TEP in awardee's proposal; agency properly considered superior relevancy of incumbent's prior experience on the contract; agency properly considered awardee's proposed staff under the appropriate evaluation factor and its staffing plan under another; other complaints against evaluation rejected)

Systems Dynamics Int'l, Inc. v. United States, No. 23-431 (Oct 6, 2023) (successful post-award protest; awardee's failure to meet 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)

Rotair Aerospace Corp. v. United States, No. 23-0688 (Oct. 2, 2023) (denies motion for stay pending appeal of court's earlier order denying motion to supplement administrative record because that order was not a "final decision" that could be appealed, did not include a "controlling question of law," and is not final under the collateral order doctrine)

Rotair Aerospace Corp. v. United States, No. 23-0688 (Oct. 2, 2023) (denies protester's motion to complete administrative record with documents not considered by the agency in making the decision to conduct sole source procurement challenged by the protester; denies request for depositions because not necessary to decide the protest)

Consolidated Safety Services, Inc. v. United States, No. 23-521 C (Sep. 22, 2023) (successful preaward protest against NAICS code chosen by Contracting Officer and previously affirmed by OHA; 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)") proposed by plaintiff when solicitation contemplates research and development)

MC2 Sabtech Holdings, Inc. v. United States, No. 22-1582 (Sep. 14, 2023) (unsuccessful post-award protest; rational basis for agency's determination that item being procured is commercial product under definition in FAR 2.101)

Air Borealis Limited Partnership v. United States, No. 22-1554 C (Sep. 6, 2023) (unsuccessful post-award protest in solicitation for fixed-wing airlift support services to transport personnel and cargo across the North Warning System in the Canadian Arctic; agency had rational basis for concluding that, although lengthy, protester's transition plan lacked the details required by the solicitation, and the agency did not evaluate the transition plans of the protester and awardee disparately; although evaluation of protester's zone coverage proposal was flawed, the protester was not prejudiced because there were valid reasons for disqualifying proposal due to deficiencies in transition plan; under Blue & Gold Fleet, protester failed to timely protest role of Canadian Commercial Corporation (CCC) in "endorsing" the apparently successful Canadian offeror; agency's actions in obtaining CCC endorsement and running contract payments through CCC complied with applicable DFARS regulation (225.870-3(b)))

Harmonia Holdings Group, LLC v. United States, No. 23-680 (Aug, 31, 2023) (unsuccessful post-award protest; rational basis for agency's decision to give protester low confidence rating for its technical approach and assign it risk for reduced capacity because protester failed to explain why its staffing proposal was less than the agency's staffing estimate; arbitrary and capricious for 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" (protester's substitution of a QA specialist with a full-stack developer allowed the proposed team to perform the SOO’s required automated regression testing and other QA tasks); although rational basis to assign "Decreases Confidence" to protester's proposal for failure to utilize current employees as key personnel, agency did not apply that same standard to other proposals; latter two errors did not prejudice protester (i.e., would not change final outcome))

Paradyme Management, Inc. v. United States, No. 23-936 (Aug. 31, 2023) (unsuccessful post-award protest; rational basis for agency's conclusion that awardee's revised mitigation plan for alleged impaired objectivity OCI related to task to recommend test tools was adequate in that it assigned the evaluation work to firewalled subcontractors and removed the awardee's own products from those to be evaluated; Contracting Officer had rational basis for determining OCI was not a "significant" one under FAR 9.506(b))

TekSynap Corp. v. United States, No. 23-36 C (Aug. 30, 2023) (unsuccessful post-award protest; allows supplementation of record with depositions necessary for review of protester's material misrepresentation claim; use of phrase "Proposal Manager" rather than "Program Manager" on one of awardee's key personnel resumes was a typographical error, not a misrepresentation; statement that President would step down to perform as program manager once contract was awarded was not misrepresentation but was accurate description of awardee's intent; protest of methodology agency used to conduct price realism evaluation does not demonstrate that the Agency failed to take account of relevant information, relied on irrational assumptions, or made critical miscalculations; agency did not mislead protester during discussions by revealing that certain of its proposed rates appeared too low; agency did not conduct unequal discussions with competitors)

DigiFlight, Inc. v. United States, No. 23-348 (Aug. 30, 2023) (unsuccessful post-award protest; protester failed to support its contentions that agency failed to assign various strengths to its proposal, expecting the court to reevaluate on its own; DFARS debriefing requirement that protester claims agency violated was not adopted until after solicitation issued and was not made retroactive; evaluated technical differences between competing proposals was significant, which left price as the least important evaluation factor; regulations concerning BPAs did not render successful offeror ineligible for award)

Syneren Technologies Corp., et al. v. United States Nos. 23-1112, et al. (August 29, 2023) (denies applications of three consultants working for one of protesters for admission to protective order in bid protest because record and issues raised by protester are not sufficiently technical as to require review by expert consultants in order to effectively represent protester's position)

The Kace Co., LLC v. United States, No. 23-387 C (Aug. 23, 2023) (unsuccessful preaward protest against rejection of revised proposal submitted minutes late via email during corrective action, the "otherwise successful offer" exception being unavailable )

Piedmont Propulsion Systems, LLC v. United States, No. 23-330 (Aug. 21, 2023) (successful preaward protest; requirement that awardee be either OEM or licensed by the OEM to supply the contract items unduly restricts competition because agency did not know what benefits licensing provided and did not obtain information from the OEM clearly indicating licensing was required to meet agency's minimum needs)

Rotair Aerospace Corp. v. United States, No. 23-0688 (Aug. 16, 2023) (in preaward protest against proposed sole-source contract, denies plaintiff's motion 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 are not necessary for judicial review of protest)

Bear Mountainside Realty LLC v. United States, No. 23-447 (Aug. 16, 2023) (in protest challenging cancellation of lease procurement, grants portions of plaintiff's request to further supplement the administrative record because prior documents received by plaintiff in discovery could be evidence of the agency's animus toward plaintiff and the pretextual basis for the concellation)

AccelGov, LLC v. United States, Nos. 23-693, 23-720 (Aug. 8, 2023) (court has jurisdiction over challenges to intended corrective action without waiting to see corrective action's results)

Harmonia Holdings Group, LLC v. Unites States, No. 23-563 (July 21, 2023) (unsuccessful post-award protest; plaintiff filed suit within reasonable time after learning of basis so suit is not barred by laches; agency properly documented every step in its evaluation; agency applied evaluation criteria intrinsic to announced factors, not unstated factors; rational bases for agency's assignment of weaknesses to protester's proposal)

PredictiveIQ LLC v. United States, No. 23-545 (July 21, 2023)  (in SBIR procurement contemplating multiple awards, each award is a separate procurement under FAR and, thus, agency did not violate CICA by staying only awards that related to GAO protest; agency preserved funding for the awards protested at the GAO in case plaintiff were to win there, thus eliminating the possibility of irreparable injury to plaintiff; alleged competitive disadvantage too speculative to constitute irreparable harm), plaintiff's motion for reconsideration denied

AccelGov, LLC and SI-Markon JV, LLC  v. United States, Nos. 693 C , 720 C (July 20, 2023) (denies Government's motion to dismiss consolidated protests based on Government's intention to take corrective action because Government's proposed corrective action is only vaguely described and does not clearly moot plaintiff's concerns)

KPMG LLP v. United States, No. 22-866 (July 19, 2023) (successful post-award protest; when offeror learned, after proposal submission, but prior to award, that one 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 proposal unacceptable)

CACI, Inc.--Federal v. United States, No. 23-324 C (July 19, 2023) (unsuccessful protest; rational bases for both agency's process of investigating conflict of interest, notifying protester of its concerns and permitting it to respond, and decision to bar plaintiff from competition due to unfair competitive advantage stemming from protester's use of a former agency official involved with the program to help prepare its offer)

Vectrus-J&J Facilities Support, LLC v. United States, No. 23-300 (July 10, 2023) (protest of decision not to expand scope of corrective action in response to agency protest; awardee did not make misrepresentations concerning contents and status of novation issues at the time it submitted its proposal; agency properly credited company with past performance and experience of firm that became awardee's subsidiary only after the projects that were credited to the awardee had transpired; nothing in regulations prohibits agency from treating firm as predecessor of awardee or fromconsidering its projects as reasonably predictive under evaluation scheme; conclusion that predecessor's contracts are reasonably predictive of awardee's ability to perform the current contract reasonably  based on finding that predecessor had transferred its assets and nearly all employees involved in performing those contracts to awardee; no prejudice to protester from scope of second corrective action)

Bear Mountainside Realty LLC v. United States, No. 23-457 (July 7, 2023) (allows limited supplementation of administrative record with documents obtained through FOIA concerning allegation that IRS official acted with bad faith and bias in influencing GSA to cancel lease solicitation)

Bitscopic, Inc. v. United States, No. 23-cv-94 (July 5, 2023) (protest of SOW and J&A for proposed procurement of brand name clinical surveillance software as violating the Nonmanufacturer Rule and the SBA Rule of Two is dismissed as moot because the agency decided to discontinue the procurement; because procurements for the software will always be governed by the VA Rule of Two, since there are multiple VOSB and SDVOSB resellers that can supply it, plaintiff, which is not a VOSB or SDVOSB lacks standing to complain of any one such procurement, much less to allege that the agency is prohibited from acquiring a certain manufacturer's software in all such future procurements, which is what it alleged)

Samsara, Inc. v. United States, No. 23-361 (June 23, 2023) (unsuccessful post-award protest; awardee's participation in prior pilot program was like an incumbent's prior performance of contract which does not give rise to an OCI and does not require Government to neutralize advantages gained thereby;  no unequal access to information OCI because other competitors had access to public information that was adequate to address solicitation requirement; agency took reasonable steps to mitigate any competitive advantage resulting from participation in pilot program; mere fact that some selection officials had participated  in prior pilot program insufficient to establish they were tainted by bias in absence of clear evidence of impaired objectivity; assignment of weakness to protester's proposal regarding cable not required until after award was not use of unstated evaluation criteria because agency could, and did, evaluate proposed approach for developing cable; agency did not apply unstated evaluation criteria in assigning weakness for lack of FedRAMP authorization because, although it was not required at time of award, solicitation contemplated agency would compare FedRAMP status against SOW requirements; according to solicitation agency was not required to disclose weaknesses to offeror but discussions would only relate to additional information needed by the agency)

Aspire Therapy Services & Consultants, Inc. v. United States, No. 23-253 (June 13, 2023) (successful preaward protest against elimination of protester from competition; agency should have asked for clarification under FAR 15.306(a) for clerical error when labor hours listed on two different spreadsheets in protester's proposal did not match, especially where clarification would not substantially affect overall price or rating of proposal)

Eastern Shipbuilding Group, Inc. v. United States, No. 22-1571 C (June 12, 2023) (post-award protest; denies protester's motion for additional briefing and to supplement administrative record based on indictment of, and SEC complaint against, former executives of awardee filed about six weeks after briefing in current protest was complete because protest is to be evaluated based on administrative record in existence at time of protest)

Thalin, LLC v. United States, No. 22-1811 (June 7, 2023) (unsuccessful post-award protest; agency correctly found protester failed to comply with material solicitation requirement to describe, inter alia, the percentage and type of work to be provided by its mentor; although 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, protester did not establish prejudice from this error; SSA rationally evaluated competing proposals in making final source selection decision)

VSolvit, LLC v. United States, No. 22-1913 (June 7, 2023) (unsuccessful post-award protest; reading solicitations as a whole, single reference to "offeror's team" in solicitation did not mean Government was required to include subcontractors when evaluating offeror's experience; any ambiguity on that point was patent and protest would be untimely; protester cannot establish prejudice from ambiguity because remedy would be to allow it to submit revised proposal which would not be compliant because it lacks required experience absent its subcontractors; rational bases for agency's assignment of four other weaknesses to aspects of protester's technical proposal; price evaluation was conducted in accordance with procedures announced in solicitation and did not constitute improper price realism analysis)

Allicent Technology, LLC, et al. v. United States, Nos. 22-1380 C, et al. (June 2, 2023) (consolidated post-award protests by nine plaintiffs against various aspects of evaluation that had resulted in 15 contract awards; four of nine protests merit requiring agency to re-evaluate aspects of technical proposals), plaintiff's motion for reconsideration denied

SEKRI, Inc. v. United States, No. 21-778 (June 1, 2023) (denies claim for attorneys' fees pursuant to 28 U.S.C. § 2412(b) because 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 exists; 28 U.S.C. § 2412(d) (EAJA) unambiguously bars tax-exempt organizations employing more than 500 people from receiving attorney’s fees and expenses, and plaintiff failed to offer any proof it met the employee test;  requests for Rule 11 sanctions against defendant's filings are untimely (filed a month after case closed) and lacking proof that challenged filings were filed for an improper purpose or without factual support)

STG Int'l, Inc. v. United States, Nos. 23-47 C, 23-175 C (May 24, 2023) (successful protest of elimination from competition; Phase 1 proposal was not an offer because it could not be accepted to form a contract, and, therefore, requirement for SAM registration did not apply until offer subsequently submitted; rejects other protester's challenges to price and past performance evaluations and conduct of discussions)

Myriddian, LLC v. United States, No. 23-443 (May 23, 2023) (successful post-award protest; awardee's proposal failed to comply with material solicitation requirement (FAR 52.204-7(b)(1)) because its SAM registration 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)

Konecranes Nuclear Equipment & Services, LLC  v. United States, No. 22-873 (May 16, 2023) (unsuccessful post-award protest; requirement listed in statement of work but not in evaluation factors is not to be evaluated; rational basis for agency's price reasonableness analysis (comparison of prices to IGCE); agency's responsibility determinations did not treat offerors unequally because they were situated differently and thus could not have had identical procedures followed in making the determinations)

SH Synergy, LLC and VCH Partners, LLC  v. United States, Nos. 22-cv-1466, 22-cv-1468 (consolidated) (Apr. 28, 2023) (successful preaward protests; solicitation violates 13 C.F.R. § 125.8(e) by applying the same evaluation criteria to projects submitted by protégé firms and other offerors alike; agency's decision to exclude price as evaluation factor at the IDIQ level (and use it only for individual task or delivery orders) violates 41 U.S.C 3306 (c)(3) because the contemplated orders are not predominantly based on hourly rates (i.e., time-and-materials or labor-hour contracts)

Golden IT, LLC v. United States, No. 22-1471 (Apr. 6, 2023) (unsuccessful post-award protest; although protester established  agency made several errors in Phase 1 experience evaluation and Phase 2 technical submission, it was not prejudiced because even if the errors were corrected, its price proposal would be lower rated than those of all offerors selected for award)

DigiFlight, Inc. v. United States, No. 22-1521 C (Apr. 19, 2023) (successful post-award protest; agency failed to conduct rational price realism analysis required by solicitation because (a) assuming that two offerors would not both propose unrealistically low prices was irrational, (b) no documentation in the record of the use of the price analysis tool the agency claimed to have employed, (c) no evidence in record to support agency's conclusion that all three offerors' pricing demonstrated a clear understanding of the requirements, and (d) conclusion that level of effort and labor mix proposed by offerors was realistic lacked rational basis because that conclusion did not involve any analysis of proposed pricing; by failing to perform required qualitative comparison of technical proposals, Government converted best value procurement into lowest price technically acceptable competition)

Percipient.AI, Inc. v. United States, No. 23-28 C (Apr. 7, 2023) (court has bid protest jurisdiction over allegation that, post award, Government 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), vacated by unpublished court order

Toni and Vin Hooper Property Management, LLC dba Hoover Properties v. United States, No. 22-309 (Apr. 6, 2023) (successful post-award protest; in solicitation for leased property, Government failed to document basis for, and substantiate, evaluation of tenant improvement costs for protester and awardee and protester has established prejudice from this deficiency in the evaluation)

Defense Integrated Solutions, LLC v. United States, No. 23-64 C (Apr. 5, 2023) (SBA OHA's interpretation, on remand, of the meaning of 13 C.F.R. § 125.18(b)(2)(ii)(A) is reasonable and is entitled to deference; specifically an SDVOSB joint venture agreement may provide that a non-managing partner must approve (or may veto) claim and litigation decisions)

Cahaba Safeguard Administrators, LLC v. United States, No. 22-1057 (Mar. 30, 2023) (unsuccessful protest against corrective action; upon remand following protest, agency's reconsideration memorandum was a new decision (even though it reached same conclusion as agency's original corrective action decision) and, therefore, was not limited to same reasoning in agency's original corrective action decision; new decision had rational basis; decision to cancel solicitation did not prejudice original awardee because there was rational basis for decision and original awardee will be permitted to compete; decision to open new solicitation to original and new offerors is not beyond scope of reasonable corrective action, which is within discretion of agency, especially given agency's conclusions regarding multiple defects in original solicitation)

J.E. McAmis, Inc. v. United States No. 22-570 (Mar. 27, 2023) (unsuccessful post-award protest; court lacks jurisdiction to review SBA's affirmative COC finding) 

Trace Systems Inc. v. United States, No. 22-404 C (Mar. 14, 2023) (unsuccessful protest against agency's decision to cancel procurement after initially undertaking corrective action in response to prior protest; agency's decision had rational bases in the record, especially when considered as a group: (i) an appearance of an OCI involving multiple offerors, including the plaintiff; (ii) redundant evaluation criteria that needed to be revised; and (iii) changes in the agency's requirements; plaintiff lacked standing to challenge extension of bridge contract pending issuance of new solicitation because it presented no evidence it was capable of performing the bridge contract work as of the date that contract was awarded; lack of evidence of bad faith animus by the agency toward the protester (the original awardee))

Vectrus Services A/S v. United  States, No. 22-633 C (Mar. 14, 2023) (unsuccessful protest involving complex questions of interpretation; applicable standards for interpreting 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)   

SEKRI, Inc. v. United States, No. 21-778 (Mar. 13, 2023) (successful preaward protest; agency is 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; claim seeking enforcement of set price for disputed AbilityOne items is not ripe because regulations establish procedure for AbilityOne to periodically adjust such prices and resolve disputes over them)

Harmonia Holdings Group. LLC v. United States, No. 19-674 (Mar. 10, 2023) (solicitation amendments issued after offers were submitted affected only staffing plans and corresponding sections of price proposals and did not materially affect offerors' technical proposals so agency was not required to permit amendments to those proposals, especially where procurement not conducted pursuant to FAR Part 15 procedures)

mLINQS, LLC v United States, No. 22-1351 (Mar. 6, 2023) (protest challenging cancellation of solicitation filed 10 months after cancellation was not foreclosed by Blue & Gold Fleet or otherwise untimely because reasons for cancellation were not apparent, leaving protester with impression that it could be reinstated once PIA investigation was concluded; FASA task order bar did not apply here because protester was challenging adequacy of agency's actions to conduct market research and to comply with SBA's rules for deciding whether to set-aside procurement rather than the solicitation, itself; after appropriate Rule of Two analysis concluded there were not two small businesses capable of performing requirement, agency was not required to conduct a new Rule of Two analysis before changing procurement vehicles the very next year; agency conducted adequate market research to determine whether satisfactory commercial solution was available; cancellation of solicitation was within Contracting Officer's discretion because of PIA investigation and agency's decision to add licensing requirements before bids had been received)

IXI Technology Electronic Warfare, LLC, dba IXI EW v. United States, No. 21-1490 (Feb. 28, 2023) (decision to cancel solicitation made while taking corrective action on prior protest, while "triggered" by prior protest, nevertheless had rational basis in the record based on agency's requirements, assuming as court must, that agency acted in good faith)

AccelGov, LLC. v. United States, No. 22-1433 (Feb. 17, 2023) (unsuccessful post-award protest; court will not address protester's standing on each of its protest grounds individually, but finds it has standing on protest as a whole; rational basis for Government's evaluating a weakness where protester's proposal either failed to address certain elements of PWS or merely parroted provisions of solicitation; assignment of weakness to protester's phase-in plan lacked rational basis; agency treated offerors differently in only one of 10 areas complained of by protester; 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, and, therefore, cannot show prejudice)

Thalle/Nicholson Joint Venture v. United States, No. 22-755 (Feb. 15, 2023) (unsuccessful post-award protest; although JV had standing to challenge Government's determination that it was ineligible for award due to its failure to register in SAM database, the solicitation required the offeror to be registered in SAM and the plaintiff only supplied evidence that each of the JV members was individually registered; fact that Government failed to notice the problem until after discussions were concluded (and, therefore, did not raise the issue during discussions) did not prejudice plaintiff because registration requirement had to be completed at time of initial proposal submission)

Abacus Technology Corp. and Valdez Int'l Corp. v. United States, Nos. 22-388, 22-453 (Feb. 10, 2023) (unsuccessful consolidated preaward protests against elimination of plaintiffs from advancing to Step 2 phase in multi-step competition; plaintiff/incumbent lacks standing on its claims that the agency the incumbent/protester lacked standing on its claims that the agency had unauthorized communications with some offerors concerning their past performance in a later state of the procurement and should have provided protester with more detailed preaward debriefing because at the time each of these events occurred, plaintiff was no longer under consideration for award; 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 does not have standing to protest; agency was not required to advance any specific number of proposals to the Step 2;  agency was not required to evaluate additional proposals when some of those that made the original cut were found to have correctable errors; communications with some offerors concerning past performance in Step 2, even if they constituted improper discussions, did not prejudice protester because it already had been eliminated from the competition on the basis of price alone; evaluation of professional compensation packages had a rational basis even though it was not exhaustively documented; agency's erroneous disclosure of labor categories used by incumbent/protest on prior contract did not constitute Procurement Integrity Act violation because (i) it was the agency that made the mistake and (ii) the information was contract performance data, not contractor bid and proposal information; amount of information provided by agency to protester in preaward debriefing complied with the FAR's requirement)

KOAM Eng'g Systems, Inc. v. United States, No. 22-816 C (Feb. 10, 2023) (unsuccessful post-award protest; Government is not required to undertake separate investigation "appearance of a conflict of interest" separate from investigation of "actual conflict of interest"; rational basis in multiple results of detailed investigation conducted by Contracting Officer that there was no personal conflict of interest involving married couple, including the steps they took to avoid it, unchallenged declarations that no improper disclosure of information had occurred; lack of participation in solicitation preparation and evaluation process by individual in question; and relative unimportance of the data alleged to have been disclosed)

Michael Stapleton Assocs., et al. v. United States, Nos. 22-573, 22-620, 22-630 (Feb.3, 2023) (generally affirms prior order regarding preaward bid protests under which Postal Service would phase out company and prohibit its future performance as a result of organizational conflict of interest that tainted solicitations)

Next Phase Solutions and Services, Inc. v. United States, No. 23-46 C (Feb. 2, 2023) (unsuccessful post-award protest; solicitation required offerors to provide specific approach to meeting its requirements, rather than "analysis of alternatives" proposed by protester; "analysis of alternatives" was a task for contractor after award; protester's proposed price was closest to IGCE only because agency had made a mistake in calculating its IGCE)

ARxIUM, Inc. v. United States, No. 17-407 C (Jan. 24, 2023) (determines quantum of bid and proposal costs owed to contractor following prior protest; contractor cannot recover employees' costs or attorneys' fees incurred after injunction entered in original protest when no new proposal was then submitted; no recovery for lost opportunity costs)

Eagle Technologies, Inc. v. United States, No. 22-738 (Jan. 13, 2022) (unsuccessful post-award protest; denies protester's motion to amend its Complaint because filing motion was unduly delayed through the protester's own lack of diligence in discovering the basis for its proposed amendment; Government was not required to evaluate a factor in awarding BPA that was not mentioned in the evaluation factors for award, and, if there were an ambiguity concerning the evaluation factor, it was patent, and, therefore, protest had been waived; agency did not use the disputed evaluation factor in evaluating awardee and, therefore, did not treat bidders unequally)

Garrett Electronics, Inc. v. United States, No. 22-cv-807 (Jan. 10, 2023) (unsuccessful protest; under highly deferential standard that court must use to evaluate corrective action, agency's decision to solicit revised proposals rather than simply to reevaluate had a rational basis; agency's decision to take additional corrective action had rational basis; agency treated offerors equally in conducting corrective action by communicating to each the significant areas of weakness in its proposal; protester offered no evidence to support its contention that awardee learned of its price during corrective action)

SLS Federal Services, LLC v. United States, No. 22-1215 (Jan. 10, 2023) (successful protest of corrective action; where agency undertook corrective action in response to GAO protest instead of asserting valid Blue & Gold Fleet defense, protester is not barred by Blue & Gold Fleet from protesting implementation of corrective action; corrective action did not address problem that agency did not request any price information and therefore did not conduct any price reasonableness evaluation; agency abused its discretion by failing to conduct discussions pursuant to DARS 215.306 without providing an adequate justification; Blue & Gold Fleet did not require protester to challenge solicitation statement that agency did not contemplate holding discussions where solicitation reserved agency's right to do so)

2022

Ekagra Partners, LLC v. United States, No. 22-1038 C (Dec. 21, 2022) (unsuccessful post-award protest; counts one and two dismissed for lack of standing because plaintiff's allegations do not establish prejudice; agency properly evaluated (lack of) experience of protester's key personnel; agency properly evaluated awardee/incumbent's quotation because there was no solicitation requirement that its prior work be disregarded; agency properly assessed unbalanced pricing issues with awardee's proposal and there was a rational basis for agency's decision that awardee's low price for a fixed-price CLIN did not pose unacceptable risk)

SEKRI, Inc. v. United States, No. 21-778 (Dec. 16, 2022) (dismisses all four claims in plaintiff's original CoFC complaint because agency's actions after decision by CAFC vindicating plaintiff's claims that it is the mandatory source for the items to be procured have provided the relief plaintiff sought; court cannot force agency to procure items within a specified time limit)

The Logistics Co. v. United States, No. 22-cv-603 (Dec. 14, 2022) (unsuccessful post-award protest; four legal proceedings were not required to be disclosed by awardee because they did not fall within disclosure requirements of FAR 59.209-7(c)(1) because one (a divorce proceeding) was not in connection with a government contract, one did not result in any finding of fault or liability, one involved findings of fault and liability occurring more than five years before the awardee submitted its current proposal; and another resulted in a settlement agreement rather than a judgment; Contracting Officer's responsibility determination concerning awardee had a rational basis in that it took into account negative details from past legal proceedings)

CGS-ASP Security JV, LLC v. United States, No. 22-237 (Dec. 14, 2022) (unsuccessful preaward protest; government did not err in rejecting plaintiff's proposal for failure have completed its registration in SAM database at time of proposal submission because (i) solicitation clearly required it and warned that registration took time, and (ii) contractor's own delays were partially responsible for fact that registration process was not completed in time)

Air Borealis Limited Partnership v. United States, No. 22-1554 C (Dec. 12, 2022) (allows awardee's intervention over protester's objection)

Ahtna Logistics, LLC v. United States, No.  22-780 C (Dec. 6, 2022) (unsuccessful post-award protest; rejects multitude of challenges to agency's evaluation of protester's and competitors' proposals and concludes that, since challenges to both proposals that were higher rated than its own were meritless, protester did not establish prejudice because it was not in line for award)

AccelGov, LLC v. United States, No.22-460  (Dec. 2, 2022) (unsuccessful post-award protest; CO  did not use unstated evaluation criterion when it downgraded protester's confidence rating based on proposed Operations Manager's failure to meet experience requirements; agency did not treat competitors unequally in evaluating their VIP support approaches and training programs; agency's evaluation of protester's oral presentation had rational basis; choice of higher-priced, higher technically rated proposal had rational basis where price was less important than technical factors)

LS3, Inc, d/b/a LS3 Technologies, Inc. v. United States, No. 22-1274 (Dec. 2, 2022) (unsuccessful post-award protest seeking preliminary injunction; protester unlikely to succeed on merits of its challenges to agency's evaluation of its technical proposal and its past performance or to the evaluation of the awardee's proposal))

Michael Stapleton Assocs, Ltd. v. United States, Nos. 22-573, et al. (Nov. 30, 2022) (successful preaward protest; individual's continued involvement in resolicitation violated Contracting Officer's directive to avoid OCI; Government's actions were insufficient to mitigate incumbent's OCI advantages; permanent injunction barring incumbent from the competition is warranted)

Vanquish Worldwide, LLC v. United States, No. 22-887 C (Nov. 21, 2022) (unsuccessful protest against agency's corrective action; plaintiff formally agreed with other parties that prior protest would be dismissed and specific corrective action would be undertaken and, therefore, cannot complain when agency does exactly what all parties to prior protest agreed it would do)

BAE Systems Norfolk Ship Repair, Inc. v. United States, No. 22-1263 C (Nov. 16, 2022) (unsuccessful preaward protest; agency had reasonable basis to cancel solicitation (and resolicit) based on FAR 15.206(e) after it received only one offer and determined that competition would be enhanced if the solicitation were amended to ease certain restrictions)

Systems Implementers, Inc. v. United States, No. 22-648 (Nov. 15, 2022) (unsuccessful post-award protest; court rejects numerous challenges to various aspects of evaluation)

Connected Global Solutions, LLC and American Roll-On Roll-Off Carrier Group, Inc. v. United States, Nos. 292 C and 317 C (Nov. 15, 2022) (unsuccessful post-award protest; agency did not err when in conducting reevaluation after revising solicitation and receiving revised proposals as part of corrective action, it arrived at a different number of technical strengths in protester's proposal and was not required to explain the reason for the difference; discussions were neither misleading nor unequal and agency was not required to reopen discussions during corrective after concluding that one offeror's approach was more advantageous than its competitor's: rational basis for agency's technical evaluation, including, inter alia, agency's decision to consider offeror's written proposal as taking precedence over an inconsistent statement made during its oral presentation; agency did not depart from solicitation's evaluation scheme and best value tradeoff analysis had rational basis; price analysis was not arbitrary or capricious)

Homeland Security Solutions, Inc. v. United States, No. 22-659 (Oct. 18, 2022) (unsuccessful preaward protest by incumbent against agency's decision to set-aside follow-on procurement for SDVOSBs; fact that prior procurement was not set aside as a result of market research showing the requirements of the Rule of Two were not met, current procurement's market research did meet requirements for Rule of Two)

eSimplicity, Inc. v. United States, No. 22-543 C (Oct. 13, 2022) (successful protest against rejection of proposal as untimely; where solicitation did not state a file size limit for electronically submitted proposals, fact that Government's system rejected email because of its size amounted to application of an unstated evaluation criterion; when proposals are submitted by email, the "government control" exception to the "late is late" rule should be considered)

Second Street Holdings, LLC v. United States, No. 22-cv-00253 (Oct. 4, 2022) (unsuccessful post-award protest; awardee's proposal complied with solicitation's requirement to provide "at least a conditional commitment of funds" sufficient to prepare lease space for occupancy and that solicitation provision did not create a definitive responsibility criterion; vague occupancy date range listed only once in solicitation described only as an estimate was a not a firm requirement that awardee failed to meet; solicitation only required offeror, not all of parties with ownership interests in the properties, to have SAM registration and information supplied by awardee adequately reflected its ability to speak on behalf of other firm with ownership interest; incorporated GSAM clause 570.306(b) does not require a price realism analysis and the analysis of the awardee's price conducted by the agency satisfied requirements of that provision; price analysis had rational basis, no requirement for Government to update its price estimates between final proposals and award and protester's challenge to the Government failure to do so is untimely;  no evidence that awardee's proposed operating expenses and tax estimates were unrealistically low or that Government's evaluation of them was unreasonable; solicitation, properly interpreted, did not require Government to evaluate "holdover costs" as posited by protester; protester failed to show Government's requirements so substantially changed after solicitation was issued that cancellation or reissuance required, and protester waived this objection by failing to protest during lengthy delay period; agency did not engage in unequal discussions)

Goodwill Industries of South Florida, Inc. v. United States, No. 21-2323 (Sep. 18, 2022) (successful protest; Government acted arbitrarily and capriciously by attempting to procure the Women’s IHWCU Trousers using the competitive solicitation approach without following the required procedures under the JWOD Act and its implementing regulations for determining that qualified nonprofits were unable to meet the Government's requirements)

Lightbox Parent, L.P. v. United States, No. 22-429 (Sep. 14, 2022) (unsuccessful post-award protest; protester failed to prove multiple allegations that awardee had misrepresented the terms of its license agreement in responding to solicitation)

Dolphin Park TT, LLC v. United States, No. 21-1693 (Sep. 15, 2022) (unsuccessful post-award protest; agency's determination that protester's offered property was in prohibited 100-year floodplain had rational basis especially where protester repeatedly asserted that fact in its proposals; agency's discussions with protester were meaningful:  discussion letter was titled a deficiency letter and specifically identified the floodplain issue as one of the discussion items, which was adequate to generally lead protester into the areas of its proposal requiring amplification or correction; agency was not required to notify protester that another offeror had met floodplain requirements, which would render protester's proposal unacceptable; agency did not treat offerors unequally, but, if protester's interpretation of solicitation were correct, agency had waived a requirement for both offerors)

ACI Technologies, Inc. v. United States, No. 21-2340 C (Sep. 12, 2022) (denies plaintiff's request for stay pending appeal of earlier decision in protest)

Focus Revision Partners v. United States, No. 22-657 C (Sep. 12, 2022) (reverses prior OHA decision dismissing size protest filed in the wrong name instead of permitting correction of the record because:  (1) protester had an active SAM registration and was an actual offeror for the procurement at issue; (2) although protester mistakenly filed its size protest using the incorrect corporate name, neither contracting agency nor SBA nor protested party were confused or prejudiced by protester's error; (3) at all times, protester was the true protestor and party-in-interest; and (4) no SBA regulation precluded simple correction protester sought, which would not have prejudiced any party)

Algese v. United States, No. 22-61 (Sep. 8, 2022) (unsuccessful post-award protest; incumbent's failure to mention labor unrest and workforce reductions in its Past Performance proposal was not material misrepresentation because Government was well aware of the issue, concluded staff reductions were matter of conventional business judgment, and rationally concluded (i) not to downgrade proposal in this area and (ii) awardee was responsible contractor)

Management & Training Corp. v. United States, No. 22-560 C (Sep. 1, 2022) (successful post-award protest of DOL award to operate Job Corps center; evaluators' determination of relevance of offerors' past performance contracts deviated, without explanation, from their own stated criteria for determining what work was of a similar scope to the work to be performed under the protested contract; agency failed to explain how it determined that past performance contracts proffered by offerors were of similar size to the protested procurement; in violation of solicitation's terms, agency failed to evaluate past performance of one proposed subcontractor of awardee that would perform "critical" part of resulting contract; agency did not engage in disparate treatment of offerors; solicitation did not require agency to evaluate price realism; several deficiencies in agency's application of FAR 52.222-46, ("Evaluation of Compensation for Professional Employees"))

Integrated Finance & Accounting Solutions, LLC v. United States, No. 22-581 (Aug. 16, 2022) (unsuccessful post-award protest; Government's interpretation of disputed Past Performance criterion is more reasonable than protester's so Government's evaluation in this area has rational basis;  agency's assignment of technical weakness to protester's proposal had rational basis and, where solicitation stated award without discussions was contemplated, agency was not required to hold discussions concerning that weakness even if discussions could have resolved the problem; court will not expand the "too close at hand" doctrine, which applies to past performance evaluations, to a technical evaluation; agency had rational basis for not assigning any strengths to protester's technical proposal; protester's challenge to evaluation of awardee's past performance is nothing more than disagreement with agency's conclusions; agency's assignment of neutral Confidence rating to awardee comported with definition in solicitation; rational basis for agency's evaluation of awardee in area of technical management)

G4S Secure Integration, LLC et al. v. United States, No. 22-256 C (Aug. 16, 2022) (successful protest against finding that protesters were ineligible for award; where solicitation unambiguously permitted SAM registration of members of unincorporated joint venture to satisfy requirement of joint venture's registration, but agency decided after proposal submission to adopt decision by another CoFC judge that SAM registration of joint venture itself is required, agency was required to amend solicitation or conduct discussions with offerors that did not satisfy the new interpretation rather than just disqualifying them as it had)

Trillion ERP Venture Tech LLC v. United States, No. 22-152 C (Aug. 12, 2022) (unsuccessful post-award protest; denies protester's motions to add documents to administrative record because, inter alia, they were not considered by the agency in making its award decision; agency did not treat offerors unequally; solicitation did not require agency to conduct price realism analysis; agency's evaluation of level of effort and labor mix for each CLIN was not improper; agency's determination in best value trade-off analysis that proposals were technically equal had rational basis)

KGJJ Eng'g Solutions, LLC, v. United States, No. 22-372 (Aug. 10, 2022) (successful post-award protest; by crediting awardee with experience of its "sister" companies, Government violated clear solicitation requirement that only experience of offeror, itself, would be considered; Government should not have credited awardee with experience of two individuals that were not listed as, and were not of the same type, as individuals awardee had identified as key personnel elsewhere in its proposal; although agency's evaluation of the Safety factor seemed "irrational" to the court, protester has not shown prejudice with regard to that ground of protest; no indication agency actually evaluated or distinguished relevancy of projects submitted by various offerors under Past Performance evaluation and agency did not explain how all proposals received the same relevancy rating; no evidence agency had actually evaluated Confidence in assigning all offerors but one the same rating under that category when there were clear differences among the proposals)

Ames 1 LLC v. United States, No. 22-cv-00196 (Aug. 10, 2022) (dismissed as moot because issues already decided in Frawner Corp.)

Frawner Corp. v. United States, No. 22-cv-0078 (Aug. 8, 2022) (successful post-award protest against contract awards to third parties to perform maintenance and repair tasks at military installation; agency used unstated evaluation criteria contrary to the solicitation's language in Past Performance evaluation by assigning an overall "relevancy" rating equal to the lowest of the subcategory relevancy ratings; agency arbitrarily imposed an unstated evaluation cap of $2 million on past projects that would qualify to be evaluated under the "magnitude" sub-factor; other aspects of challenged Past Performance evaluation had rational bases and agency did not engage in unequal treatment of offerors)

Velocity Training, LLC v. United States, No. 18-1125 C (Aug. 9, 2022) (protester whose key subcontractor required to meet solicitation requirements withdrew after deadline for final proposal revisions lacks standing to challenge subsequent award because it has no substantial chance of receiving award)

Hydraulics Int'l, Inc. v. United States, No. 22-364 (Aug. 8, 2022) (request for white papers under Other Transaction Agreement to develop prototype to upgrade military helicopter ground power units was made "in connection with" a procurement because it contemplated possibility of a follow-on procurement, giving court bid protest jurisdiction; refuses to supplement record with document merely offering one person's opinion disagreeing with other offerors' submittals; rational bases for agency's evaluation of protester's schedule and price; record does not establish agency relaxed a solicitation requirement for other offerors)

Michael Stapleton Assocs., Ltd., et al. v. United States, Nos. 22-573, -620, -630 (Aug. 3, 2022) (unsuccessful preaward protest; record of agency's predecisional deliberations provides rational basis for agency's decision to unbundle contract requirements; solicitation did not contain patent ambiguities as to how two contractors should interact on ancillary matters or how disputes between two contractors could be resolved; agency's decision to reduce look-back period for past performance projects had rational bases, which were to increase competition and to mitigate advantage contractor (that subsequently was determined to have had an OCI) had gained  had rational basis even though it was not the most rational way of addressing the problem; agency's decision to evaluate experience of other offerors in one area equally with OCI offeror's experience in another was rational way to mitigate OCI offeror's OCI)

CGS-SSG Joint Venture v. United States, No. 22-379 C (Aug. 2, 2022) (rational basis for Contracting Officer's interpretation of protester's complex pricing proposal and for the method Contracting Officer used to compare proposed prices of competitors)

Insight Public Sector, Inc. v. United States, No. 21-cv-1755 (Aug. 1, 2022) (unsuccessful post award protest; solicitation did not require Government independently to check awardee's GSA Schedule to verify its proposal statement that all required items were included there; requirement that each member of teaming agreement have privity of contract with Government is not violated merely because a subcontractor could provide the items being supplied by one member of the team and solicitation does not require both partners to provide products from their respective GSA schedules; rational bases for protester's Confidence and Relevance ratings under Past Performance and, even if ratings were wrong, plaintiff has not shown it would have received award on that basis, i.e., no prejudice; fact that Government initially awarded contract to protester undercuts its arguments that ultimate award evidenced bias in favor of awardee; no regulation prohibited Government from responding to question by awardee submitted one day after the deadline for bidders' questions; no regulation required Government to disclose awardee's question (and Government's answer) to protester where communications did not create unfair advantage; even if they did, protester has not established prejudice, i.e., that it would have received award absent change to solicitation made as a result of awardee's question; Government's question asking awardee to provide additional details concerning its CTA was not improper discussion under FAR 15 because that section did not apply to this procurement; even if it did, question was more in the nature of a clarification because it asked for information that the solicitation did not require (i.e., additional details concerning awardee's CTA); and, even if it were a discussion, it was, in the words of FAR 15, tailored to awardee's proposal; again no prejudice because even if Government had also asked questions concerning protester's proposal, it did not contain errors that it could remedy had the Government provided that opportunity since protester's proposal did not rely on a CTA; nothing prohibited Government from assigning same personnel involved in original procurement to investigate PIA allegations and protester's allegations are insufficient to overcome presumption that government officials act in good faith; Government conducted reasonable investigation into PIA allegations and was not required to conduct the more expansive investigation suggested by protester; plaintiff's allegation of subsequent PIA violation is untimely)

L3 Technologies, Inc. Communications Systems-West v. United States, No. 21-1819 C (July 22, 2022) (unsuccessful post-award protest against implementation of corrective action by agency; protester lacks standing and protest is moot because agency has decided to continue contract award to protester despite contrary (incorrect) GAO ruling and fact that another bidder has filed a protest in a different suit is not sufficient to grant standing to protester in the current suit)

Trace Systems Inc. v. United States, No. 22-404 C (July 14, 2022) (because administrative record submitted by agency appears "thin" (consisting of only 13 pages), court orders agency to continue searching for additional documents, especially where the documents submitted thus far suggest the Government may considered other documents in making challenged decision)

ZeroAvia, Inc. v. United States, No. 21-1881 (July 11, 2022) (dismisses protest against exclusion from competitive range because allegations of procurement errors in Complaint did not contain sufficient factual support to demonstrate that protester had a substantial chance of receiving an award, and, therefore, protester lacks standing)

Harmonia Holdings Group, LLC v. United States, No. 21-1704 C (July 7, 2022) (unsuccessful protest by original awardee against cancellation of solicitation during corrective action undertaken as a result of GAO protests of award; higher ups in agency had multiple concerns with conduct of reevaluations during corrective action and a rational basis for cancelling solicitation)

LB&B Assocs., Inc. v. United States, No. 21-2104 (July 6, 2022) (unsuccessful post-award protest; rational bases for agency's assignment of each of four weaknesses to plaintiff's proposal and plaintiff is essentially asking court to substitute its judgments for those of the agency's evaluators; rational basis for each of two strengths assigned to awardee's proposal by agency as well as agency's decision not to assign a weakness to awardee's proposal for alleged failure to specifically detail procedures for maintaining solar panels; since it would be abnormal for non-incumbent to have key personnel already on staff and solicitation only required submission of resumes for proposed key personnel, agency's evaluation of non-incumbent in this area was rational; rational basis for best value determination; protester failed to establish disparate treatment of the offerors in several areas, largely because it failed to establish the proposals were substantively indistinguishable in those areas; protester failed to challenge any of the "key" strengths in the awardee's proposal that the agency identified as the sole basis of its award, thus protester cannot show prejudice)

Leeward Constr., Inc. v. United States, No. 22-374 C (July 5, 2022) (unsuccessful protest against rejection of plaintiff's proposal as nonresponsive due to limitation of liability in its bid bond that contravened FAR 52.228-1(e) and language in savings clause of bond was too nonspecific to held to have incorporated the FAR provision by reference)

ACI Technologies, Inc. v. United States, No. 21-2340 C (June 29, 2022) (unsuccessful post-award protest; agency rationally evaluated past performance, including relevancy of awardee's past performance examples; agency's use in cost evaluation of most recent DCAA rates for protester rather than earlier rates it proposed was not objectionable, especially because using earlier rates would not have resulted in award to protester, and agency was not required to alert protester to this situation either through discussions or clarifications because its proposal was technically acceptable and solicitation generally contemplated discussions only with regard to evaluated deficiencies in technical proposal; cost realism analysis of awardee's proposal, including start up costs, had rational basis; agency's decision to improve awardee's rating in technical factor after receiving and reviewing its response to discussion questions had rational basis; protester failed to articulate prejudice from alleged errors in technical evaluation)

Yahya Technologies, LLC, d/b/a Y-Tech, LLC v. United States, No. 22-585 C (June 27, 2022) (denies plaintiff/incumbent's motion for TRO against override of automatic stay triggered by plaintiff's GAO protest of performance of bridge contract by another firm incumbent plaintiff's contract is set to expire so cancelling bridge contract would not lead to continued performance by incumbent--i.e., no meaningful relief can be provided to incumbent, and suit is, therefore, moot)

AGMA Security Service, Inc. v. United States, No. 20-926 C (June 26, 2022) (largely successful EAJA application for attorneys' fees following prior, successful protest)

Connected Global Solutions, LLC v. United States, No. 22-292 C (June 21, 2022) (discusses standards for admitting various types of documents to supplement administrative record in suit alleging awardee materially misrepresented the security level of its information technology system)

Ascendant Services, LLC v. United States, No. 22-72 C (June 8, 2022) (unsuccessful post-award protest of key personnel evaluation; plaintiff’s interpretation of solicitation's education and work experience requirements for the program manager and two project manager positions is unreasonable, contravenes the plain meaning of the solicitation’s terms and would make plaintiff’s own proposed key personnel unacceptable, and, failing in its key personnel argument, plaintiff was not prejudiced by other errors it alleged in evaluation)

Elevated Technologies, Inc. v. United States, No. 22-0004 C (June, 3, 2022) (successful post-award protest; failure by protester to argue for all elements necessary for injunctive relief until its brief did not require dismissal of suit; promptly filing GAO protest and then promptly filing suit after voluntarily dismissing GAO protest shortly before GAO's 100-day deadline for issuing decision did not bar suit under doctrine of laches; Government should have disqualified awardee because it submitted multiple quotes in response to RFQ, which provided that if more than one quote was submitted, all would be rejected)

IAP Worldwide Services, Inc. v. United States, No. 21-1570 C (May 25, 2022) (after further briefing ordered in prior decision, remands case for the agency to decide how to apply DFARS 215.30 by either (i) standing by its prior award decision with additional elaboration on why it decided not to conduct discussions or (ii) issuing a new decision either (a) establishing a competitive range followed by discussions leading to a new award or (b) replacing its previous contract award decision with a new contract award decision that declines to engage in discussions but is supported by a new explanation and further development of the administrative record)

C&E Services, Inc. v. United States, No. 22-366 C (May 23, 2022) (unsuccessful suit by incumbent seeking preliminary injunction against agency's decision to override CICA stay pending incumbent's GAO protest based on a "best interests" determination because record is not clear that plaintiff would likely succeed on the merits)

Newimar S.A. v. United States, No. 21-cv-1897 (May 19, 2022) (unsuccessful post-award protest by incumbent; protester waived its argument that corrective action amended solicitation to favor awardee by failing to object prior to submitting proposal; protester waived various arguments by failing to address them in its reply briefing; various issues with the awardee's responsibility raised by the protester are matters of contract administration not within court's protest jurisdiction; plaintiff failed to present evidence in support of its allegation that awardee was noncompliant with Spanish law; allegations based on the awardee's proposal in response to the original solicitation are mooted by the corrective action, which revoked the original award;  agency did not evaluate proposals using undisclosed criteria and protester was not prejudiced by evaluation; agency's price evaluation had rational basis), motion for stay pending appeal denied

The Bionetics Corp. v. United States, No. 22-120 (May 15, 2022) (unsuccessful protest; agency had rational basis for rejecting proposal because it did not comply with the solicitation's material requirement that it include specific labor rates consistent with the applicable collective bargaining agreement ("CBA"), including properly escalating those rates in the out years, and the solicitation gave the agency the discretion to reject the proposal without asking for clarifications, even though protester's proposal also contained conclusory statement that it would comply with the CBA)

EnGlobal Government Services, Inc. v. United States, No. 21-2317 C (May 12, 2022) (unsuccessful post-award protest; email exchanges between Government and eventual awardee during corrective action were for purpose of a clarification, not discussions, because they only afforded firm opportunity to correct discrepancy involving seemingly contradictory numbers in its proposal regarding compensation plan for professional employees rather than to revise it; protester failed to timely object to limited scope of agency's corrective action plan; even if exchanges were discussions, protester has not demonstrated prejudice because it has not shown, given limited scope of corrective action, it could have revised its proposal in such a way as to have changed award decision; agency did not treat proposals disparately or conduct an improper price realism analysis, and its evaluation of total compensation package complied with FAR 52.222-46)

Seventh Dimension, LLC v. United States, No. 21-2275 C (May 11, 2022) (successful protest against cancellation of solicitation based upon FAR 15.206(e); that regulation's statement that decision to cancel solicitation must be based on "market research or otherwise" means "based on market research or evidence similar to market research"; decision to cancel solicitation must be based on more than a mere hypothesis or conjecture that competition likely would increase were the solicitation cancelled; it requires reasoned judgment based on evidence or facts contained in the administrative record), modified as a result of Government's motion for reconsideration

Dolphin Park TT, LLC v. United States, No. 21-1693 (May 11, 2022) (grants motion to supplement record with unredacted GAO protest for limited purpose of deciding whether plaintiff timely submitted GAO protest exhibits, and whether GSA should have considered them, and, if so, following any briefing considering the Court’s ruling in that regard, whether their consideration undermines the agency’s award decision; allows supplementation of AR with deposition testimony on discussions between plaintiff and Government because otherwise there are conflicts and inconsistencies in record with regard to those discussions)

Connected Global Solutions, LLC and American Roll-On Roll-Off Carrier Group, Inc. v. United States, Nos. 22-292C, 22-317C (May 6, 2022) (allows protester limited discovery because information related to protest allegation (that awardee's offer contained material misrepresentation concerning the security level of its information technology system) would not likely be in administrative record)

VAS Realty, LLC v. United States, No. 20-1417 C (May 5, 2022) (on remand from CAFC, reversing prior COFC decision that protester lacked standing, protester is entitled only to bid and proposal costs because, since both the lower and appeals court had denied the protester's motions to stop contract performance pending the appeal, the project is now too far along to be canceled. Relevant to the court's conclusion that injunctive relief is not available is the fact that the protester could have protested earlier but waited months for an OIG report before proceeding)

D&J Enterprises, Inc. v. United States, No. 22-38 C (May 4, 2022) (unsuccessful post award protest against best value trade-off analysis where non-price factors combined were "approximately" equal to price; rational basis for selecting higher-priced offeror whose proposal was found superior in the two most important of three non-price factors; SSA could find differences in proposals despite same adjectival ratings)

Stratera Fulcrum Technologies, LLC v. United States, No. 21-1770 (May 4, 2022) (unsuccessful post-award protest of awards in  "Highest Technically Rated with a Fair and Reasonable Price" solicitation; agency followed solicitation statements that it intended to award at least five contracts using a ratio of 3 small businesses to 2 large businesses ratio and that it would select the three highest-rated small businesses first; use of transitive property rather than direct comparison to evaluate proposals was acceptable; rejects plethora of other challenges to evaluation)

The Ginn Group, Inc. v. United States, No. 22-18 (May 3, 2022) (unsuccessful post-award protest; agency's evaluation of one subset of one technical evaluation category, i.e., provision of recycling services "to the maximum extent possible," did not require it to assign significant strength to protester's proposal for proposing white paper and aluminum can recycling or to downgrade awardee's proposal for failing to do so or to ignore protester's higher price for doing so; agency had rational basis for evaluating awardee's staffing levels, which were only nominally below agency's estimates, as adequate; agency conducted meaningful discussions with protester by giving it chance to revise its proposal--no requirement to tell it to revise its staffing levels or to change its recycling approach when neither was considered a deficiency)

Thalle Constr. Co. v. United States No. 21-2261 (May 3, 2022) (successful post-award protest; although there were rational bases for the agency's evaluation of the protester's proposal in 10 areas that it challenged, in two others, the agency had treated proposals unequally, and in another the agency had failed to explain its rationale for assigning the protester a weakness and in still another the agency incorrectly concluded two parts of the protester's proposal were inconsistent with one another)

FreeAlliance.com, LLC v. United States, No. 22-132 C (Apr. 26, 2022) (where solicitation amendment in FAR Section 8.405 procurement warned that late proposals would not be considered, agency properly rejected proposal sent via email by plaintiff 9 minutes before deadline for receipt of proposals but not received by the agency's server until 6 minutes past the deadline)

Swift & Staley, Inc. v. United States, No. 21-1279 (Apr. 26, 2022) (upholds prior OHA decision on remand from court that firm is other than small due to negative control; court will not allow plaintiff to supplement administrative record with affidavit because record is sufficient for court to decide the case without it), injunction granted while plaintiff appeals to CAFC

G4S Secure Integration, LLC, et al. v. United States, No. 21-1817 C (Apr. 8, 2022) (denies request for injunction pending appeal of prior (unreported) decision that protesters had not established prejudice from agency's violation of FAR 52.204-7 (requiring SAM registration at time proposal is submitted) during evaluation; protesters have not shown likelihood of success on merits or that they have presented substantial case on the merits, and harm to protesters from lack of injunction is outweighed by harm to Government if injunction granted)

IAP Worldwide Services, Inc. v. United States, No. 21-1570 C (Apr. 5, 2022) (post-award protest; solicitation requirements for staffing in Iraq were "material" requirements; rational basis for Government's assignment of deficiency to protester's proposal for failure to conform to those material requirements; evaluators reasonably determined protester's offer failed to conform to solicitation requirements for support in Iraq; evaluators reasonably found awardee's proposal complied with solicitation’s Information Technology Infrastructure Library (“ITIL”) Foundation certification requirement, which, even though the solicitation described it as "critical" did not meet the definition of a material requirement and was only required to be met as of the contract's start date; awardee did not misrepresent status of a key personnel because it did not identify the individual as a key personnel and no evidence it knew identified individual would be unavailable after contract award; flaw in cost realism analysis was not proven to lead to the conclusion concerning awardee's proposal advanced by protester and did not prejudice protester because agency reasonably found its proposal "unawardable";  rational basis for agency's evaluation of proposed labor rates; no disparate treatment of proposals; administrative record does not support agency's decision not to conduct discussions, especially in light of presumption in their favor in DFARS 215.306; additional briefing is required from the parties to determine whether the court should require the Government to go back and consider whether discussions should be conducted using the proper application of the DFARS)

Gritter Francona, Inc. v. United States, No. 22-3 (Mar. 31, 2022) (unsuccessful post-award protest; adequate explanation in record for Source Selection Authority's proper exercise of independent judgment in (i) removing strength assigned to protester's technical proposal by SSEB and (ii) assigning a higher past performance rating to awardee's proposal than that assigned by SSEB)

B.H. Aircraft Co. v. United States, No. 21-1629 C (Mar. 29, 2022) (protester (i) lacks standing to challenge sole source contract for repair of F414 aircraft engines because plaintiff is not authorized to perform the repairs required in that contract as a whole or even for the single part of whose allegedly improper bundling the plaintiff complains, and (ii) fails to state claim upon which relief can be granted because the procurement does not meet the definition of bundling)

Progress for Bakersfield Veterans LLC, v. United States, No. 21-2150 C (Mar. 29, 2022) (unsuccessful post-award protest; court lacks bid protest jurisdiction over challenges involving appropriations issues under Anti-Deficiency Act and 38 U.S.C. § 8104 because none of these provisions constitutes a procurement statute; under Blue & Gold Fleet, plaintiff waived its argument that the awardee could not perform the contract within the required time frame because the plaintiff knew of this issue prior to bidding but failed to protest at that time;  awardee's proposal contained sufficient information to satisfy solicitation's requirement that it demonstrate "the right to ownership or control of the site during the term of the lease"; agency did not award to proposal that contained an unfairly large lump sum payment in year one; increases in awardee's price during negotiations were based on readily understandable reasons (e.g. COVID) and did not signal the agency had improperly reduced the importance of price in the evaluation)

E&L Constr. Group, LLC v. United States, No. 21-1765 C (Mar. 25, 2022) (challenge to prior SBA decision (upheld by OHA) that firm was ineligible as SDVOSB because of lack of unconditional ownership by SDV; court remands case to OHA to explain its reasoning that the test for unconditional ownership articulated in Matter of Wexford Group International, Inc., SBA No. SDV-105, at 6 (2009)  survives the superseding changes in the applicable regulations)

AGMA Security Service, Inc. v. United States, No. 21-1892 C (Mar. 23, 2022) (unsuccessful post-award protest; agency had rational basis for not evaluating protester's higher priced technical proposal when solicitation informed offerors that situation might occur; agency's error in failing to include six-month option period in total evaluated price did not prejudice protester because its proposal would still have been higher priced;  agency's detailed price realism analysis of offeror's proposal had rational basis; agency's past performance rating of the awardee was the result of thorough analysis and was supported  by the record; awardee was only required to meet licensing requirements at time work began, not, as protester suggests, at time of award; awardee's teaming agreement (which was specifically contemplated by the solicitation) did not violate any laws or regulations concerning independent price determination or restricting subcontractor sales to the Government or antitrust issues)

Trilogy Federal, LLC v. United States, No. 21-1067 C (Mar. 22, 2022) (unsuccessful post-award protest against exclusion from competitive range; agency following solicitation's evaluation criteria in conducting price realism analysis; rational bases for agency's evaluation of protester's proposal; agency applied all evaluation criteria stated in solicitation; plaintiff lacks standing to challenge agency's actions subsequent to plaintiff's exclusion from competitive range because it cannot establish prejudice)

Blue Water Thinking, LLC v. United States, No. 21-1019 C (Mar. 21, 2022) (unsuccessful post-award protest; rational bases in record for agency's evaluation of plaintiff's proposal and no basis for claims of disparate treatment in proposal evaluation)

REV, LLC v. United States, No. 21-1011 C (Mar. 21, 2022) (unsuccessful post-award protest; agency did not engage in unequal treatment of proposals during evaluation because plaintiff has not shown its proposal was substantively indistinguishable from other proposals in disputed areas; rational bases for agency's evaluation of plaintiff's proposal; plaintiff lacks standing to challenge agency's actions subsequent to plaintiff's elimination from competitive range because it cannot establish prejudice)

AcesFed, LLC v. United States, No. 21-1014 C (Mar. 17, 2022) (unsuccessful post-award protest of exclusion from competitive range in solicitation that contemplated multiple awards to SDVOSBs, as the competitor with allegedly the highest rated technical proposal with the lowest price not included in the competitive range, protester had standing to challenge evaluation of its proposal; agency had rational basis for evaluation of proposal, used all evaluation factors in its evaluation, and did not treat protester disparately from those proposals included in competitive range; protester lacks standing to challenge various agency actions subsequent to its elimination from competitive range because it cannot show prejudice; specifically, allegation that another awardee should have been disqualified from the competitive range is unavailing because there was no guaranteed quantity of awards so agency would not have been required to "replace" the awardee with another; agency's conduct of competitive range did not prejudice protester because its proposal had been properly excluded from competitive range; protester "does not explain, nor can the court discern, how a different evaluation of the alleged OCI would have improved plaintiff’s chances of securing the contract in this multi-award procurement where plaintiff’s proposal had already been properly evaluated by the agency and found not to merit further consideration")

Ceres Environmental Services, Inc. and D&J Enterprises, Inc. v. United States, Nos. 21-2346C, 22-5C (Mar. 11, 2022) (unsuccessful post-award protests; Government complied with applicable law and regulations in awarding sole-source contract for debris removal and disaster cleanup services based upon unusual and compelling urgency following an F4 tornado)

Crowley Government Services, Inc. v. United States, No. 21-1387 (Mar. 10, 2022) (unsuccessful post-award protest; agency's technical evaluation did not unduly credit awardee for its incumbent status and that all strengths assigned to the awardee were based upon stated solicitation evaluation factors, e.g., solicitation permitted agency to consider relevant experience of offerors' proposed key personnel and to determine that awardee's prior performance and ability to seamlessly assume contract performance provided a benefit to the Government; in Past Performance evaluation, FAR 15.305(a)(2)(i) does not (a) require Government to review the CPARS narratives, (b) require Government to consider whether the CPARS narratives justify the corresponding adjectival ratings, and (c) mandate that the context of the past performance data be derived from the CPARS narratives; agency's determination of degree of  relevancy of contract submitted by protester for Past Performance evaluation had a rational basis; agency had rational basis for determining it could not assess quality of past performance on commercial contract submitted by protester because it never received completed past performance questionnaire; agency conducted adequate discussions with protester by informing it that agency had not received completed questionnaire)

Savantage Financial Services, Inc. v. United States, No. 21-1910 (Mar. 4, 2022) ("late is late" rule (FAR § 52.212-1(f)(2)(i)) does not require Contracting Officer to reject proposal modifications submitted after due date for such revisions that have no effect on price, quantity, quality, or delivery, and protester was not prejudiced, nor other offerors advantaged, by Contracting Officer's decision not to disqualify them in this situation)

Trident Technologies, LLC v. United States, No. 21-2035 C (Mar. 1, 2022) (unsuccessful post-award protest; agency's investigation of impaired objectivity OCIs and its mitigation plan were reasonable; protester failed to provide "hard facts" to support its allegations of unequal access to information OCIs and agency's investigation of issue was reasonable; agency exercised reasonable discretion by deciding to develop mitigation plan rather than disqualifying awardee for undisclosed OCIs; agency's decision to reopen discussions on one point with awardee that had been resolved earlier but then reintroduced in awardee's proposal did not amount to coaching or unequal discussions)

COLSA Corp. v. United States, No. 21-1912 C (Feb. 24, 2022) (unsuccessful post-award protest; plaintiff lacked standing because it had not bid on the solicitation and did not submit its protest until after award)

Superior Optical Labs, Inc. v. United States, No. 21-cv-01580 (Feb. 11, 2022) (unsuccessful protest; upholds decision by SBA's OHA that firm was not an eligible SDVOSB due to provisions in its agreement with former owner that impermissibly limited control of SDV owner)

Facility Healthcare Services, Inc. v. United States, No. 21-1978 C (Feb. 10, 2022) (unsuccessful post-award protest; plaintiff filed motion for judgment on the administrative record without a single citation to the record; Government engaged in adequate discussions with plaintiff concerning price by twice informing it that its price should be reviewed because it was significantly higher than the Government's estimate)

Golden IT, LLC v. United States, No. 21-1966 C (Feb. 4, 2022) (unsuccessful post-award protest; absent any specific requirement in the solicitation to do so, awardee had no obligation to update Government on availability of proposed key personnel for changes occurring between submission of offer and award, so long as awardee had reasonable belief, at the time it submitted its offer, that proposed key would be available for contract performance)

CGS-SPP Security Joint Venture v. United States, No. 21-2049 C (Feb. 3, 2022)  (successful post-award protest; solicitation contained latent ambiguity concerning person to whom proposals should be submitted, and plaintiff's interpretation was reasonable, so its proposal should have been considered)

CACI, Inc.-Federal v. United States, No. 21-1823 (Jan. 13, 2022) (unsuccessful post-award protest; protester lacks standing because it failed to present evidence to rebut Government's contention that it was subject to biased ground rules OCI and, therefore, was ineligible for award; even absent this issue, there were rational bases for the deficiencies agency found in protester's proposal and agency did not employ unstated evaluation criteria), reversed in part by CAFC 

2021

A.T. Kearney Public Sector and Defense Services, LLC v. United States, No. 21-2121 (Dec. 17, 2021) (unsuccessful post-award protest; denies motion for preliminary injunction because protester failed to establish likelihood of success on the merits on its claims that agency: (i) failed to accord its proposal the strengths it deserved; (ii) used unstated evaluation criteria; and (iii) treated proposals disparately)

Insight Public Sector, Inc. v. Unites States, No. 21-cv-1755 (Dec. 16, 2021) (partially successful post-award protest; court remands case to agency to investigate whether awardee's email to agency indicates that a Procurement Integrity Act violation (improper access to protester's bid and proposal information) had occurred)

Superior Optical Labs, Inc. v. United States, No. 20-1211 C (Nov. 30, 2021) (as prevailing party in earlier protest where Government's litigation position was not substantially justified, plaintiff is entitled to legal fees recovery under EAJA)

Quanterion Solutions, Inc. v. United States, No. 21-493 (Nov. 29, 2021)  (unsuccessful preaward protest; denies objection to SBA's acceptance of a requirement and a firm into 8(a) program without conducting an adverse impact analysis on the protester because requirement is "new work" under 13 C.F.R. § 124.504(c)(1)(ii)(C); no prejudice to the protester from the fact that the proposed awardee's size had changed to exceed the applicable size standard during the pendency of the dispute because, since the work was new work, the contract could have been awarded to some other firm without an adverse impact analysis anyway) 

22nd Century Technologies, Inc. v. United States, No. 21-1922 C (Nov. 19, 2021) (unsuccessful post-award protest; suit complaining of agency's decision to cancel task order as a result of OHA determination that firm was not small is a bid protest and, therefore, is subject to FASA's bar on court review of task order protests)

Blue Origin Federation, LLC v. United States, No. 21-1695 C (Nov. 18, 2021) (unsuccessful post-award protest; protester cannot show prejudice because (i) its bid greatly exceeded available funding, (ii) its proposed approach would not have benefited from a waiver it claims the agency provided only to the awardee, (iii) its proposed advance payments were not allowed by the solicitation, which rendered its offer ineligible for award, (iv) the alternative proposal it now claims it would have submitted "is purely speculative, including hypothetical pricing and hypothetical technical ratings; protester waived various objections to the solicitation by failing to raise them until after award; even without these defects, protest would fail on the merits)

Alpine Companies, Inc. v. United States, No. 21-1541 C (Nov. 10, 2021) (agency's investigation of possible Procurement Integrity Act issues was reasonable, as was its conclusion that there were no violations; rational bases for agency's evaluation of protester's and awardee's proposals)

Intuitive Research and Technology Corp., No. 21-1394 C (Nov. 10, 2021) (rational basis for agency's price realism determination; rational basis for agency's  conclusion that the awardee's lower offered price outweighed the slight technical advantages of the protester and the agency neither employed unstated evaluation criteria nor treated offerors unequally)

Goodwill Industries of  South Florida, Inc. v. United States, No. 21-1391 C (Nov. 7, 2021) (preaward protest against solicitation terms is premature because agency has not issued one solicitation yet and an amendment has been issued extending closing date of another while agency takes action that may resolve protest issue)

Oak Grove Technologies, LLC v. United States, No. 21-775 C (Nov. 3, 2021) (sanctions Government for shortcomings in production of administrative record)

Aero Spray, Inc., d/b/a Dauntless Air v. United States, No. 21-1079 C (Oct. 28, 2021) (unsuccessful post-award protest; awardee of multiple award ID/IQ contract lacked standing to challenge additional awards to other firms and its protest also was untimely because it involved a patent solicitation ambiguity)

SAGAM Securite Senegal v. United States, No. 21-1138 C (Oct. 22, 2021) (denies Government's motion to stay portion of prior judgment pending appeal to CAFC because Government has not shown likelihood of success on merits)

PAE Aviation & Technical Services, LLC v. United States, No. 21-1469 (Oct. 21, 2021) (rational basis for agency's assignment of weakness to protester's proposal in the area of labor efficiency and reduction of mechanic hours in out year; agency could not have addressed this issue with a request for clarification because any response would have involved revising proposal; agency was not precluded from adjusting protester's cost proposal upward in light of the weakness noted in labor efficiency and staffing; agency did not treat protester's and awardee's staffing proposals unequally because their proposed approaches were fundamentally different from one another; agency evaluated awardee's change in ownership and rationally concluded it would have no impact on performance; agency had rational basis for adjusting protester's proposed escalation rates because those rates were inadequately explained in the proposal, which was a solicitation requirement)

Yang Enterprises, Inc. v. United States, No. 21-1540 C (Oct. 21, 2021) (unsuccessful protest; agency provided rational explanation for decision to cancel solicitation instead of reevaluating offers as had been recommended by GAO in successful prior protest of award)

AccelGov, LLC v. United States, No. 21-1647 C (Oct. 15, 2021) (partially successful preaward protest of intent to award sole-source 8(a) bridge contract; agency did not publicly express clear intent to award small business set-aside; bridge contract was not new requirement so SBA should have, but did not, conduct adverse impact analysis pursuant to 13 C.F.R § 124.504; rational basis for agency's evaluation of offerors' capabilities; remands for SBA to conduct adverse impact analysis)

Squire Solutions, Inc. v. United States, No. 21-1494 C (Oct. 14, 2021) (under facts of the case, court had bid protest jurisdiction over a Phase I SBIR solicitation because it was "in connection with a procurement"; rational bases for agency's evaluation of protester's proposal; protester fails to offer substantial proof of agency bias against its proposal)

Harmonia Holdings Group, LLC v. United States, No. 21-1704 C (Sep. 12, 2021) (denies motion to enjoin sole-source bridge contract (in the form of a task order) following agency's decision to cancel solicitation and re-compete rather than complete corrective action it had begun in response to prior GAO protest)

SAGAM Securite Senegal v. United States, No. 21-1138 C (Oct. 7, 2021) (denies original awardee's post-judgment motion to intervene in protest sustained by CoFC and currently on appeal to CAFC because putative intervenor waited five months ("which, in a bid protest, is an eternity") after the Complaint had been filed to attempt to intervene)

Agile Bot II, LLC v. United States, No. 21-1529 C (Sep. 30, 2021) (unsuccessful post-award protest; rational basis for limited scope of agency's price realism analysis which was not contrary to the terms of the solicitation; awardee did not fail to comply with solicitation requirements concerning available facility space; agency did not treat proposers disparately under Recruitment/Retention Strategies evaluation factor)

Kinemetrics, Inc. v. United States, No. 21-1626 (Sep. 27, 2021) (unsuccessful post-award protest; agency did not employ unstated evaluation criteria; court defers to agency's technical evaluation)

XL Assocs., Inc. v. United States, No. 21-1095 (Sep. 15, 2021) (unsuccessful post-award protest; agency did not use unstated evaluation criteria in requiring offerors to describe their experience managing day to day operations and disaster operations simultaneously or in concluding a proposed subcontractor was a "major subcontractor" (which required a letter of commitment) even though the protester had stated in its proposal that the firm was not a major subcontractor; experience requirements and evaluation under solicitation were distinct from past performance requirements and evaluation; rational bases for various portions of evaluation challenged by protester; agency determined price was fair and reasonable based upon adequate price competition; nothing objectionable in agency's use of independent government estimates as part of price evaluation)

VS2, LLC v. United States, No. 21-1028 C (Sep. 14, 2021) (where original awardee failed to immediately protest GAO recommendation that, as corrective action, the agency terminate its contract and award to protester, and GAO found subsequent protest of that reaward to be an untimely request for reconsideration of the GAO decision, court refuses to expand Blue & Gold Fleet waiver rule to preclude suit challenging the award; GAO's protest decision (where offeror proposes to cap its cost below a realistic prediction of actual costs, there is no basis for an upward adjustment of that cost in the evaluation) is erroneous as a matter of law because only price risk is addressed by the cap, not the performance risk associated with a loss contract; and GAO's contrary decision ignored (i) clear solicitation provisions; (ii) the FAR; and (iii) GAO's own precedent)

Land Shark Shredding, LLC v. United States, No. 19-711 C (Sep. 9, 2021) (because original protester had since sold all its assets necessary to conduct its government contract work to two other firms and had renamed itself, the newly named firm was neither a bidder on the protested solicitation nor a "complete successor in interest" that "could stand in the shoes" of the bidder and, thus, did not have standing to continue to maintain the protest)

M Nicolas Enterprises, LLC d/b/a World Wide Health Services, and Michelle Nicolas, individually v. United States, No. 20-cv-691C (Sept. 1, 2021)  (court has bid protest jurisdiction only over 1491(b)(1) bid protest claims, so 1491(a)(1), APA, Tucker Act, and CDA claims are dismissed)

10 Tanker Air Carrier, LLC v. United States, No. 21-1084 (Aug. 27, 2021) (unsuccessful post-award protest; rational basis in best-value analysis for focusing on what solicitation stated was the most important price consideration (total overall price) rather than on one of its components (cost per gallon of fuel); also plaintiff's arguments are time-barred by Blue & Gold Fleet because, prior to the submission of offers, it could have protested the solicitation's weighting of total overall price over cost per gallon of fuel)

Swift & Staley, Inc. v. United States, No. 21-1279 (Aug. 27, 2021) (reverses prior decisions by SBA and OHA; firm is not required to include its share of revenue from populated joint venture for purposes of size determination)

Blue Tech Inc. v. United States, No. 21-1053 C (Aug. 17, 2021) (successful post-award protest; where solicitation required quotes for "device only" that was "capable of supporting" stated amounts of data storage and RAM, agency improperly rejected offer that met that requirement but did not have that amount of storage already installed)

American K-9 Detection Services. LLC v. United States, No. 20-1614; Global K9 Protection Group, LLC v. United States, No.21-1165 (Aug. 16, 2021) (rational basis for USPS' decision to bundle canine screening and alarm resolution services into single procurement; structuring solicitation to favor a single award for both types of services did not unduly restrict competition in part because five offerors did, in fact, offer both; Government's interest in historical data and past performance had a rational basis and did not amount to structuring the solicitation in order to favor an incumbent; USPS provision requiring parties to exhaust administrative remedies before suing in court does not preclude court's consideration of issue plaintiff's discovered only when Government filed administrative record in response to protest; Government failed to enforce font size requirement against awardee and simply ignored the error instead of considering the issue and waiving it as a minor informality, but the error was not prejudicial because "[a]ll parties had ample opportunity to fully detail and explain technical proposals, and the government fairly and fully considered each proposal"; remands case for second time because investigation following first remand still does not provide enough information for resolution of OCI allegations)

Oak Grove Technologies, LLC v. United States, No. 21-775 C (Aug. 16, 2021) (successful post-award protest; requirement to submit executed teaming agreement with offer was material requirement that agency was not free to ignore; agency failed to conduct required financial responsibility analysis of proposal; agency failed to justify its decision not to conduct discussions where governing regulation established a preference for them; agency failed to adequately investigate allegations of improper conduct by procurement official; agency must show why it should not be sanctioned for wasting court's a protester's time by repeatedly failing to produce in the administrative record clearly relevant documents that would undermine the agency's arguments in the protest)

AccelGov, LLC v. United States, No. 21-1647 C (Aug. 13, 2021) (denies request for injunction against short-term sole-source bridge contract pending outcome of protest because Government's national security interests would be impaired absent the contract)

Medline Industries, Inc., and Concordance Healthcare Solutions, LLC, v. United States, Nos. 21-1177 and 21-1098 (Aug. 9,2021) (successful protest; agency's decision to transfer its requirements to another agency has no support in administrative record; solicitation does not reflect agency's current requirements (which changed several times after solicitation it was issued) in violation of FAR 15.206; protester is entitled to bid and proposal costs because agency breached its implied-in-fact contract with protester by issuing the solicitation despite the agency's undisclosed plan to truncate the scope of performance and transfer requirements to another agency); see also Owens & Minor Distribution, Inc.

SAGAM Securite Senegal v. United States, No. 21-1138 C (July 26, 2021) (successful preaward protest; instead of canceling solicitation, agency should have declared awardee (to whom agency had improperly disclosed protester's proposal data) ineligible for award)

ACI Technologies, Inc. v. United States, No. 18-860 C (July 22, 2021) (unsuccessful post-award protest; under principle of interpretation that specific solicitation provision controls over general provision in case of inconsistency, provision identifying specific part number as approved governs over general provision that parts must have Airworthiness Release for use in the airframe involved in the procurement; no prejudice to protester from Government's acceptance of approved part)

CW Government Travel, Inc. a/k/a CWTSatoTravel v. United States, No. 21-1354 C (July 21, 2021) (successful post-award protest; awardee's key personnel did not meet the unambiguous experience requirements in the solicitation, and agency's contrary interpretation of those requirements was unreasonable; RFP required Government to conduct price realism analysis, which it failed to do; agency failed to examine awardee's proposal for unbalanced pricing; past performance evaluation had rational basis; agency did not treat offerors disparately)

Syncon, LLC v. United States, No. 21-1035 C (July 15, 2021) (unsuccessful preaward protest; court may consider documents generated during remands (one of which the protester agreed to and the other it sought); agency had rational basis for rescinding amendment that had extended the due date for proposals after it had passed because that amendment had not been issued in accordance with governing FAR regulations; following agency level protest, agency had independent basis to rescind amendment to correct perceived error in issuing it and, therefore, protester's failure to allege prejudice was not relevant in this case; agency had rational basis for rejecting offers as late because they failed to satisfy any of the exceptions to FAR 52.215-1 re late bids)

Apt Research, Inc. v. United States, No. 21-1102 C (July 14, 2021) (unsuccessful post-award protest; protester's failure to submit required bilaterally-signed employment agreement with proposed Program Manager rendered proposal Unacceptable under Mission Capability factor and, therefore, unawardable, which means protester cannot establish prejudice from agency's alleged unequal treatment of offerors)

Sierra Nevada Corp. v. United States, No. 21-1186 C (July 12, 2021) (enjoins proposed sole source award  because it is to begin before it is required and by its terms will last longer than is justified)

Sophian Bioscience, Inc. v. United States, No. 21-1065 (July 12, 2021) (unsuccessful post-award protest; solicitation was unambiguous as to the meaning of "throughput," so that the agency's use of that meaning in the evaluation was not an unstated evaluation criterion; agency did not treat proposals unequally)

PAE Applied Technologies, LLC v. United States, Nos. 20-1925C; 20-1954C (July 11, 2021) (reluctantly upholds agency's decision to limit corrective action to permitting revisions only to cost proposals despite protesters' arguments that lengthy period since solicitation was issued plus the intervening COVID pandemic would have effects on technical proposals and solicitation requires that technical proposals harmonize with cost proposals)

WaveLink, Inc. v. United States, No. 20-749 C (July 1, 2021) (post-award protest; denies complaint that agency took an unreasonably long time (10 months)between receipt of proposals and awards so that information regarding important evaluation factors in proposals became stale; agency was not required to seek updated relevant experience from protester because that would have constituted discussions, which the agency "assiduously avoided"; agency only sought clarifications from various offerors, which did not require it to conduct discussions with the protester; agency improperly relaxed mandatory solicitation requirement that, in order to be eligible for award, offerors must provide a "convincing rationale to support" a direct labor rate outside of a set range), but protester is only entitled to relief in "pool" in which it was prejudiced by this error; the Government's contrary reading of this provision is unreasonable and the Government is judicially estopped from advancing it; the Government's prior corrective action in response to a GAO protest does not shield it from the consequences of its mistaken interpretation)

SigNet Technologies, Inc. doing business as Convergint Federal Solutions v. United States, No. 21-1047 C (June 30, 2021) (unsuccessful post-award protest; court will not rule on whether plaintiff violated terms of GAO protective order with information included in its Complaint because that issue is currently pending before the GAO; rational basis for agency's determination that awardee's quotation documents included information required by solicitation; agency did not treat proposals unequally; rational bases for price and tradeoff evaluation)

M.R. Pittman Group, LLC v. United States, No. 21-1397 C (June 24, 2021) (unsuccessful post-award protest; under the Blue & Gold Fleet standard, plaintiff waived its position that the procurement was not a small business set-aside by failing to object until after submission of offers)

Owens & Minor Distribution, Inc., et al. v. United States, No. 21-1341 (June 22, 2021) (in case involving objections to scope of agency's proposed corrective action and agency's decision to move requirements to another agency, court denies Government's motion to remand because the Government already had made a judicial admission of liability and the need for finality of decision far outweighs any competing interests advanced by the Government)

Logistics Health, Inc. v. United States, No. 21-759 (June 11, 2021) (unsuccessful post-award protest; rational basis for agency's evaluation of awardee's technical proposal concerning the network of providers it could develop upon award, in accordance with the solicitation's requirements; awardee did not mislead the agency concerning this area in its proposal; material difference in proposals demonstrates agency did not treat them unequally by crediting only awardee with strength for proposing to provide audiology vans; agency did not err in giving awardee credit for proposing to expedite transition-in time frame beyond solicitation's requirement; Government complied with FAR requirement to document its evaluation adequately and was not required to explain its position on every individual PWS requirement; Government's limited corrective action (allowing awardee to substitute new program manager) in response to prior GAO protest was reasonably tailored to address  a minor error that was the Government's own problem and did not result in unequal discussions, and allowing plaintiff to have revised its price after having seen the awardee's price would have been unfair; Government's unbalanced pricing analysis was not required to extend below CLINs to procedures identified in attachments to the solicitation; court also examines whether several of plaintiff's arguments are time-barred under Blue & Gold Fleet, finding that one of them is)

LAX Electronics, Inc. d/b/a, Automatic Connector, No. 19-1668 C (June 10, 2021) (unsuccessful protest; although DoD Manual 4120.24 does not have the force and effect of law because it was not the product of "notice and comment" rule-making, it was the standard the agency utilized in removing protester from QPL list and the agency's determinations had a rational basis)

Vectrus Systems Corp. v. United States, No. 20-2053 C (June 1, 2021) (unsuccessful post-award protest by incumbent; agency did not engage in disparate treatment in past performance evaluation, neither understating the awardee's past performance issues nor exaggerating concerns with protester's past performance; agency did not err in degree of relevance assigned to contract performed in Greenland as opposed to locations "within Europe or Africa" as specified by the solicitation; denies protester's argument that agency should have used its own (incumbent) pricing to determine price reasonableness for all offerors)

Ranger American of Puerto Rico, Inc. v. United States, No. 21-035 C (May 21, 2021) (unsuccessful preaward protest; agency had rational basis for setting aside procurement for small businesses and was not required to make a procurement-specific "fair proportion" finding before doing so)

Melwood Horticultural Training Center, Inc. v. United States, No. 20-1884 C (May 21, 2021) (successful preaward protest; an AbilityOne Pilot Program is a clear and prejudicial violation of 41 U.S.C. § 8504 and 41 C.F.R. § 51-2.7 because it includes a price competition and makes price a central component of the selection criteria)

Appsential, LLC v. United States, No. 21-804 (May 6, 2021) (unsuccessful post-award protest; rational bases for (a) agency's evaluation of awardee's staffing mix even though it was "leaner" than incumbent/protester's, and (b) agency's conclusion that awardee's staffing was adequate for its proposed technical approach while incumbent's technical advantage was not worth its higher cost; general statements by awardee that acquired companies had been fully integrated into its operations were sufficient for agency to conclude they would have significant involvement in contract performance and, therefore, could be used by awardee as references for corporate experience evaluation; agency reasonably reacted to potential OCI involving agency employee married to awardee employee where agency's employee was removed from process of drafting agency's statement of work prior to time solicitation was officially released and awardee's employee was recused from awardee's proposal preparation efforts)

Amazon Web Services, Inc. v. United States, No. 10-1796 C (Apr. 29, 2021) (denies motions to dismiss portion of plaintiff's Complaint; refuses to extend Blue & Gold Fleet waiver doctrine to permit its use to bar a challenge to the implementation of corrective action, i.e., to require that such a challenge be brought before the corrective action was executed)

PAE Applied Technologies, LLC v. United States, No. 20-1557 (Apr. 29, 2021) (unsuccessful post-award protest; agency was within its discretion to evaluate protester's proposal as originally submitted and to conclude it was unacceptable due to unavailability of proposed key personnel; agency had rational basis for cost realism analysis of awardee's proposed wage rates even though they were lower than the wage rates of the incumbent's employees (of which awardee was unaware); agency properly considered both positive and negative CPAR comments in evaluating protester's past performance)

IAP World Services, Inc. v. United States, No. 20-1116 (Apr. 23, 2021) (unsuccessful post-award protest; after prior decision, Government's determination on remand that none of the offerors had utilized unbalanced pricing was rational and supported by the record)

KGL Food Services WLL v. United States, No. 20-662 (Apr. 22, 2021) (unsuccessful preaward protest; although Government erred in extending submission dates for all proposers, including one whose proposal had been received late, plaintiff has not established prejudice, in part, because Government has not yet determined what will be done about the late proposal)

Darton Innovative Technologies, Inc. v. United States, No. 21-856 (Apr. 19, 2021) (upholds decision by SBA and OHA that plaintiff had not rebutted the presumption that it was affiliated with a larger business because more than 70% (actually 100%) of plaintiff's revenues over the past three years (indeed, five years) were derived from its work as a subcontractor to that business)

Sirius Federal, LLC (f/k/a Force 3, LLC), et al., v. United States, Nos. , et al. (Apr. 14, 2021) (plaintiffs do not lose standing to challenge rejection of their proposals for multiple awards under BPA as team leaders simply because they were also members of other teams that won awards; denies protesters' motion for preliminary injunction, holding they were unlikely to succeed on merits of claims because: (i) solicitation gave offerors ample notice of, and time to revise, proposals; (ii) agency reasonably evaluated offerors' proposals for end-of-life products under price evaluation factor; (iii) tradeoff evaluation unobjectionable, especially where awardees' proposals were both higher rated technically and lower priced than protesters' proposals; (iv) court will not consider argument raised for first time in protester's reply brief; and (v) protesters failed to establish irreparable harm from denial of preliminary injunction)

Obsidian Solutions Group, LLC v. United States, No. 20-1602 C (Apr. 8, 2021) (upholds SBA OHA's decision that plaintiff was not a small business for purposes of procurement at issue because, as has been held by another judge of the court and repeatedly by the SBA, itself, the Small Business Runway Extension Act does not require the SBA to utilize a five-year period for calculating average annual receipts)

Rocky Mountain Mobile Medical v. United States, No. 20-1936 (Apr. 6, 2021) (unsuccessful post-award protest; in Part 13 procurement, where the solicitation specifically warned bidders that agency might conduct discussions with none, some, or all bidders, agency's decision to conduct exchanges with only some bidders was unobjectionable; where solicitation included a page limit for proposals, agency's decision to remove cover letter from awardee's proposal (rather than removing final three pages) had a rational basis; agency also had rational basis for finding awardee's past performance reference relevant; agency's misevaluation of another unsuccessful offeror's proposal was irrelevant to this protest), motion for reconsideration denied

Harmonia Holdings, LLC v. United States, No. 21-836 C (Apr. 5, 2021) (unsuccessful post-award protest; agency did not use unstated evaluation criteria in evaluating protester's past performance because criteria were "intrinsic" to explicit criteria stated in solicitation; rational basis for agency's decision to assign weakness to protester's proposal for providing inadequate assurances that incumbent's employees would join its team; rejects protester's argument that SSA did not exercise independent judgment in final best-value tradeoff evaluation of proposals)

Mail Transportation, Inc., et al. v.  United States, No. 17-934 C (Mar. 31, 2021) (multiple issues regarding requests to supplement administrative record; challenge to Postal Service's insourcing decision is not mooted by expiration of plaintiff's contract during pendency of action)

Microgenics Corp. v. United States, No. 21-896 C (Mar. 30, 2021) (unsuccessful post-award protest; court lacks jurisdiction over protest of award by the Administrative Office of the United States Courts because it is not an "agency" within the meaning of 28 U.S.C. 451)

XTec, Inc. v. United States, No. 20-1078 C (Mar. 30, 2021) (unsuccessful post-award protest; under FASA, court lacks jurisdiction over protest of issuance of task order; record evidence does not substantiate protester's allegation that awardee improperly transferred substantial risks and costs to the agency in its proposal; agency provided sufficient support for price realism analysis; awardee's proposal did not materially misrepresent its or its subcontractor's past experience; agency did not engage in disparate treatment of proposals)

SEKRI, Inc. v. United States, No. 21-778 C (Mar. 22, 2021) (unsuccessful preaward protest; plaintiff lacks standing because it is not an actual or potential bidder; under Blue & Gold Fleet, plaintiff waived challenge to solicitation terms by failing to protest a patent problem before the solicitation closed), reversed by CAFC

Salient Federal-SGIS, Inc. v. United States, No. 20-1416 C (Mar. 22, 2021) (unsuccessful preaward protest against protester's elimination from competition; agency did not fail to give protester adequate credit for its proposal and agency did not employ unstated evaluation criteria; solicitation did not contain any latent ambiguities; agency did not evaluate proposals disparately, plaintiff's arguments to the contrary being based on only selective portions of other proposals)

Mortgage Contracting Services, LLC v. United States, No. (Mar. 18, 2021) (successful post-award protest; awardee's proposal had been accepted by the agency despite the fact that it was noncompliant with a material solicitation requirement)

AGMA Security Service, Inc. v. United States, No. 21-740 C (Mar. 16, 2021) (successful post-award protest; inadequate justification for sole source bridge contract award after prior court bid protest ruling against agency)

22nd Century Technologies, Inc. v. United States, No. 20-1815 C (Mar. 16, 2021) (unsuccessful protest of elimination from competition; plaintiff lacks standing because it proposed rates higher than the maximum allowed by the solicitation, which, as the solicitation warned, made its proposal unacceptable with no chance of award, in which circumstance the agency was not required to seek clarification before eliminating the proposal from the competition)

Colonna's Shipyard, Inc. v. United States, No. 20-1385 (Mar. 11, 2021) (unsuccessful post-award protest; agency had rational basis for utilizing FAR Part 13 simplified acquisition procedures to conduct procurement; solicitation did not mislead offerors into believing procurement was being conducted under FAR Part 15; protester did not show that lack of notice of use of simplified acquisition procedures prejudiced it; rational bases for agency's past performance and technical capability evaluations)

The Severson Group, LLC v. United States, No. 20-1887 (Mar. 8, 2021) (unsuccessful post-award protest; rational bases for agency's evaluation of awardee's technical proposal; protester failed to establish that awardee made bait and switch of proposed project manager because protester failed to demonstrate that awardee made false statement concerning that position)

Newimar, S.A. v. United States, No. 20-1724 C (Mar. 4, 2021) (dismisses protest for lack of jurisdiction because protested award has been set aside and agency's corrective action renders protest moot)

Clarke Health Care Products, Inc. v. United States, No. 20-413 C (Feb. 23, 2021) (prior decision remanding case to VA to identify any documents supporting the agency's decision to take corrective action does not permit VA to make a new decision justifying the corrective action because that would amount to a post hoc rationalization)

Huffman Building P, LLC v. United States, No. 20-1289 C (Feb. 19, 2021) (unsuccessful post-award protest; protest allegation that, where there was no amendment to the solicitation, agency changed contract after award must be dismissed because it involves a matter of contract administration; agency's determination that awardee's proposal was technically acceptable based on awardee's certification of compliance with solicitation absent significant countervailing evidence had rational basis; whether an offeror of building lease meets zoning requirements is not a requirement for a FAR 9-104 responsibility determination)

Quanterion Solutions, Inc. v. United States, No. 20-1266 C (Feb. 18, 2021) (unsuccessful post-award protest; protester's interpretation of solicitation's requirement regarding transition plan and costs is not reasonable considering the language of the solicitation as a whole and bidders' questions and answers so protest that agency violated this supposed requirement is denied; even if requirement could be considered ambiguous, it was patent so protester should have protested it prior to submission of proposals; minor mathematical error in calculation of IGCE did not prejudice protester)

DynCorp International, LLC v. United States, No. 20-cv-1293 C (Feb. 16, 2021) (unsuccessful post-award protest; fact that awardee of IDIQ contract changed from a corporation to a limited liability company did not mean that task order was awarded to different entity; protester's challenge to task order award due to name change was protest "in connection with" issuance of task order over which CoFC lacks jurisdiction under FASA; protest that entity receiving task order was not same entity as held IDIQ contract does not fall within FASA exception for protests that task order exceeds "scope" of underlying IDIQ contract because scope means the scope of the statement of work of the underlying contract)

IAP World Services, Inc. v. United States, No. 20-1116 C (Feb. 8, 2021) (partially successful post-award protest; Past Performance evaluation had rational basis and protester's arguments to contrary are based on a misreading of solicitation's requirements; argument not included in protester's Complaint and raised for first time in its motion for judgment on administrative record is considered by court because both Government and intervenor responded to it on the merits without objecting to its tardiness; remands case to agency to conduct unbalanced pricing analysis, which was required by the FAR 15.404-1(g)(2) but which was not conducted by the agency)

Superior Optical Labs, Inc. v. United States, No. 20-1497 C (Feb. 2, 2021) (successful protest against agency's proposed corrective action "because there was no error that needed correcting")

BTAS, Inc. v. United States, No. 20-1176 C (Jan. 27, 2021) (unsuccessful post-award protest; section (3)(a)(2)(C)(ii) of the Runway Extension Act, which provides for a five-year versus a three-year period for calculating average annual receipts in determining a firm's size does not impose limitations on the SBA’s prescription of size standards; instead it applies to agencies and departments other than the SBA that lack independent statutory authority to promulgate size standards, and even if it does apply to SBA, it was effective only after SBA promulgated final regulations establishing five-year period)

Harmonia Holdings Group, LLC and Snap, Inc. v. United States, Nos. 20-1300 and 1318 (Jan. 22, 2021) (unsuccessful post-award protest; agency had rational basis for assigning weakness to proposal that proposed work to a facility that was already completed and that was not part of the statement of work; agency did not treat proposals unequally merely by awarding strengths to only one of them; agency's price evaluation methodology was reasonable as opposed to protester's methodology, which would have required the agency to use a figure that did not appear in any offeror's price workbook, and did not prejudice protester; agency did not err in failing to look to past work for meaning of word in offeror's proposal that was not clearly explained there; especially where solicitation did not include evaluation of past performance and protester was not the incumbent, protester cannot complain that it should have received a higher score than the awardee for understanding of the requirements; agency performed rational tradeoff analysis)

System Studies & Simulation, Inc. and L3 Doss Aviation, Inc. v. United States, Nos. 575 C & 609 C (Jan. 21, 2021) (unsuccessful post-award protests of award after reevaluation following prior protest; agency did not err in declining to award protester extra credit for its incumbency or in declining to assign protester other "strengths" it felt it deserved; agency's decision to credit awardee with strength for expected costs savings lacked rational basis; agency did not err in past performance evaluation, small business participation evaluation; or tradeoff evaluation), motion for reconsideration denied, affirmed by CAFC

PGLS, LLC d/b/a Piedmont Global Language Solutions v. United States, Nos. 20-1023, 20-1068 (Jan. 15, 2021) (successful post-award protest; court "cannot find a reasonable or satisfactory explanation for the Agency’s decision" to cancel the award to the protester and reprocure)

Perspecta Enterprise Solutions LLC v. United States, No. 20-814 (Jan. 15, 2021) (unsuccessful post-award protest; under Blue & Gold Fleet, plaintiff waived its argument that awardee's employment of former government employee was an OCI because plaintiff knew of that employment prior to submitting its offer but did not protest; where solicitation did not require evaluation of named personnel and agency did not do so, fact that one of employees listed in awardee's proposal had left its employ was not a material misrepresentation; protester was not prejudiced by methodology agency used to conduct price realism analysis; agency's price realism analysis of awardee's fixed-price CLINs, some of which it determined were unrealistically low, upheld because the agency, viewing the proposal as a whole, determined there were no performance risks associated with those prices; agency did not treat offerors disparately under cost realism analysis because solicitation amendment permitted offerors either to explain previously questioned rates or to change them, and offerors simply chose different courses in response; agency did not engage in improper unequal discussions with offerors)

AGMA Security Service, Inc. v. United States, No. 20-926 C (Jan. 15, 2021) (successful post-award protest; although agency's award of contract (for Protective Service Officers and Patrolled Services to safeguard federal employees, visitors and property during disaster and emergency declarations for Puerto Rico) did not violate Stafford Act, the record is devoid of explanations for how the Contracting Officer arrived at a different award determination upon re-evaluation during corrective action after a GAO protest)

People, Technology & Processes, LLC v. United States, No. 20-1043 C (Jan. 8, 2021) (unsuccessful post-award protest; court "can reasonably discern the Agency’s path in rating the Capabilities portion of [the protester's] proposal as unacceptable"; no support for protester's claim that agency ignored the narrative portions of its proposal or that evaluations of different portions of its proposal were inconsistent with one another; protester failed to establish that the agency treated its proposal unequally from those of other offerors with allegedly similar deficiencies)

Progress for Bakersfield Veterans LLC v. United States, No. 20-1050 C (Jan. 7, 2021) (unsuccessful preaward protest of exclusion from competitive range; under Blue & Gold Fleet, plaintiff waived its claims that (a) the structure of the solicitation would violate Anti-Deficiency Act and (b) agency's decisions to cancel prior solicitation and reissue it with very short response time evidenced agency bias; on the merits,  court rejects plethora of challenges to various aspects of evaluation; no unstated evaluation criterion; no unequal treatment of proposers in evaluation)

Brighton Cromwell, LLC v. United States, No. 20-1565 C (Jan. 7, 2021) (unsuccessful post-award protest of IDIQ award decisions in solicitation for Level 2 Disposable Isolation Gowns; court denies motion for TRO and preliminary injunction because protester has not shown likelihood of success on the merits on its allegations that agency employed unstated evaluation criterion in rejecting its offered gowns or engaged in unequal treatment of offerors or failed to seek required clarifications from protester)

ProSecure, LLC v. United States, No. 20-724 C (Jan. 5, 2021) (unsuccessful post-award protest; agency did not violate "too close at hand" doctrine in evaluating protester's past performance because it evaluated both information submitted by protester and other information available to the agency; agency's comparative magnitude analysis of relevance of the offeror's past contracts under the solicitation's relevant past performance evaluation had rational basis  in the administrative record; rational basis for agency's determination that incumbent's contract was most directly relevant to work to be procured under current solicitation; agency had rational basis for assigning increased risk to protester's proposal because only one of its joint venture partners had relevant past performance experience; agency did not engage in disparate treatment in evaluating Management Approach factor)

2020

Mitchco International, Inc. v. United States, No. 20-879 C (Dec. 30, 2020) (unsuccessful post-award protest; state licensing agency awardee under procurement subject to Randolph-Sheppard Act was not subject to SBA size standards; protester "has misfired badly" on all of its allegations of procurement law violations)

HWI Gear, Inc. v. United States, No. 20-930 (Dec. 29, 2020) (successful post-award protest; agency failed to require awardee to comply with solicitation requirement that it recertify its status as a small business following a merger)

VSolvit, LLC v. United States, No. 20-849 C (Dec. 24, 2020) (preaward protest; allows supplementation of administrative record with expert explanation in particular situation where protester is contending the solicitation lacked essential information because administrative record, would, by definition, likely not include that information; agency provided offerors with sufficient information to compete intelligently; protester failed to provide specific evidence of incumbent's alleged unequal-access-to-information OCI and merely being an incumbent does not establish such an OCI; no requirement for agency to employ Rule of Two analysis before deciding to use FAR Part 8 FSS procurement vehicle)

Melwood Horticultural Training Center, Inc. v. United States, No. 20-758 C (Nov. 30, 2020) (court lacks bid protest jurisdiction over wrongful termination claim; letter stating an intent to re-compete a contract is not a final agency action subject to a bid protest challenge; claim that Government's action violates Administrative Procedures Act is not within CoFC's jurisdiction and should be transferred to federal district court)

Navarro Research and Engineering, Inc. v. United States, No. 20-774 C (Nov. 30, 2020) (unsuccessful post-award protest; solicitation instructions in Section L were not Section M evaluation factors; awardee's proposal clearly stated that it intended to hire the majority of a group of key incumbent personnel that it targeted for specific reasons and did not misrepresent its intent to do so;  solicitation neither explicitly nor implicitly required a price realism analysis)

The Tolliver Group, Inc. and People, Technology, and Processes, LLC v. United States, Nos. 20-1108C, 20-1209C (Nov. 30, 2020) (successful protest of cancellation of solicitations in a FAR Part 8 procurement for the express purpose of moving the work from an SDVOSB set-aside under a GSA Federal Supply Schedule to a multiple-award ID/IQ vehicle (a contract that the plaintiffs in this case did not hold), the court held that: (i) FASA's bar to protests "in connection with the issuance or proposed issuance of a task or delivery order" does not bar the court's jurisdiction over challenges to an agency's alleged failure to conduct a Rule-of-Two analysis; (ii) the agency did not support its decision to cancel solicitations with any factual evidence to support its bald assertion that the cancellation and transfer to a different contract vehicle would be beneficial; and (iii) the agency's failure to employ a Rule-of-Two analysis before deciding to cancel the solicitations was improper)

Comprehensive Health Services, LLC v. United States, No. 20-1585 C (Nov. 24, 2020) (unsuccessful protest of agency decision to override automatic CICA stay pending resolution of GAO protest of award of contract for rapid COVID testing services; in deciding to override, agency considered factors laid out in the court's Reilly's Wholesale decision.

Summit Technologies, LLC v. United States, No. 20-946 C (Nov. 20, 2020) (unsuccessful preaward protest of protester's exclusion from competitive range; agency properly applied solicitation's adjectival rating system in concluding plaintiff's proposal was unacceptable; agency did not use unstated evaluation criteria in evaluating plaintiff's proposal; agency evaluated plaintiff's price in accordance with solicitation requirements)

Wisconsin Physicians Service Insurance Corp. v. United States, No. 20-835 C (Nov. 19, 2020) (unsuccessful post-award protest; protester has standing because if every error it alleges in the evaluation of its proposal were recognized by the court and corrected, its chance of award would not be insubstantial; rational bases for Government's determination that protester's technical approach weaknesses rendered its proposal unacceptable; protester lacks standing to challenge alleged errors in procurement (handling of awardee's OCI mitigation plan) occurring after it was properly eliminated from competition; in any event, handling of mitigation plan was not improper)

Bluewater Management Group, LLC v. United States, No. 20-1160 C (Nov. 16, 2020) (successful post-award protest; protester has standing because it was an actual bidder that has a substantial chance of award if its protest is sustained; although agency was not wrong to engage in discussions with awardee and did not treat its proposal more leniently than those of other offerors, the agency  ignored aspects of the awardee's technical proposal that failed to meet the requirements of the solicitation)

Utech Products d/b/a EndoSoft, LLC v. United States, No. 20-1082 C (Nov. 13, 2020) (cancellation of solicitation the same day protest was filed renders it moot and precludes protester's subsequent recovery of bid preparation costs and EAJA attorneys fees)  

Harmonia Holdings Group, LLC and Snap, Inc. v. United States, Nos. 20-1300, 20-1318 (Nov. 13, 2020) (denies one protester's application for TRO because 3-month delay while protest is decided will not result in irreparable economic injury to protester but would result in injury to the Government)

Top Gun Services, LLC v. United States, No. 20-908 C (Nov. 11, 2020) (protester lacks standing to challenge modification of AbilityOne contracts on sole-source basis because it is not a qualified nonprofit agency capable of receiving AbilityOne contracts had the awards been competitive)

DigiFlight, Inc. v. United States, No. 20-764 C (Nov. 4, 2020) (unsuccessful post-award protest; offeror's failure to submit its profit rationale, which was a material solicitation requirement, was not simply a clerical error and, therefore, did not require the agency to seek clarification; post-award protest of solicitation terms is untimely)

Quantico Tactical Inc. and Unifire, Inc. v. United States, Nos. 20-120 C, 20-150C (Nov. 2, 2020) (unsuccessful preaward protests; agency had rational basis for excluding proposal from competitive range because its unacceptable rating in one category rendered it "unawardable" regardless of propriety of agency's evaluations of other sections of proposal; rational basis for agency's evaluation of other protester's offer because agency, having explicitly warned offerors to reference each aspect of their proposal, was not required to sift through proposal of protester that failed to follow that instruction to reference details in other sections of its proposal)

Superior Optical Labs, Inc. v. United States, No. 20-1211 C (Oct. 30, 2020) (successful preaward protest; under the Veterans Affairs Contracting Preference Consistency Act of 2020 ("Consistency Act"), Pub. L. No. 116-155, which created an "exception" to the Veterans Benefits, Health Care, and Information Technology Act of 2006 (“VBA”), Pub. L. No. 109-461, VA may not transition requirements currently set-aside for SDVOSBs as a result of Rule-of-Two Analysis to AbilityOne Program, i.e., the exception is not limited to contracts that were competitively awarded)

Glocoms, Inc. v. United States, No. 20-692 C (Oct. 28, 2020) (unsuccessful post-award protest; agency had rational bases for its evaluation of protester's technical plans and did not treat offerors disparately in its evaluation)

Savantage Financial Services, Inc.  v. United States, No. 19-1805 C (Oct. 26, 2020) (unsuccessful preaward protest against terms of solicitation; no undue restrictions on competition because rational bases for: (i) Government's decision to conduct separate procurements for  software licenses and software implementation services; and (ii) prior implementation experience requirements in solicitation for software implementation services)

Asset Protection & Security Services, L.P. v. United States, No. 20-449 C (Oct. 1, 2020) (unsuccessful post-award protest; protester lacks standing because its offer was nonresponsive)

Ace-Federal Reporters, Inc. v. United States, No. 20-636 (Sep. 22, 2020) (unsuccessful post-award protest; refuses to supplement record with information the agency did not consider during its evaluation because that would put the court in the position of evaluating proposals; similarly, refuses to supplement record with evidence of awardee's alleged past noncompliance with formatting requirements for transcripts because solicitation did not require evaluators to evaluate these materials; court is not required to give deference to the protester's interpretation of statements on a website of an agency not a party to the case before the court; procuring agency's interpretation of that website is neither arbitrary nor capricious; agency's technical and past performance evaluations of awardee had rational bases; plaintiff did not waive arguments regarding past performance that it had originally raised in GAO protest by failing to file a protest of the agency's proposed corrective action that did not address those arguments)

HVF West LLC v. United States, No. 20-541 C (Sep. 18, 2020) (unsuccessful post-award protest; although court has bid protest jurisdiction to hear challenge to bridge contract for sale of government property; rational basis for Government's finding that high bidder was non-responsible due to environmental concerns at its facilities)

Electra-Med Corp, et al v. United States, No. 18-927 C (Sep. 18, 2020) (dismisses original case because contracts at issue have lapsed and the court cannot exercise oversight authority over subsequently awarded bridge contracts)

Mitchco International, Inc. V. United States, No. 20-879 C (Aug. 17, 2020) (over objections by plaintiff and defendant, permits subcontractor to intervene in protest because it would be the party actually performing the work and its interests would not be protected by other parties to protest)

Glocoms, Inc.  v. United States, No. 20-372 C (Aug. 17, 2020) (unsuccessful post-award protest; in lowest-priced, technically acceptable competition, fact that original awardee increased its price during resolicitation as a result of corrective action did not mean it had been afforded an unfair competitive advantage; protester failed to show how it was prejudiced by agency's failure to respond to its questions concerning wage and occupational codes during resolicitation; protester's allegations regarding awardee's alleged noncompliance with Service Contract Act involve matters of contract administration not addressable in bid protest)

Warrior Service Co., LLC v. United States, No. 20-331 (Aug 13, 2020) (unsuccessful preaward protest against SBA determination (affirmed by SBA OHC) that protester was other than small based on its affiliation with a large business through the ostensible subcontractor rule; because size is determined as of date of submission of initial proposal, agency properly based size decision on information in proposal rather than contradictory information submitted later by protester concerning the percentage of work it would perform; OHA properly determined that the protester lacked the experience, qualified personnel, and finances to perform the contract's primary and vital requirements)

Clarke Health Care Products, Inc. v. United States, No. 20-413 C (Aug. 10, 2020) (remands case to agency because administrative record (consisting only of Contracting Officer's explanation in non-contemporaneous memorandum) is insufficient for court to evaluate decision to undertake corrective action)

Goldschmitt & Assocs., LLC v. United States, No. 20-469 C (July 31, 2020) (unsuccessful post-award protest; having one more technical strength than competitor did not mean protester was entitled to higher rating; corporate experience evaluation challenged as "mechnical" was actually a desirable approach based on hewing closely to solicitation's evaluation scheme; past performance evaluation that was to be based on contracts for similar "products or services" did not limit evaluation to contracts of the same "size")

AAR Manufacturing, Inc., d/b/a AAR Mobility Systems v. United States, No. 20-459 (July 30, 2020) (unsuccessful preaward protest allegng various types of OCIs should disqualify competitor; although firm was sole contributor to portion of TDP, under FAR 9.505-2(b)(1)(ii), this "development and design" work is exempted from requiring exclusion from a follow-on competition based on a biased-ground-rules OCI; plaintiff's allegations of other types of OCIs are speculative and unsupported by hard facts)

M V M, Inc. v. United States, No. 20-235 C (July 30, 2020) (unsuccessful post-award protest; agency did not evaluate proposals disparately under Corporate Experience and Staffing evaluation factors and plaintiff cannot establish prejudice from any of the errors it alleges; Source Selection Authority adequately explained rationales for her conclusions; Government did not breach duty to fairly and honestly consider plaintiff's proposal)

ANHAM FZCO v. United States, No. 19-1891 C (July 27, 2020) (unsuccessful protest of allegedly overbroad corrective action; under standard enunciated by CAFC in  Dell Federal Systems, L.P. v. United States, agency only required to have rational basis for its corrective action, which need not be narrowly tailored to remedy previously identified defect in procurement)

The Green Technology Group, LLC v. United States, No. 19-907 C (July 21, 2020) (denies EAJA application by prevailing protester because the Government's litigation position was substantially justified because the legal issue on which the plaintiff had prevailed was novel and the law surrounding it was uncertain)

Quantico Tactical, Inc. v. United States Nos. 20-120 C, 20-150 C (June 9, 2020) (grants only a portion of motion to supplement administrative record; denies motion to take discovery concerning allegations of the Government's bad faith because the allegations are innuendo and provide "neither a motivation for any particular government employee to have acted in bad faith nor conduct that is hard to explain absent bad faith")

A Squared Joint Venture v. United States, No. 17-835 C (July 1, 2020) (denies claim for bid and proposal costs because agency's error did not cause plaintiff to incur them unnecessarily; denies EAJA claim because plaintiff is not prevailing party)

Technology Innovation Alliance LLC, et al. v. United States, Nos. 19-1115 C, et al. (June 25, 2020) (unsuccessful, consolidated post-award protests by seven unsuccessful offerors for multiple-award contract; court rejects all challenges to various aspects of the evaluation, including those to Past Performance evaluation and those based on claims of disparate treatment)

DynCorp International LLC v. United States, No. 19-1133 C (June 8, 2020) (Government complied with one of permissive requirements of FAR 15.404-1 to analyze price reasonableness in taking corrective action in response to prior protest)

DynCorp International LLC v. United States, No. 19-1133 C (June 8, 2020) (Government adequately considered information concerning past issues in arriving at  "substantial Confidence" rating for awardee's Past Performance; agency's decision to conduct price discussions only with offerors whose price proposals were considered flawed was not objectionable; agency's instruction to offeror to provide additional support for normalization factor it used in its pricing was not a misleading direction to raise its price; agency failed to evaluate reasonableness of each offeror's prices, as required by the solicitation, but merely noted that, because the winner's price was lowest, it was, by that standard, reasonable)

Utech Products d/b/a EndoSoft, LLC v United States, No. 20-315 C (June 4, 2020) (successful post-award protest of sole source award; belief that new firm can perform better than incumbent is not a basis to forego competition in favor of sole source award; assertion that only awardee has capability to migrate data with its migration tool is flawed because that tool cannot be used to migrate incumbent's data and incumbent has tool to migrate its data)

Quality Control International, LLC v. United States, No. 20-37 C (May 29, 2020) (unsuccessful post-award protest; Government's instruction to offeror during discussions to address Government's concerns with offeror's low prices did not amount to coercion to raise prices; raising concerns with incumbent's pricing based on comparison of pricing to IGE was not misleading absent evidence IGE was inaccurate)

EFW, Inc. v. United States, No. 20-92 C (May 29, 2020) (unsuccessful post-award protest; no evidence of bias or conflict of interest in past performance evaluation, which was adequately documented; agency conducted reasonable cost realism evaluation of awardee's proposal and made adjustments where warranted; agency properly used qualitative assessment to assign awardee's technical approach a moderate risk, as opposed to quantitative approach advocated by protester; protester's technical risk rating was not the result of application of an unstated evaluation criterion; SSA properly exercised independent judgment to depart from SSEB's technical risk evaluation; rational basis for best value analysis)

Centerline Logistics Corp. v. United States, No. 20-483 C (May 27, 2020) (unsuccessful protest of corrective action; under Blue & Gold Fleet standard, protester waived its right to challenge form of corrective action by submitting a revised proposal in it; protester lacked standing to challenge subsequent corrective action by failing to protest prior to due date for proposals and then by declining to submit a proposal)

BHB Ltd. Partnership & Indiana Assocs. Ltd. Partnership of Washington, D.C. v. United States, No. 19-1610 C  (May 14, 2020) (denies application for TRO against agency's potential award of contract before underlying protest is decided because issues in protest are not sufficiently developed for court to assess likelihood of success on the merits)

SSI Technology, Inc. v. United States, No. 19-1947 (May 12, 2020) (unsuccessful preaward protest against proposed sole-source award; J&A, which was based on urgent and compelling circumstances, adequately described steps agency took to solicit offers from as many sources as possible, including publishing RFI to which plaintiff inexplicably failed to respond; plaintiff was not qualified because it had not produced the exact item required by the sole source award; the extended time period since the plaintiff had produced the contract items and the numerous intervening changes in the specifications for it justified the Government in disapproving plaintiff's request for a waiver of FAT)

STG LLC v. United States, No. 20-283 C (Apr. 28, 2020) (rational basis for agency's decision to override automatic CICA stay pending resolution of GAO protest)

Harmonia Holdings Group, LLC v. United States, No.  19-1421 C (Apr. 26, 2020) (unsuccessful post-award protest; dismisses count alleging that agency should have recognized an ostensible subcontractor issue and referred the matter to the SBA because the plaintiff did not, itself, file a size protest, and, therefore, did not exhaust its administrative remedies before filing suit; rational bases for risks assigned to plaintiff's proposal and price/technical trade-off analysis)

HVF West, LLC v. United States, No. 19-1308 C (Apr. 22, 2020) (denies intervenor's motion for stay of judgment in winning protest pending intervenor's appeal primarily because intervenor does not have substantial chance of success on the merits of its allegations that: (i) the procurement was not a mixed transaction within the court's jurisdiction; (ii) the protester lacked standing; or (iii) the court's finding's that two aspects of the intervenor's proposal were inconsistent with the solicitation was incorrect)

NIKA Technologies, Inc. v. United States, No.  20-299 C (Apr. 21, 2020) (directs agency to implement CICA automatic stay pending resolution of GAO protest because in a DoD (Army Corps of Engineers) procurement, plaintiff had timely filed its GAO protest within five days of the close of the two day window for submitting questions after receipt of its written debriefing), reversed by CAFC

Cashman Dredging and Marine Contracting Co., LLC v. United States, No. 20-309 C (Apr. 20, 2020) (no jurisdiction over challenge to rationality of CoC issued by SBA to protester's competitor; protester did not establish prejudice from irregular manner by which SBA provided notice of CoC to Contracting Officer)

American Relocation Connections, LLC dba ARC Relocation LLC v. United States, No. 19-1874 (Apr. 10, 2020) (unsuccessful post-award protest; in evaluating firms under each of five, equally-weighted subfactors, agency could discriminate between offers by assessing  advantages of one firm or the other in individual subfactors even where the differences were not large enough to result in different adjectival ratings)

Computer World Services Corp. v. United States, No. 19-1737 C (Apr. 6, 2020) (unsuccessful post-award protest; although protester did not waive its right to protest its exclusion from competition by waiting to file suite until two months after the GAO had denied its preaward protest of that exclusion and more than a month after the contract had been awarded, contractor failed to show it was prejudiced by alleged errors in evaluation because its technical proposal was lower-rated than all but one of the 21 proposals that were evaluated, and the Government's assignment of each of five weaknesses to the proposal and its decision not to assign additional strengths to the proposal all had rational bases)

Paradigm Engineers and Constructors, PLLC v. United States, No. 19-2014 C (Mar. 25, 2020) (rational bases for OHA's determination that principal purpose of contract work contemplated by solicitation was architectural services (even though those services did not comprise the largest share of the contract value) and assignment of NAICS code based on that determination, and regulations did not require agency to use NAICS code assigned to previous procurements that were allegedly similar to the one in dispute)

Kiewit Infrastructure West Co. v. United States, No. 19-1961 C  (Mar. 23, 2020) (successful preaward protest against cancellation of IFB; Determination and Findings: (i) concluded that both bids received were unreasonably priced by simply restating FAR 14.404-1(c)(6) without any meaningful analysis and without any mention of the agency’s earlier, opposite determination; and (ii) raised unresolved questions about the accuracy of the IGCE, but then relied on the IGCE as a measure of price reasonableness.

BHB Ltd. Partnership & Indiana Assocs. Ltd. Partnership of Washington D.C. v. United States, No. 19-1610 C (Mar. 16, 2020) (denies plaintiffs' motion to supplement or complete the administrative record because the existing record appears to contain ample documentation concerning the issue in dispute and the plaintiffs have not identified any specific documents they claim are missing but rather have listed what are essentially discovery requests for additional documents that might be relevant)

Defense Base Services, Inc. v. United States, No. 19-1608 C (Mar. 13, 2020) (unsuccessful post-award protest; record supports Government's evaluation of relevance of awardee's past performance references; solicitation did not require Government to evaluate price reasonableness of individual elements of awardee's price proposal where solicitation only required examination of reasonableness of total evaluated price; record supports Government's trade-off analysis that awardee's higher past performance rating justified its higher price)

Fluor Intercontinental, Inc. v. United States, Nos. 1580, 1585 (Mar. 11, 2020) (although agency's technical, past performance, and cost realism evaluations had rational bases and were unobjectionable, agency's decision to evaluate only the low offer for price reasonableness and then to determine remaining offers were reasonably priced only by comparing them to low offer (despite significant disparity in offered prices) failed to comply with solicitation and FAR 15.404-1; however, agency's subsequent evaluation of price reasonableness during corrective action complied with both solicitation's requirements and the FAR)

PAE-Parsons Global Logistics Services, LLC v. United States, Nos. 19-1205, 19- 1515 (Mar. 11, 2020) (rational basis for Source Selection Authority's assignment of elevated risk description to protester's Technical rating based on labor staffing model even though evaluators had not assigned any weakness in this area)

AECOM Management Services, Inc. v. United States, No. 19-1176 (Mar. 11, 2020) (Government's interpretation of solicitation requirements for labor staffing model is correct and Government evaluated labor staffing models consistent with that interpretation) 

EFW, Inc. v. United States, No. 20-92 C (Mar. 11, 2020) (grants in part protester's motion to supplement administrative record because in camera review satisfies court that some withheld documents may bear on the question whether Contracting Officer's undisclosed dual role in procurement may have affected evaluation of Past Performance)

Poplar Point RBBR LLC v. United States, No. 19-1378 C (Mar. 9, 2020) (unsuccessful protest against protester's elimination from competition;  solicitation for leased space for SEC that included certain amenities (a) which currently existed or (b) which would exist by the Government's required occupancy date and were "substantially likely to remain active and viable at that location throughout the term of the lease; denies protester's motion to supplement administrative record with documents concerning Government's alleged past practice because they do not relate to current procurement and were not referenced in it; solicitation unambiguously stated substantial viability requirement applied only to offerors proposing sites without currently existing amenities; therefore, agency did not treat Poplar's offer disparately from those offering sites with existing amenities; protester waived any right to challenge this solicitation term as imposing impossibly high standard; agency did not apply unstated evaluation criteria in evaluating protester's proposal because information agency requested protester to submit was necessary to evaluate its ability to comply with solicitation's requirements concerning amenities; agency conducted meaningful discussions with protester concerning amenities deficiencies in its initial proposal and did not mislead protester concerning what it would take to resolve those weaknesses)

MCI Diagnostic Center, LLC v. United States, No. 19-1624 C (Mar. 5, 2020) (unsuccessful preaward protest; protester's proposal did not meet several mandatory solicitation requirements; therefore, protester was ineligible for award and lacked standing to challenge cancellation of solicitation)

Relyant Global, LLC v. United States, No. 20-12 C (Feb. 21, 2020) (unsuccessful post-award protest; plaintiff waived right to challenge solicitation's security clearance requirements by failing to raise issue before close of bidding; court lacks bid protest jurisdiction over argument that Government improperly allowed awardee to delay obtaining facility security clearance after award because that is a challenge to contract administration)

The Green Technology Group, LLC v. United States, No. 19-907 C (Feb. 21, 2020) (successful post-award protest; agency did not assess performance risk associated with awardee's materially unbalanced pricing for fixed-price contract as required by FAR 15.404-1(g)(2))

Caddell Constr. Co. (DE), LLC v. United States, No. 19-1568 C (Feb. 5, 2020) (agency had rational bases for assigning deficiencies to protester's proposal for failure to clarify availability of key personnel, for lack of experience of proposed team members in working together, and for lack of requisite experience of certain proposed personnel; agency was not required to seek clarifications concerning protester's proposal)

Harmonia Holdings Group LLC v. United States, No. 19-674 C (Jan. 16, 2020) (unsuccessful pre- and post-award protests; protester that waited five months after agency had denied its preaward protest to file suit at court waived its preaward protest grounds and they could not be revived by being combined with its post-award protest allegations at court;  rational bases for agency's evaluation of protester's proposal in each area about which protester now complains), reversed by CAFC

Quality Control International, LLC v. United States, No. 20-37 C (Jan. 31, 2020) (unsuccessful post-award protest; agency's comments during discussions that aspects of protester's prices were considered unrealistically low did not constitute misleading discussions and did not coerce protester to raise prices because it could have kept them the same and explained why they were not unrealistic)

Colonna's Shipyard, Inc. v. United States, No. 19-1373 C (Jan. 21, 2020) (where protester is contesting use of allegedly inaccurate CPAR on one contract to evaluate protester's bid for another contract, court (i) lacks bid protest jurisdiction over counts in Complaint alleging the court should correct the CPAR and that the Government breached its duty to perform the CPAR in accordance with applicable laws and regulations; but (ii) has jurisdiction over claim that Government breached duty of good faith and fair dealing by including CPAR in current performance evaluation)

Veteran Shredding, LLC v. United States, No. 19-945 C (Jan. 14, 2020) (unsuccessful preaward protest; after cancelling solicitation set-aside for SDVOSBs because all five submitted bids were found unreasonably high, Contracting Officer acted rationally (and did not violate Rule of Two) in opening resolicitation to small businesses when the only two SDVOSBs that submitted responses to market research were among those whose bids were unreasonably high on previous procurement)

Navistar Defense, LLC v. United States, Nos. 19-1268, 19-1417 (Jan. 10, 2020) (unsuccessful post-award protest; in settlement agreement it executed resolving prior GAO protest, protester waived its claims related to the Government's 2016 decision to extend contract and to procure additional tactical vehicles under that contract; in light of prior (2016) J&A authorizing Government to extend requirements contract and order additional vehicles, new (2019) sole-source modification of contract to further extend its term and to procure an additional 1,916 vehicles is not a cardinal change and does not violate CICA)

W&G Machine Co. v. United States, No. 19-1696 C  (Jan. 10, 2020) (plaintiff who did not respond to agency's notices of proposed procurement or submit proposal lacks standing to challenge bundled procurement)

G4S Secure Solutions (USA), Inc. v. United States, No. 10-1329 C (Jan. 3, 2020) (unsuccessful post-award protest by higher-priced incumbent; rational bases for Government's (a) "cross-walk" analysis to determine whether pricing was in line with technical approach, (b) consideration of experience of awardee's proposed subcontractor as part of determination that awardee had capability to perform contract, and (c) evaluation of protester's oral presentation)

Desktop Alert Inc. v. United States, No. 19-876 C (Jan. 3, 2020) (no jurisdiction over protest that Government decided to utilize items it owned rather than procuring items; other allegations raised by plaintiff in proposed motion to supplement response to Government's motion to dismiss are new allegations which could only form the basis of a separate protest should plaintiff decide to file one)

2019

System Studies & Simulation, Inc. v. United States, No. 19-1518 C (Dec. 20, 2019) (successful post-award protest; Source Selection Authority effectively converted acquisition from best value procurement (in which the non-price factors combined were supposed to be significantly more important than price) into a lowest-price, technically-acceptable procurement, repeatedly attempting to equalize the technical proposals by minimizing or glossing over the evaluators' conclusions concerning their differences)

Peraton Inc. v. United States, No. 19-932 C (Dec. 17 2019) (dismisses complaints that agency's revisions to corrective action following the court's earlier decision granting temporary injunctive relief amounted to bad faith attempt to steer contract toward company holding temporary bridge contract)

HVF West, LLC v. United States, No. 19-1308 C (Dec. 6, 2019) (successful postaward protest; although court rejects both (a) protester's allegations concerning the evaluation of other offerors (because protester failed to timely inquire concerning a patent solicitation ambiguity) and (b) several allegations concerning the evaluation of the awardee, the Government failed to properly evaluate awardee's financial responsibility and its "treatment, storage, and disposal facility" plan because the awardee did not provide required information in each of those areas),  awardee's motion for reconsideration or relief from judgment denied)

Ideogenics, LLC v. United States, No. 19-1559 C (Nov. 27, 2019) (unsuccessful preaward protest against agency's proposed sole-source award; protester lacks standing to object to agency's failure to consult with SBA before allegedly removing follow-on contract from 8(a) program because,  under either theory advanced in protester's Complaint, it would not have been a qualified bidder)

A Squared Joint Venture v. United States, No. 17-835 C (Nov. 21, 2019) (unsuccessful protest against cancellation of solicitation; rational bases for Contracting Officer's determination that three-year lapse since submission of proposals raised issues concerning continuing relevance of proposals in light of intervening circumstances, including agency's determination to adopt agency-wide approach to obtaining services covered by solicitation among others; Contracting Officer adequately considered and put forth rationale for new acquisition plan; no bad faith by Contracting Officer--cancellation was supported by many factors and no showing that it was a ruse to avoid an adverse court decision in this protest), contractor's motion for reconsideration denied as to protest of cancellation but judgment modified to indicate claim for bid preparation costs survives

Chromalloy San Diego Corp. v. United States, No. 19-974 C (Nov. 18, 2019) (unsuccessful protest against solicitation provisions and evaluation; agency conducted sufficient analysis before deciding to require that offerors either (i) possess a manufacturer's license in order to utilize technical manuals or (ii) have independent access to such manuals and technical bulletins; therefore, those requirements did not exceed agency's minimum needs or violate CICA in any other way)

InSap Services, Inc. v. United States, No. 19-1565 C (Nov. 15, 2019) (unsuccessful preaward protest; under FASA, court lacks jurisdiction over protest of agency's decision to bundle performance of certain IT service contracts under single task order because that decision is made "in connection with" the issuance of the order, a matter within the exclusive protest jurisdiction of the GAO, a forum of which this protester already availed itself, losing on the merits)

Harmonia Holdings Group, LLC v. United States, No. 19-1064 C (Nov. 12, 2019) (unsuccessful protest against award of sole source follow-on to originally competitively-placed FSS order; agency's analysis justifying the award satisfied standard at FAR 8.405-6(a)(1)(i)(C) that extended order be "[i]n the interest of economy and efficiency"; agency's preaward market research was reasonable and was not a sham exercise done after the agency had already made its decision; agency did not ignore the protester's capabilities statement, but, in fact, considered it carefully before making the sole source award) 

Alaska Structures, Inc. v. United States, Nos. 19-792 C & 19-1204 C (Nov. 7, 2019) (unsuccessful protest against corrective action; although the agency issued a "new" solicitation, it was identical to the prior solicitation but for a requirement regarding verification of a test result by competitors, which was the point of the corrective action, so the "new" solicitation was in essence just a permissible modification of the original solicitation; the agency, although concerned there might have been a misrepresentation of a test result by the original awardee, never concluded there was one, and, therefore, revising the solicitation to clarify the required test verification  rather than excluding the original awardee from the competition was a reasonable course of action)

Poplar Point RBBR, LLC v. United States, No. 19-1378 C (Oct. 6, 2019) (denies protester's motion to supplement administrative record because requested materials were inter-agency deliberative documents, including attorney-client privileged communications and would not add anything relevant to the existing record)

Land Shark Shredding, LLC v. United States, No. 19-508 C (Nov. 2, 2019) (unsuccessful preaward protest; protester lacks standing to challenge cancellation of solicitation because its offer was more than four times the amount of the agency's available funding and, therefore, it did not have a substantial chance of award; neither solicitation's requirement that prices be evaluated for reasonableness pursuant to FAR Part 13 nor determination that offered prices were not reasonable conflicted with Rule of Two requirements)

Land Shark Shredding, LLC v. United States, No. 18-1568 C (Oct. 21, 2019) (unsuccessful post-award protest; after previously denying motions for TRO, court denies protest because: (i) agency conducted appropriate Rule of Two market analysis before deciding not to set-aside procurement for SDVOSBs; (ii) plaintiff's protest against tiered preference system of selection in solicitation is untimely under Blue & Gold Fleet standard, and, in any event, plaintiff fails to establish that that system is inconsistent with Rule of Two analysis; (iii) agency was not precluded by FAR from conducting price reasonableness analysis of protester's proposal (and rejecting it as unreasonably high); and (iv) agency's responsibility determination involving awardee's ability to perform contract, including compliance with limitations on subcontracting, was not unreasonable)

Metropolitan Interpreters and Translators, Inc. v. United States, No. 19-748 C (Oct. 16, 2019) (unsuccessful post-award protest; agency had reasonable basis for finding awardee complied with formatting requirements for technical proposal; rational bases for all areas of agency's technical, price, and past performance evaluations challenged by plaintiff)

Akira Technologies, Inc. v. United States, No. 19-1160 C (Oct. 10, 2019) (unsuccessful post-award protest; no jurisdiction over protester's challenge to agency's decision to sole source certain work required in an IDIQ contract to another firm through a task order modification because it is a protest in connection with the issuance of a task order and thus falls within FASA’s protest bar)

Orbital Maintenance and Construction Co. v. United States, No. 19-116 C (Oct. 9, 2019) (unsuccessful post-award protest; highest-priced of three offerors in lowest-priced, technically acceptable competition lacks standing to challenge responsibility determination of awardee because, even if awardee were not selected, protester would not be in line for award)

LOC Performance Products, Inc. v. United States, No. 19-892 C (Oct. 7, 2019) (unsuccessful post-award protest; rational bases for agency's marginal rating of protester's technical proposal and assignment of weaknesses to sections in that proposal; agency could properly winnow number of proposals in competitive range by focusing on evaluation of technical proposals; protester was not prejudiced by alleged errors in evaluation of competitor because protester would not have had substantial chance of being awarded contract even if the court had found those errors existed)

RX Joint Venture, LLC v. United States, No. 19-575 C (Oct. 2, 2019) (unsuccessful protest; agency did not require protester's proposal to provide excessive detail to establish that it possessed the relevant technical experience and agency was not required to presume that protester had technical expertise in areas that were not explicitly detailed in its proposal)

Emergency Planning Management, Inc. v. Unites States, No. 19-1024 (Oct. 2, 2019) (another (see also FMS Investment Corp.) unsuccessful preaward protest against Department of Education's Next Gen procurement combining default collection with other student loan servicing work; court's prior determination in FMS that agency had rational basis for bundling the work remains unchanged; agency conducted appropriate Rule of Two market research before deciding there was no reasonable expectation of receiving offers from two or more responsible small businesses; solicitation's HUBZone goals are not anticompetitive and have rational basis), contractor's motion for stay pending appeal denied

PAE-Parsons Global Logistics Services, LLC v. United States, No. 19-1205 (Sep. 30, 2019) (denies Government's motion claiming FASA bars protest challenging ratings protester received in solicitation for IDIQ contract in situation where Government merged the IDIQ contract and task order into simultaneous award because protester was challenging the IDIQ process, not the task order award)

ANHAM FZCO v. United States, No. 19-55 C (Sep. 30, 2019) (denies protester's motion for contempt because Government did not violate terms of prior injunction by awarding brief bridge contract (four month base period with two three-month options) to prior awardee while implementing corrective action)

Veterans4You, Inc. v. United States, No. 19-931 C (Sep. 27, 2019) (unsuccessful preaward protest; GPO is not required to conduct Rule of Two analysis when issuing procurement on behalf of VA pursuant to printing mandate of 44 U.S.C. § 501)

Netcentrics Corp. v. United States, No. 19-839 C (Sep. 24, 2019) (unsuccessful protest against agency's decision to rescind award to plaintiff because agency discovered, during corrective action, that the plaintiff's proposal contained material misrepresentations concerning the status and availability of a key person upon which the agency had relied, and there was no additional requirement that the agency show the offeror had intended to mislead the agency), contractor's motion for stay pending appeal denied; contractor's subsequent motion for relief from judgment also denied

Harmonia Holdings Group. LLC v. United States, No. 18-1671 C (Sep. 23, 2019) (unsuccessful post-award protest; rational bases for the Contracting Officer's determination on remand that no OCIs tainted procurement, including findings that: (i) two of the sources for the OCI allegations were disgruntled employees (one of whom admitted he had been angry and withdrew his allegations) and (ii) there were no "hard facts" supporting the allegations that various personal relationships between the awardee's and the agency's employees had affected the procurement; rational bases for (a) agency's assignment of a weakness to the protester's proposal in the area of Relevant Experience and (b) evaluation of awardee's staffing plans (and pricing) for the various contract years)

ANHAM FZCO v. United States, No. 19-55 C (Sep. 20, 2019) (successful post-award protest of evaluation conducted as part of corrective action following prior GAO protest; rejects several of protester's arguments concerning evaluation of technical capability of awardee (e.g., credit offeror received for proposed contribution to  work of its parent company); protester waived protest of agency's alleged failure to assign appropriate risk to chances of awardee's being ejected from warehouse because protester was aware of issue at time of proposed corrective action in response to prior GAO protest but failed to object to it then; protester also waived objections to agency's responsibility determination by failing to timely object; agency improperly credited awardee with "Outstanding" rating for ownership of warehouse, which was in fact owned by its affiliate, and protester was prejudiced by this inflated scoring) 

Winston-Salem Industries for the Blind, Inc. d/b/a IFB Solutions, No. 19-1328 C (Sep. 9, 2019) (over plaintiff's objections, grants firm's motion to intervene as matter of right in protest of agency's decision to override CICA stay because that firm's interests in performing the work will be impaired if plaintiff's protest is successful)

Kingfisher Systems, Inc. v. United States, No. 19-693 C (Sep. 3, 2019) (unsuccessful preaward protest challenging size determination by SBA as upheld by OHA; Area Office, as required by regulations, properly based its analysis of company's receipts on its tax returns; agency properly treated item identified as income on tax returns as receipts for size determination purposes, especially absent any indication in tax return it should be treated otherwise; even if disputed item were labeled as protester claimed it should be, it would still be counted as receipts within broad definition applicable to dispute)

Chromalloy San Diego Corp. v. United States, No. 19-974 C (Sep. 3, 2019) (denies motion to supplement record in preaward protest against terms of solicitation because supplementation is not necessary to enable court to decide issues raised in protest)

Space Exploration Technologies Corp. v. United States, No. 19-742 C (Aug. 28, 2019) (court lacks protest jurisdiction over launch service agreements, one type of "other transactions" the DoD is authorized to enter into by 10 U.S.C. §§ 2371(a), 2371b(a))

TRAX International corp. v. United States, No. 19-685 C (Aug. 27, 2019) (unsuccessful preaward protest; protester lacks standing  because both alleged change in required staffing levels and act that resulted in alleged failure to conduct adequate Procurement Integrity Act investigation occurred after protester had been eliminated from competition on a basis unrelated to either allegation)

WellPoint Military Care Corp. v. United States, No. 19-676 C (Aug. 27, 2019) (unsuccessful post-award protest; agency did not use unstated evaluation criterion in evaluating offeror's existing provider network under Network Management and Claims Adjudication evaluation subfactor; agency did not treat offerors disparately in evaluating under Corporate Experience/Capability subfactor and, in any event, protester was not prejudiced by weakness assigned to it under this subfactor because agency did not consider that weakness in making final best value determination; agency's method for evaluating cost savings afforded by each offeror was reasonable and consistent with solicitation terms), protester's motion for injunction pending appeal denied

Criterion Systems, Inc. v. United States, No. 19-593 C (Aug. 19, 2019) (unsuccessful preaward protest; upholds agency's decision in FSS procurement conducted under FAR Part 8 to reject quotation submitted 90 seconds late; plaintiff waived its right to challenge agency's alleged failure to amend solicitation to account for changed requirements because plaintiff failed to protest before submitting quotation; protest that agency treated another offeror with defective quotation differently is premature because the agency has not yet acted on that quotation)

Zeidman Technologies, Inc. v. United States, No. 17-1662 C (Aug. 14, 2019) (unsuccessful post-award protest; plaintiff lacks standing because it failed to present evidence that, but for alleged evaluation errors, it would have been in line for award, six proposals having been ranked  higher)

Technatomy Corp. v. United States, No. 19-369 C (Aug. 13, 2019) (unsuccessful post-award protest of failure by protester to secure award after corrective action following protester's partially successful GAO protest; rejects all of protester's challenges to the evaluation on the merits; denies motion to dismiss protester's allegations that it raised in original GAO protest but that had not been sustained there and were not part of corrective action)

Second Street Holdings v. United States, LLC, et al., No. 19-473 C (Aug. 12, 2019) (unsuccessful preaward protest against firm fixed-price purchase option provision in request for lease proposals; rational basis for its inclusion; provision did not unduly restrict competition)

State of Oklahoma, et al. v. United States, No. 19-1022 C (Aug. 12, 2019) (unsuccessful request for preliminary injunctive relief in a post-award protest; court has jurisdiction to hear protester's postaward protest claims that are unrelated to its Randolph-Sheppard Act claims pending before the arbitral panel, and then potentially before a district court; denies preliminary injunctive relief because it would unnecessarily disrupt food services provided by the Army and protester has not shown likelihood of success on the merits)

Safeguard Base Operations, LLC v. United States, No. 19-61 C (Aug. 12, 2019) (unsuccessful post-award protest; properly interpreted, amended solicitation required offerors to provide pricing for two, disputed CLINs; protester's failure to include this pricing was a material omission, not minor informality curable through clarifications, and, thus, agency's disqualification of protester's proposal had rational basis, because of that disqualification, agency not required to include protester's proposal in best-value tradeoff; agency did not breach duty of good faith and fair dealing in evaluating protester's proposal)

Sigmatech, Inc. v. United States, No. 18-1425 C (Aug. 1, 2019) (denies protester's motion for relief from court's prior decision denying the protest because allegedly "newly discovered" evidence regarding conflicts of interest had been available to the protester (at least to its attorneys) at the time of entry of the original judgment and because, even if that evidence were "newly discovered," protester has not established the evidence would "probably" have produced a different decision by the court)

Red Cedar Harmonia, LLC v. United States, No. 19-405 C (July 31, 2019) (unsuccessful post-award protest; rational bases for (i) agency's adjustments to protester's proposed labor hours in various categories during agency's technical evaluation and (ii) agency's assignment of "strengths" to awardee's proposal in areas where protester's proposal was not rated as highly), affirmed by CAFC

FMS Investment Corp., et al. v. United States, Nos. 19-308 C, et al. (July 31, 2019) (unsuccessful preaward protests by group of incumbent private collection agencies (PCAs); agency provided sufficient justification for its decision to cancel solicitation for  PCAs to collect student debt in favor of Next Gen procurement combining default collection with other student loan servicing work, so that one entity oversees the full life-cycle of a student loan from origination to payoff, and new Next Gen procurement (i) does not per se violate federal and state laws governing debt collectors and (ii) is not otherwise arbitrary and capricious)

Mission1st Group, Inc. v. United States, No. 19-332 C (July 29, 2019) (unsuccessful post-award protest; in performing cost realism analysis, agency not required to resolve discrepancy in protester's proposal by guessing which of two methods it contained was correct one to use to calculate overhead costs; agency did not treat protester's proposal disparately from the way it evaluated other proposals; agency was not required to seek clarification of discrepancies in protester's proposal because, inter alia, the discrepancy violated a material requirement of the solicitation and the agency had no way of knowing that it involved a clerical error as opposed to a conscious decision by the protester)

Oracle America, Inc. v. United States, No. 18-1880 C (July 26, 2019) (unsuccessful protest; Contracting Officer reasonably justified her determination under 10 U.S.C. § 2304a(d)(4) and FAR 16.504(c) to use a single- versus a multiple-ward approach;  although separately-required DoD determination and finding supporting the single-award approach relied on an exception to the 10 U.S.C. § 2304a(d)(3) single-award prohibition that did not accurately reflect the structure of the solicitation at issue, protester was not prejudiced because agency's minimum needs were reflected in security concerns in Gate Criteria 1.2, which was enforceable and which protester could not meet; even though protester's allegations concerning conflicts of interest were "certainly sufficient to raise eyebrows," Contracting Officer's determinations regarding these matters were rational and consistent with FAR subparts 3 and 9)

Peraton, Inc. v. United States, No. 19-932 C (July 22, 2019) (post-award protest; plaintiff lacks standing to challenge sole-source bridge contract awarded while the agency took corrective action in response to GAO protest because plaintiff has not shown it had substantial chance of receiving award of that contract; even though agency's proposed corrective action of limited discussions had a rational basis, actual ongoing implementation of that corrective action by Government is not likely to survive rational basis test of CAFC's decision in Dell Federal Systems, L.P. v. United States and, therefore, plaintiff is entitled to limited injunctive relief pending resolution of protest merits)

Alaska Structures, Inc. v. United States, No. 19-792 C (July 19, 2019) (requires record to be supplemented with test report that awardee did not provide with its quotation but which is necessary to resolve inconsistencies in the record relevant to allegation that the awardee's quotation contained a material misrepresentation as to whether awardee's offered product complied with the solicitation's requirements)

Veteran Technology Integrators, LLC v. United States, No. 18-1751 C (July 10, 2019) (unsuccessful post-award protest; under Blue & Gold Fleet standard plaintiff's challenge to mandatory solicitation requirement that rendered it ineligible for award is untimely because it failed to protest prior to submitting its offer; plaintiff lacks standing to protest because it failed to meet two mandatory solicitation requirements)

PTC, Inc. v. United States, No. 19-165 C (July 10, 2019) (unsuccessful post-award protest of sole-source award because protester did not establish it was a responsible contractor that had the capability to perform the contract or to compete with the awardee's price)

Telos Identity Management Solutions, LLC v. United States, No. 19-187 (July 9, 2019) (unsuccessful post-award protest; defers to agency's interpretation of ambiguous provision of TSA Modernization Act; plaintiff's post-award challenge to agency's decision to make single award is untimely under Blue & Gold Fleet because plaintiff failed to object when agency repeatedly indicated that was intention during course of solicitation)

Mark Dunning Industries, Inc. v. United States, No. 18-1803 C (July 8, 2019) (denies motion for relief from judgment entered in prior unsuccessful protest because proffered evidence does not qualify as newly discovered evidence under  court Rule 60(b)(2) and, in any event, is immaterial to  court's original decision)

iAccess Technologies, Inc. v. United States, No. 19-469 C (June 24, 2019) (unsuccessful preaward protest against elimination from competitive range after Round 2 discussions; although plaintiff withstood standing and waiver arguments, (i) the protester failed to establish that the agency erred in finding the protester's technical proposal unacceptable and not capable of correction; (ii) the agency's discussions with the protester in both rounds 1 and 2 were meaningful and were not misleading; and (iii) the protester's disqualification was not a de facto responsibility determination and, thus, the agency was not required to refer the protester to the SBA for a responsibility determination prior to disqualifying it)

MLS-Multinational Logistic Services, Ltd v. United States, No. 18-998 C (June 11, 2019) (where (i) plaintiff had filed a timely agency-level protest prior to close of solicitation, (ii) agency had failed to respond to protest until after solicitation closed, (iii) plaintiff had submitted a timely proposal while agency protest was pending, (iv) the GAO had found a subsequent protest by the plaintiff untimely because it was filed more than 10 days after the GAO felt the protester had learned of adverse agency action on the protest (i.e., receipt of proposals without action on the protest), and (v) the protester had not filed suit in court until more than four months after the GAO dismissed its protest because, in that interim, the Government had engaged it in negotiations to attempt to resolve the issues, the plaintiff had not waived its right to protest under the Blue & Gold Fleet standard; however, court dismisses complaint because plaintiff, as one of contract awardees, has not shown the requisite economic injury to establish bid protest standing)

Fisher Sand & Gravel Co. v. United States, No. 19-615 C (May 29, 2019) (unsuccessful protest of CICA override of stay pending resolution of GAO protest; D&F supporting override had rational basis and complied with applicable regulations)

Voith Hydro, Inc. v. United States, No. 18-1907 C (May 8, 2019) (unsuccessful post-award protest; reasonable basis for agency's evaluation of protester's proposal in each of three challenged Technical areas; rational basis for agency's evaluation of proposals in  Past Performance factor in each of four areas challenged by protester; rational basis for best value trade-off, and protest of price evaluation methodology is untimely)

Mark Dunning Industries, Inc. v. United States, No. 18-1803 C (Apr. 29, 2019) (unsuccessful post-award protest; failure to acknowledge amendment was immaterial where bid incorporated change made by amendment; in sealed bid procurement, agency had rational basis to determine awardee's low bid was reasonable, especially where bidder confirmed bid price when requested to do so by agency and no evidence awardee neglected to bid items required to be bid by solicitation; agency reasonably determined awardee's bid was not materially unbalanced; rational basis for agency's responsibility determination of awardee; protest of allegedly ambiguous solicitation language is untimely and, in any event, protester failed to establish agency treated bidders differently with regard to availability of information)

North Wind Site Services, LLC v. United States, No. 19-148 C (Apr. 26, 2019) (agency complied with SBA's regulations in not exercising options to extend term of IDIQ contract (rather than immediately terminating contract) after OHA determined (post-award) that awardee was not an eligible small business for the procurement; under FASA section 4106(f)(1)(A), court lacks jurisdiction over protests of task orders issued to awardee under contract)

FMS Investment Corp., et al., Nos. 19-308 C, et al. (Apr. 24, 2019) (denies motion for preliminary injunction to extend plaintiff's current contracts while their protests against a solicitation for debt collection services is ongoing because an injunction is not necessary (i) to preserve the status quo or (ii)  to permit the court to provide meaningful relief in the protests)

Agile Defense, Inc. v. United States, No. 18-1615 C (Apr. 22, 2019) (unsuccessful post-award protest; (i) the following solicitation language permitted the Government to use cost analysis techniques to analyze the realism even of labor rates that fell within the one standard deviation window: "The Government considers a rate that is 1 standard deviation below the average to be a realistic rate, subject to cost analysis techniques in accordance with FAR 15.404";  (ii) there was a rational basis for the concerns the agency raised with the mismatches between the years of experience and education levels required by the solicitation for various labor categories and those listed in supporting documentation the protester submitted with its proposal; and (iii) during discussions, the agency did not overstate its concerns with the protester's labor rates or otherwise mislead the protester)

Inserso Corp. v. United States, No. 18-1655 (Apr. 22, 2019) (unsuccessful post-award protest; although a potential OCI existed due to the nature of the procurement in which potentially advantageous information was disclosed only to some competitors, there was compelling evidence to rebut the presumption of prejudice from the disclosure because, even before the disclosure, plaintiff's price had been significantly higher than the prices of the offerors to whom the information was disclosed)

Vertex Aerospace v. United States, No. 19-219 C (Apr. 22, 2019) (unsuccessful post-award protest by incumbent; (i) rational bases for evaluators' assignment of moderate technical risk rating for protester's failure to adequately explain lowering its proposed overhead and G&A rates, (ii) Government reasonably evaluated technical risk in awardee's proposal in each of multiple areas challenged by protester; (iii) protest that solicitation inaccurately reflected flight hours required by Government is untimely because incumbent had enough information to question the hours before award but did not protest until after award)

Veterans Electric, LLC v. United States, No. 18-1908 C (Apr. 17, 2019) (unsuccessful preaward protest of exclusion from competitive range; protester's failure to include sufficient details in its proposal in several areas (including Company Experience, Project Management, and safety plan) justified the agency's "marginal" or "unsatisfactory" ratings in each category; protester's challenge to page limit for technical proposal was untimely and belied by fact that its proposal was significantly shorter than that limit; agency did not use undisclosed evaluation factors; agency correctly evaluated areas of proposal as "weaknesses" as that term was described in the solicitation; agency's exclusion of protester's proposal from competitive range had rational basis given its relative inferiority to other proposals)

Tele-Consultants, Inc.  v. United States, No. 19-203 C (Apr. 16, 2019) (unsuccessful post-award protest; Government: (i) had rational basis for rejecting  Phase 2 proposal that failed to comply with solicitation requirements that it explain any differences in the CAGE code listed in the Corporate Experience section with the CAGE code of the offeror and include an affirmative statement that the two entities were the same and (ii) where the Government had stated it intended to award a contract in Phase 2 without discussions, it was not required to re-open discussions to resolve the CAGE code problem, which first appeared in the protester's proposal in Phase 2)

Treadwell Corp. v. United States, No. 17-287 C  (Apr. 12, 2019) (unsuccessful post-award protest; solicitation did not require delivery of first production units within 15 months of award and, therefore, awardee's proposal was not nonresponsive; offerors not treated unequally with regard to delivery schedule requirements; post-award modification to clarify delivery schedule was not a cardinal change requiring recompetition)

URS Federal Services, Inc. v. United States, No. 18-1715 C (Apr. 5, 2019) (unsuccessful post-award protest; Government's independent estimate, developed from historical data, was an appropriate basis for reviewing the craft labor hours proposed by the offerors as a means of evaluating their understanding of the effort required to perform certain areas of work, as part of the Technical Approach assessment; where protester's price was not determined to be unreasonably high, agency not required to discuss price with protester, even though its price was significantly higher than that of other offerors in competitive range and price turned out to be deciding factor in award)

KSC Boss Alliance, LLC v. United States, No. 18-1559 C (Mar. 29, 2019) (unsuccessful preaward protest of exclusion of protester from competitive range; agency's assignments of various weaknesses to protester's proposal had rational bases; agency's competitive range determination was adequately documented; agency's point-score system, which was used as a guide to the competitive range determination, did not distort or artificially inflate the differences among the offerors’ proposals; agency meaningfully considered price in determining competitive range)

Eskridge & Assocs. v. United States, No. 18-2001 C (Mar. 27, 2019) (unsuccessful post-award protest; plaintiff lacks standing because, of the five technically acceptable proposals, four proposals were lower priced than the protester's)

XOtech, LLC v. United States, No. 18-1483 C (Mar. 26, 2019) (unsuccessful challenge to SBA OHA's decision that firm is ineligible to compete for SDVO set-asides because, under LLC's Operating Agreement, LLC's SDV owner shares equal authority over LLC's management decisions with two non-SDVs (his wife and son) and, thus, does not independently control its operations)

Citizant, Inc. v. United States, No. 18-856 C (Mar. 25, 2019) (successful post-award protest;  Contracting Officer: (i) erred in relying on DCAA letters to validate two offerors' claims that they maintained an acceptable CAS because he could not rationally conclude that from those letters that offerors possessed a CAS that had been audited and deemed adequate; (ii) failed to consider the solicitation requirement that an offeror certify that it had not made material changes to its CAS since its last audit; and (iii) erred in evaluating the Group Two offerors’ pricing, specifically their proposed fully burdened labor rates by  (a) failing to evaluate the offerors’ proposed pricing in a consistent manner, without explaining why he analyzed offerors differently, (b) for multiple offerors, calculating an average and Deviation Range for each CLIN using rates proposed by an arbitrary group of 87 offerors, excluding the rates proposed by some awardees, omitting the rates proposed by many of the offerors, and double-counting the rates proposed by two offerors, and (c) failing to provide a rational explanation for concluding that rates offerors proposed outside the Deviation Range were reasonable)

Land Shark Shredding, LLC v. United States, No. 18-1568 C (Mar. 21, 2019) (unsuccessful post-award protest; denies renewed motions for TRO and preliminary injunction in situation where agency had decided not to award contract to only SDVOSB bidder in tiered solicitation system that gave first preference to SDVOSBs because SDVOSB's offer was determined to be unreasonably high (more than five times the price of other two non-SDVOSB offerors))

Conley & Assocs. v. United States, No. 18-1561 C (Feb. 27, 2019) (unsuccessful protest; upholds agency's decision to take corrective action by reevaluating proposals without conducting discussions after awardee informed agency that awardee could not produce one of the individuals it had identified as key personnel in its proposal)

Voith Hydro, Inc. v. United States, No. 18-1907 C (Feb. 26, 2019) (denies protester's motion to supplement administrative record with expert report because: (i) motion is essentially an untimely request add a new method to the RFP for comparing merits of proposals; (ii) report is not necessary for adequate judicial review of protest grounds; (iii)  no evidence for plaintiff's brief contention that report would aid court's weighing of public interest factor in considering injunction; (iv) report is not needed for court to assess allegation of competitive prejudice allegedly suffered by protester; (v) report is not necessary for court to understand technical aspects of solicitation)

Advanced Concepts Enterprises, Inc., No. 18-1637 C (Feb. 26, 2019) (unsuccessful preaward protest; protester lacks standing because it has not shown that it could satisfy several specific requirements of solicitation, and its suggestion that it could hire subcontractors to perform work is insufficient to establish it has financial resources to perform; rational basis for SBA OHA decision upholding Contracting Officer's choice of NAICS code for solicitation; past performance evaluation criteria are in accordance with FAR 15.305(a)(2)(i) and 13.305(a)(2)(iv) and 41 U.S.C. § 1126(b))

System Studies & Simulation, Inc. v. United States, No. 18-1494 C (Feb. 25, 2019) (unsuccessful post-award protest; protester did not establish prejudice from alleged evaluation errors, because the administrative record shows that S3’s evaluation ratings would not have changed if the agency had not made the errors; challenges to specific aspects of agency's evaluation are unsubstantiated)

Technica LLC v. United States, No. 18-2003 C (Feb. 22, 2019) (successful protest; applying CoFC's analysis in Reilly's Wholesale Produce, agency's decision to override automatic CICA stay pending outcome of GAO protest lacked rational basis)

AP Worldwide Services, Inc. v. United States, Nos. 17-1959 C, et al. (Feb. 15, 2019) (denies contractor's motions to recover bid and proposal costs from two prior protests because contractor had voluntarily dismissed protests following corrective action and its decision not to seek a TRO or preliminary injunction following the corrective action facilitated its ability to continue to compete for the contract work at issue)

Zeidman Technologies, Inc. v. United States, No. 17-1662 C (Feb. 26, 2019) (imposes sanctions for violation of protective order)

ATSC Aviation, LLC v. United States, No. 18-1595 C (Feb. 11, 2019) (unsuccessful post-award protest against exclusion from competitive range; protester who knew of reasons for exclusion from competitive range before award but waited to protest until after award did not waive right to protest because protest was based on allegation it became aware of only after award, i.e., allegation that because everyone remaining in competitive range that submitted timely revised proposal received award, non-price evaluation factors were pretextual; Government's evaluations of protester's technical, past performance, and small business participation plans as well as its establishment of competitive range each had a rational basis)

Voith Hydro, Inc. v. United States, No. 18-1907 C (Feb. 8, 2019) (denies expert's application for admission to protective order because his testimony not necessary to resolution of dispute and risk of inadvertent disclosure is too great)

Synaptek, Inc. v. United States, No. 18-1566 C (Feb. 5, 2019) (unsuccessful post-award protest; in its corrective action following a GAO protest, the SSA provided rational explanation why awardee's price was lower than comparison data points and was, therefore, reasonable; SSA did not turn best-value procurement into lowest-price, technically acceptable procurement because she did not award contract to lowest-priced technically-acceptable offeror; SSA provided rational explanation why protester's technical advantage was not sufficient to justify a 40% price premium; technical evaluation and responsibility determination of awardee were sufficiently documented and had rational bases)  

Sparksoft Corp. v. United States, No. 18-1706 C (Jan. 31, 2019) (successful preaward protest; FAR § 52.222-46(a), which specifies that the "professional compensation proposed will be considered in terms of its impact upon recruiting and retention, its realism, and its consistency with a total plan for compensation," requires agency to conduct a price realism analysis even for fixed-price portion of contract for professional services)

North South Consulting Group, LLC v. United States, No. 19-27 C (Jan. 17, 2019) (agency neither improperly applied the weighting scheme for the evaluation factors nor evaluated the protester's and awardee's proposals with sufficient disparity to merit sustaining the protest)

Mantech Advanced Systems International, Inc. v. United States, Nos. 18-1191 C, 18-1690 C (Jan. 16, 2019) (unsuccessful, consolidated preaward protests against elimination of protesters during Phase 1 of two phase competition; offeror's inclusion of an additional labor category chargeable to the contract in its proposal was a material error that could not be remedied through a clarification; offeror's failure to include proposed dollar amount for a proposed labor category was a material error that could not be remedied through a clarification)

Chenega Healthcare Services, LLC v. United States, No. 18-861 C (Jan. 11, 2019) (unsuccessful post-award protest; where solicitation gave notice of agency's intent to award without discussions, agency was not required (i) to evaluate change in protester's key personnel submitted after deadline for receipt of proposals or (ii) to provide rationale for evaluating originally submitted proposals and to award without conducting discussions)

Inverness Technologies, Inc. v. United States, No. `8-1339 C (Jan, 9, 2019) (unsuccessful protest of DOL's decision to cancel solicitation in the midst of corrective action because of changed requirements, specifically changes required by the John S. McCain National Defense Authorization Act for 2019--Contracting Officer's written rationale for the cancellation was detailed and had rational basis)

Thoma-Sea Marine Constructors, LLC v. United States, No. 18-1146 C (Jan. 2, 2019) (unsuccessful post-award protest; rational basis for agency evaluation of awardee's ship design, including agency's evaluation of "seakeeping" representations made by awardee in its proposal; agency conducted adequate responsibility investigation of awardee, and awardee did not fail to disclose any negative information regarding disputes that it was legally required to disclose; agency's actions during voluntary remand of original protest regarding Past Performance evaluation of awardee were not improper because they were intended to investigate issues raised by protester in original protest)

Sigmatech, Inc. v. United States, No. 18-1425 C (Jan. 2, 2019) (unsuccessful post-award protest; agency did not evaluate corresponding sections of protester's and awardee's proposals unequally or disparately and had rational bases for rating various sections of the awardee's proposal more favorably than those of the protester's proposal; rational basis for Contracting Officer's determination that no impaired objectivity OCI existed), protester's motion for relief from judgment denied because alleged "newly discovered evidence" regarding conflict of interest was available to protester (at least its attorneys) at time of entry of original judgment and because, even if evidence were "newly discovered," because protester has not established evidence would probably have produced a different decision by the court

 

2018

Navient Solutions, LLC, et al. v. United States, Nos. 18-1679 C, et al. (Dec. 21, 2018) (denies preliminary injunction requested by one of the plaintiffs (an incumbent), even though the underlying protest is likely to succeed on merits, because the specific injunctive relief requested by that plaintiff (extending plaintiff's contract beyond its scheduled completion date and  requiring the agency to give the plaintiff a certain additional quota of business) will not be available to the plaintiff even if the Court eventually rules in its favor on the protest)

Telesis Corp. v. United States, No. 18-1119 C (Dec. 18, 2018) (unsuccessful post-award protest; contactor's (seven-times) repeated submissions of items that differed from those required by the solicitation to establish relevant experience suggested a conscious decision rather than a clerical error and, therefore, the agency did not err in failing to seek clarification of the incorrect submissions and in deducting points for their absence)

Integral Consulting Services, Inc. v. United States, No. 18-977 C (Dec. 13, 2018) (unsuccessful post-award protest; rational basis for agency's decision to deduct points in evaluating protester's past experience because the protester failed to validate some of that claimed experience in accordance with the solicitation's requirements; protester waived its protest against terms of solicitation by failing to object in timely manner)

Veteran Shredding, LLC v. United States, No. 18-981 C (Dec. 6, 2018) (protester lacks standing to challenge VA's decision to cancel SDVOSB set-aside and resolicit as VOSB set-aside because it offered the third highest technically acceptable bid, lacked a substantial chance at award, and, therefore, cannot show a direct economic interest in the protest, and thus cannot be an interested party)

Partner 4 Recovery v. United States, No. 18-985 C (Nov. 30, 2018) (three unsuccessful post-award protests of Government's awards of contracts in three geographical zones, each of which was to provide supplemental resources needed to implement FEMA's Public Assistance program in response to major disasters and emergencies; price reasonableness analysis was conducted in accordance with FAR principles and solicitation's stated evaluation scheme; agency was within its discretion to assign substantial confidence rating to awardee and rating is explained in the record; technical evaluation did not treat protester and awardee disparately; agency did not convert best value analysis into award to highest technically rated proposal with reasonable price; agency properly investigated potential OCI and found no appearance of impropriety; allegation that protester was held to a higher standard in Past Performance evaluation than awardees does not establish prejudice because that would have been relevant only if the awardees had not received higher technical evaluation scores than the protester)

Ernst & Young, LLP v. United States, No. 17-1329 (Nov. 28, 2018) (dismisses amended bid protest Complaint as moot because Government completed actions to comply with court's prior decision in protest)

RMGS, Inc. v. United States, No. 18-1260 C (Nov. 28, 2018) (unsuccessful post-award protest; protester lacked standing because it did not have a substantial chance of receiving award even if its protest against its disqualification for an OCI had been sustained and it had been allowed to compete because there were higher-rated proposals; under Blue & Gold Fleet standard, protester waived right to protest use of OCI clause by failing to protest prior to award)

Innovative Element, LLC v. United States, No. 18-908 (Nov. 27, 2018) (in denying Government's motion to dismiss, court allows protester to amend its complaint in order to challenge Government's decision to cancel solicitation because allowing the amendment better serves the interests of judicial economy than does requiring the protester to file a new protest)

OST, Inc. v. United States, No. 18-670 C (Nov. 20, 2018) (under FASA, court lacks bid protest jurisdiction over issuance of task order, specifically protest of Government's decision to utilize contract vehicle under which protester was not eligible to compete for task order awards)

Facility Services Management, Inc. v. United States, No. 18-1224 C (Nov. 19, 2018) (request for injunctive relief to stop performance of contract pending resolution of bid protest against evaluation is untimely because plaintiff waited too long after announcement of award to seek injunction (and even represented on more than one occasion that it would not do so); plaintiff's request for injunction to prevent Government from phasing in performance of new contract before full term of plaintiff's latest bridge contract expires is denied because it is a challenge to contract administration rather than bid protest)

Metrica Team Venture v. United States, No. 18-1100 C (Nov. 16, 2018) (unsuccessful post-award protest; contract interpretation--under terms of this solicitation, joint venture or both of its members required to have approved CAS system (not sufficient for only one member of joint venture to have approved CAS))

Timberline Helicopters, Inc. v. United States, No. 18-1474 C (Nov. 13, 2018) (protester lacks standing to challenge solicitation in court because it failed to promptly pursue its claims there after GAO denied its protests; declaration issued by Dept. of Interior on advice of counsel twelve months after contract award permitting continued use of helicopters by awardee to transport firefighters from one ground location to another did not require a new procurement or constitute a cardinal change to contract)

MSC Industrial Direct Co. v. United States, No. 18-1083 C (Nov. 8, 2018) (unsuccessful post-award protest; rational basis for Government's decision to eliminate protester's proposal from consideration for failure to submit item with its quotation that was a "material element" clearly required by solicitation and needed by the Government in order to perform technical evaluation; protester waived claim that solicitation should be canceled because it knew or should have known of the issue before a new new contract (BPA) was awarded but failed to object until after that award)

Safeguard Base Operations, LLC v. United States, No. 18-1515 C  (Nov. 5, 2018) (second, unsuccessful challenge to agency's decision to override automatic CICA stay pending resolution of protester's GAO protest; rational basis for agency's determination that there were no reasonable alternatives available for provision of dormitory maintenance services during pendency of incumbent's GAO protest)

BTR Enterprises of SC, LLC v. United States, No. 18-1241 C (Oct. 31, 2018) (unsuccessful preaward protest; agency had rational basis to cancel firm's status as verified SDVOSB in VetBiz database because representations made by veteran to achieve status as disabled Vet with PTSD directly conflicted with representations he made to show he was in day-to-day control of business for purposes of achieving status as verified SDVOSB)

Ideal Industries, Inc. v. United States, No. 18-1275 C (Oct. 22, 2018) (unsuccessful post-award protest; agency's corrective action (terminating plaintiff's contract and soliciting another round of offers after revising solicitation) was reasonable after agency determined original solicitation, which was based on adequate price competition, had solicited cost data that was not required by the FAR (and the agency had rejected the low offeror for failing to provide the data))

American Relocation Connections, L.L.C. v. United States, No. 18-963 C (Oct. 22, 2018) (unsuccessful preaward protest; agency conducted adequate acquisition planning and market research, with due regard to applicable SBA regulations, before deciding to issue solicitation for employee relocation services as unrestricted procurement under FSS program rather than one restricted to small businesses)

Electra-Med Corp., et al., v. United States, No. 18-927 C (Oct. 3, 2018) (although contract modifications violated CICA and the VA's Rule of Two requirement and were not adequately justified by J&A, court will not enjoin performance because public interest in uninterrupted delivery of high quality health care to veterans outweighs harm to plaintiffs)

Timberline Helicopters, Inc. v. United States, No. 18-1474 C (Oct. 2, 2018) (unsuccessful post-award protest; denies motions for TRO and preliminary injunction because plaintiff, which did not submit an offer on the solicitation, waited for more than a year to file suit after the GAO had denied its preaward protest and the agency awarded the contract to another offeror)

RCF Information Systems, Inc. v. United States, No. 18-528 C  (Sep. 19, 2018) (Contracting Officer not required by solicitation for firm, fixed-price IDIQ contracts to conduct cost realism analysis to determine whether salaries proposed by offerors would be too low to attract incumbent/protester's workforce; evidence does not support protester's contention that agency used an undisclosed mandatory minimum staffing requirement in evaluating proposals; even if there had been a mandatory minimum, such minimums are used to reject proposals that do not meet them and the protester was not prejudiced because its proposal exceeded the alleged minimum)

RX Joint Venture, LLC, and TISTA Science and Technology Corp. v. United States, Nos. 18-682 C and 18-756 (Sep. 19, 2018) (Contracting Officer had no duty to seek clarification concerning protester's ability to satisfy CAS certification requirement because no indication any documents were inadvertently missing from proposal, not even a reference to them in Table of Contents; in alleging Government lost a portion of its proposal, protester failed to meet its burden of proof, i.e., to present clear and convincing evidence to overcome the presumption of regularity in the Government's handling of proposals; protester failed to establish Government inadequately safeguarded proposals; certain information alleged to support protest not available to Contracting Officer at time of relevant decision being protested)

Criterion Systems, Inc. v. United States, No. 18-785 C (Sep. 19, 2018) (unsuccessful post-award protest; discrepancy in protester's proposal was not the type of discrepancy concerning which the solicitation required the Contracting Officer to seek clarification; Contracting Officer had no reason to seek clarification of documents missing from proposal when there was nothing to suggest omission was unintentional and circumstances suggested protester had intended to omit the documents; Contracting Officer did not abuse his discretion in refusing to waive omission of documents (which were clearly required by solicitation) as minor informality)

Technical & Management Resources, Inc. v. United States, No. 18-829 C (Sep. 18, 2018) (unsuccessful post-award protest; Contracting Officer's  analysis of protester's justification for proposing labor rates outside of DOL ranges was not required to be supported by additional documentation because he concluded that the protester had not provided any justification for its proposal in this regard; rational bases for evaluation that concluded protester had not proposed fair and reasonable pricing)

Dynanet Corp. v. United States, No. 18-795 C (Sep. 18, 2018) (unsuccessful post-award protest; rejects protester's contention that Contracting Officer erred by deducting evaluation points relating to protester's cost accounting system without contacting the DCAA to see whether the system was approved because the Contracting Officer had sufficient information to know that the relevant DCAA audit had not been completed and, thus, the system could not have been approved; rejects equitable estoppel argument because Contracting Officer did nothing improper upon which the contractor relied)

FMS Investment Corp, et al. v. United States, Nos. 18-862 C (Sep. 14, 2018) (successful protest against agency's decision to cancel solicitation for collection of defaulted student loans because the document intended to justify the cancellation because of a change in the agency's acquisition vision was "slipshod" and lacking a coherent justification for the cancellation), Government's request for clarification of judgment granted

Agility DGS Logistics  Services Co. KSC(C) v. United States, No. 18-887 C (Sep. 13, 2018) (plaintiff that did not bid on original solicitation because it was involved in ongoing suspension proceedings at the time lacks standing to protest that corrective action in response to protest by another firm was too limited and solicitation should be re-opened)

Ultra Electronics Ocean Systems Inc. v. United States, No. 18-678 C (Sep. 7, 2018) (unsuccessful preaward protest; rational basis for agency's finding that protester's technical proposal was unacceptable because, despite being given an opportunity to do so during discussions, protester failed to comply with solicitation requirement that it describe how it would meet launch trajectory requirements; any ambiguity in term launch trajectory requirements was patent and should have been protested before proposal was submitted and rejected; Contracting Officer on current procurement not required to evaluate protester's proposal in same manner as agency had evaluated proposal on past procurement)

KPMG LLP v. United States, No. 18-1215 C (Sep. 6, 2018) (denies motion for preliminary injunction because plaintiff is unlikely to succeed on merits of its contention that Government treated plaintiff and awardee disparately in determining whether they were impacted by alleged OCIs)

2M Research Services, LLC v. United States, No. 17-1638 C (Sep. 6, 2018) (successful post-award protest; agency violated specific terms of solicitation by including proposal in competitive range that was clearly noncompliant with Limitation on Subcontracting provision; awardee's Staffing proposal "did not meet the most basic of requirements in order to receive a 'Superior' rating--it was not almost devoid of risk': protester received unequal treatment from agency's evaluators because the agency "repeatedly overlooked deficiencies in [the awardee's] proposals, relaxed Solicitation requirements, and amended its Technical Evaluation in favor of" awardee)

DynCorp International LLC v. United States, No. 18-557 C (Sep. 6, 2018) (agency's responsibility determination re successful offeror had rational basis; agency's Past Performance evaluations of protester and successful offeror were reasonable)

Advanced Management Strategies Group, Inc./Reefpoint Group, LLP v. United States, No. 18-326 C (Aug. 21, 2018) (successful post-award protest; agency gave too much credit to awardee for experience of subcontractor that would perform less than 3% of the work)

ARxIUM, Inc. v. United States, No. 17-1407 C (Aug. 15, 2018) (successful protest awarding protester its bid and proposal costs because after prior successful protest against agency's removal of protester from competitive range, solicitation was structured in such a way as to make it impossible for the protester to access information necessary to meet one of its requirements)

Price Gordon Services d/b/a Veteran National Transportation, LLC v. United States, No. 18-695 C (Aug. 13, 2018) (unsuccessful post-award protest; denies protester's request for discovery to supplement the administrative record because request is based on allegations of the Government's bad faith and bias that actually are "self-inflicted deficiencies in plaintiff's proposal rather than improper motives on the part of the" Government's evaluators; reasonable bases for weaknesses agency assigned to various aspects of technical proposal; no evidence of bias or bad faith in Government's  Past Performance evaluation; fact that write-up concerning protester's Past Performance was lengthier than that of competitors no evidence of bias; solicitation did not require a price realism analysis and agency conducted appropriate price reasonableness analysis)

DZSP 21, LLC v. United States, No. 18-705 C (Aug. 10, 2018) (successful post-award protest; agency required to amend solicitation because requirements have changed; flawed Past Performance evaluation failed to take into account incumbent's work on bridge contracts during multiple protests and corrective actions involving current procurement; agency's re-evaluation, which changed awardee from incumbent (current protester) to prior protester lacked rational bases for its changed conclusions)

Chenega Healthcare Services, LLC v. United States, No. 18-861 C (July 26, 2018) (unsuccessful post-award protest; where solicitation called for award without discussions, agency was not required to consider substitution of Project Manager by protester after proposals were due; plaintiff waived its argument that clarifications sought by agency were actually discussions that were not meaningful because it did not raise this protest ground until it filed its reply brief in court)

Veterans Electric, LLC v. United States, No. 18-659 C (July 26, 2018) (unsuccessful preaward protest; plaintiff lacks standing to protest cancellation of solicitation because it was not qualified to meet solicitation's requirements)

Acetris Health, LLC v. United States, No. 18-422 C (July 16, 2016) (successful preaward protest; in solicitation to purchase Entecavir Tablets, procuring agency (VA) required to interpret term "U.S.-made end product" as used in Trade Agreements clause at FAR 52.225-5 to include "domestic end products" as defined at FAR 25.003)

KGL Food Services WLL v. United States, No. 18-823 C (July 13, 2018) (denies motion to intervene in original awardee's protest of corrective action because party seeking to intervene was not offeror on original procurement)

Global Dynamics, LLC v. United States, No. 17-1875 C (July 5, 2018) (although plaintiff previously prevailed on its claim that a fifth sole-source bridge contract pending completion of corrective action was improper, plaintiff is not entitled to a permanent injunction against completing the bridge contract because of the brief time remaining on it)

Quantum Research International, Inc. v. United States, No. 18-272 C (June 29, 2018) (unsuccessful protest of agency's post-protest corrective action; agency justifiably downgraded protester's proposal for ignoring clear solicitation requirement; Army was not required to list every item proposed by offerors in evaluating proposals and, therefore, cannot be faulted for failing to specifically mention two items related to the awardee's proposal, especially when the protester also was not faulted by the evaluators for not specifically addressing two items in its proposal; agency had rational basis for accepting awardee's explanation of initially confusing part of its proposal)

Ideogenics LLC v. United States, No. 17-1938 (June 26, 2018) (unsuccessful challenge to decision by SBA's OHA finding affiliation via application of the ostensible subcontractor rule to relationship of protester with two proposed subcontractors, which OHA determined rendered protester other than small for contested HUD procurement)

SVD Stars II, LLC v. United States, No. 18-846 C (June 22, 2018) (award of separate bridge contract during pendency of GAO protest is not improper override of CICA stay following reasoning of court in Access Systems case)

Couture Hotel Corporate v. United States, No. 16-620 C (June 21, 2018) (bid protest allegations involving alleged patent error in procurement procedure chosen by Government waived under Blue & Gold Fleet because plaintiff failed to object to it in timely manner; plaintiff did not allege facts sufficient to establish implied-in-fact contract when there had been negotiations but not an intent to be bound)

Trans Digital Technologies, LLC v. United States, No. 18-121 C (June 15, 2018) (unsuccessful post-award protest; careful wording protest cannot obscure fact that plaintiff waived right to challenge solicitation amendment that eliminated test results from consideration by agency; protester not prejudiced by any agency errors in technical evaluation of previous demonstrated production experience; agency's decision to choose significantly higher-priced offer reasonable when solicitation warned that technical factors were more important than price)

Centerra Group, LLC v. United States, No. 18-219 C (June 7, 2018) (successful post-award protest; on remand to accomplish corrective action, agency conducted discussions only with original awardee, resulting in material changes to improve awardee's proposal)

CR/ZWS LLC v. United States, No. 18-271 C (June 4, 2018) (unsuccessful protest upholding SBA's determination that joint venture was ineligible for 8(a) award because 8(a) member of the joint venture firm brought little besides its 8(a) status to the contract at issue and "the equipment, expertise, and experience necessary for performance of the contract would be supplied almost exclusively" by the non 8(a) member of the joint venture, which was also the incumbent on the program)

FMS Investment Corp., et al. v. United States, Nos. 18-204 C, et al. (May 29, 2018) (dismisses prior protests as moot and lifts prior preliminary injunction because Government canceled protested procurement and awards; denies protesters' motions to amend prior pleadings to protest decision to cancel procurement)

CBE Group, Inc. v. United States, No. 17-1970 C (May 22, 2018) (unsuccessful protest of award-term extensions issued following corrective action; protester lacked standing because its low scores entirely disqualified it from consideration as an eligible offeror and was untimely because it withdrew its earlier protest of the awards and, in the court's view, waited on the sidelines to see what would happen)

Senter, LLC v. United States, No. 17-1752 C (May 16, 2018) (rational basis in record for SBA's determination that protester was not eligible for 8(a) set-aside because its joint venture was not unpopulated, as it was required to be by 13 C.F.R. 121.103(h))

Veterans Technology, LLC v. United States, No. 16-1489 C (May 9, 2018) (successful protest; court reverses and vacates prior SBA OHA decision (which, itself, had reversed an Area Office determination finding no affiliation based on economic dependence between firms) because OHA had applied wrong legal standards in reviewing Area Office's determination and in carrying out court's prior order as to steps to accomplish on remand, i.e., "to conduct a new size determination specifically to ascertain whether the actions of [the Government] were the cause of [two firms] entering into a subcontracting relationship . . . , as well as to consider evidence proffered by" one of those firms that it was not dependent on the other)

Tetra Tech, Inc. v. United States, No. 16-775 C (May 9, 2018) (unsuccessful post-award protest; rejects protester's challenges to evaluations of its own and awardee's proposals in Key Personnel (e.g., the ratings of the programs managers proposed by both parties based, in part, on their ability to "innovate"), Past Performance (particularly the past contracts of the awardee that the agency chose to evaluate), and Corporate Experience (particularly the contracts the agency chose to examine to evaluate both the awardee's and the protester's experience)

Intelligent Waves, LLC v. United States, No. 18-465 C (May 9, 2018)  (successful protest; agency's rationales for "best interest" override of automatic stay during GAO protest of award of new task order are insufficient) 

Acetris Health, LLC v. United States, No. 18-433 C (May 8, 2018) (denies Government's motion to dismiss preaward protest under Rules 12(b)(1) and 12(b)(6); court has jurisdiction over allegations that VA improperly (1) interpreted a solicitation’s Trade Agreements clause, (2) included a provision in the solicitation that was contrary to the Trade Agreements clause, and/or (3) relied on Customs and Border Protection's country-of-origin determination concerning tablets offered by the plaintiff rather than independently interpreting the solicitation’s Trade Agreements clause)

National Government Services, Inc. v. United States, No. 18-200 C (May 8, 2018) (unsuccessful preaward protest; CMS' Contract Awards Limitations policy  in Medicare Administrator Contractor ("MAC") procurements is neither contrary to law (e.g., the requirement for full and open competition) nor lacking a rational basis), reversed by CAFC

Technik, Inc. v. United States, No. 18-512 C (Apr. 4, 2018) (agency's Marginal rating of protester's proposal was rational because it did not clearly commit to meeting one of solicitation's staffing requirements; no tradeoff analysis required where awardee's proposal was both higher rated and lower priced than protester's)

Management & Training Corp. v. United States, No. 18-556 C (May 3, 2018) (unsuccessful post-award protest; plaintiff/incumbent lacks standing to protest award of interim DOL task order to operate Job Corps center pending resolution of prior GAO protest because under DOL rules and clause in incumbent's contract (which incumbent did not timely protest) the incumbent contractor is ineligible to compete for such a Contingency Contract Vehicle)

SupplyCore, Inc. v. United States, No. 17-1933 C (May 1, 2018) (unsuccessful protest; in solicitation for acquisition, warehousing, and distribution of aircraft and ground transportation tires to the military, Contracting Officer's designation of NAICS services code 493190 (Other Warehousing and Storage), which was subsequently affirmed by the SBA's OHA, was rational because, even though the cost of purchasing the tires was the major cost of the procurement overall, the contractor's purchases were just pass-through purchases immediately reimbursed by the Government, and, therefore, the "principal purpose" of the contract was not the procurement of supplies)

Global Dynamics, LLC v. United States, No. 17-1875 C (May 1, 2018) (successful protest against agency's award of fifth sole-source bridge contract pending completion of corrective action because agency's proffered excuses (lack of adequate staffing, presence of other matters requiring attention, informal indications of increased requirements) failed to justify agency's delays in completing corrective action)

Kiewit Infrastructure West Co. v. United States, No. 18-76 C (Apr. 25, 2018) (unsuccessful post-award protest of multiple aspects of evaluation;  SSA's consideration of unit prices and cost risks in tradeoff analysis was not inconsistent with solicitation requirements; SSA's mention of cost savings was inconsequential in relation to principal determination that the awardee's "vastly superior" technical proposal was worth slight price premium; agency adequately explained protester's "Good" rating in technical factor and was not required to explain why its responses to discussion questions did not raise its rating to "Outstanding"; agency adequately explained ratings of awardee's proposal; protester failed to establish agency treated proposals unequally)

American Correctional Healthcare, Inc. v. United States, No. 18-84 C (Apr. 17, 2018) (successful post-award protest; agency failed to evaluate diversity of services offered by competitors equally because it credited awardee with offering a type of service that the protester's proposal indicated was not available in this situation without investigating whether the protester's position was correct)

Pinnacle Solutions, Inc. v. United States, No. 17-2047 C (Apr. 13, 2018) (unsuccessful protest; rational bases for numerous weaknesses assigned to protester's proposal under Mission Suitability subfactors; agency's decision not to assign strengths to protester's management approach was reasonable; evaluations of protester's proposal under (a) technical approach and (b) safety and health subfactors and under past performance factor were reasonable; agency's evaluation of successful offeror's proposal was reasonable; protester failed to establish unequal treatment in evaluation  of proposals)

General Dynamics Mission Systems v. United, No. 18- 49 C (Apr. 9, 2018) (unsuccessful post-award protest; under CAFC precedent requiring deference to agency's technical evaluation, court reluctantly lets stand agency's tradeoff evaluation that awardee's lower price overcame technical flaw in awardee's proposal which, if it materialized during performance, would result in a safety issue, described by the evaluators as follows:  "the impact of a failure would be devastating, throwing hundreds of TSE offline and delaying the screening operations for the checkpoints")

Veterans Contracting Group, Inc. v. United States, No. 18-92 C (Apr. 5, 2018) (unsuccessful preaward protest; protester's challenge to cancellation of solicitation dismissed because allegation was previously litigated and rejected by the same court; protester did not allege sufficient facts to call into question Contracting Officer's analysis of Rule of Two in opening resolicitation to small businesses)

DZSP 21, LLC v. United States, No. 18-86 C (Mar. 29, 2019) (successful post-award protest by incumbent/original awardee; as a result of multiple, prior (successful) GAO protests by challenger of original award, Government improperly adopted GAO's (erroneous) interpretation of challenger's proposal to assign it a strength not merited by the language of the proposal; in last of three rounds of corrective actions, which finally overturned prior award, Government lacked rational basis for upward adjustment of incumbent's proposed cost) 

FMS Investment Corp., et al. v. United States, Nos. 18-204 C, et al. (Mar. 29, 2018) (upon motion by intervenor/awardee, disqualifies law firm representing one of plaintiffs in post-award protest due to a conflict of interest)

Acetris Health, LLC v. United States, No. 18-433 C (Mar. 28, 2018) (court lacks bid protest jurisdiction over allegations involving disputes concerning acceptability of products supplied during performance of incumbent's contract; solicitation provision requiring offerors to certify that proposed end product is "Trade Agreements Act compliant" does not conflict with either the Trade Agreements Act or its implementing regulations)

Iron Bow Technologies, LLC v. United States, No. 17-1250 C (Mar. 27, 2018) (unsuccessful preaward protest; agency's decision to eliminate protester from competition was based on risk assessment conducted in accordance with the terms of the RFQ from which agency reasonably concluded that protester's quotation presented an unacceptable supply chain risk to the Government)

IAN, Evan & Alexander Corp. v. United States, No. 18-1 C (Mar. 19, 2018) (successful protest; court issues permanent injunction against performance under contract modification outside the scope of the original competition)

SKC, LLC v. United States, No. 17-1982 C (Mar. 14, 2018) (unsuccessful protest by incumbent small business against agency's decision to designate procurement as sole-source under SBA's 8(a) program: (i) agency had not previously expressed publicly a clear intent to award the contract as a small business set-aside (13 C.F.R. 124.504(a); and (ii) agency's interpretation that procurement was "new" requirement that did not require an adverse impact analysis was not clearly erroneous (13 C.F.R. 124.504(c)(ii)(C))

Coast Professional, Inc., et al. v. United States, Nos. 15-207, et al. (Mar. 14, 2018) (grants agency's motion to dismiss plaintiff's complaints in consolidated post-award protests because agency's voluntary corrective action was rationally related to alleged defect in procurement, adequately addressed that defect, and, therefore, rendered plaintiffs' complaints moot)

Global Dynamics, LLC v. United States, No. 17-1875 C (Mar. 14, 2018) (court gives agency only 30 days to provide justification for its decision to award fifth sole-source bridge contract after so-far unexplained delays in meeting its own projected timeline for accomplishing corrective action; plaintiff's tardy protest of underlying GAO decision on prior protest is barred by doctrine of laches because plaintiff affirmatively decided not to challenge GAO protest decision until another problem arose, i.e., the agency's decision to cancel the procurement (a decision the agency, still later, rescinded)

General Dynamics Mission Systems, Inc., v. United States, No. 18-49 C (Mar. 7, 2018) (court "reluctantly" enters TRO against permitting performance by awardee for brief period until court has had a chance to review parties' submissions on the merits)

FMS Investment Corp., et al. v. United States, Nos. 18-204 C, et al. (Mar. 6, 2018) (court issues preliminary injunction against recall of incumbents' work pending resolution of protest) 

Ernst & Young, LLP v. United States, No.  17-1329 C (Mar. 5, 2018) (successful post-award protest; Contracting Officer violated FAR 9.504(a) by failing to identify, evaluate, and mitigate a significant unequal access to information OCI involving the eventual awardee prior to award;  VA improperly assigned weaknesses to areas of protester's proposal that complied with the solicitation's stated requirements; VA improperly credited awardee with corporate experience and past performance of proposed subcontractor that it did not list as a major subcontractor, which was a solicitation requirement for receiving such credit; the Contracting Officer's decision not to conduct discussions violated FAR 1.102-2(c)(3) because, inter alia, the proposals of four offerors demonstrated a lack of understanding of key parts of the solicitation, which should have alerted the Contracting Officer to the possibility of problems with the solicitation and the need for clarifications through discussions)

Harmonia Holdings Group, LLC v. United States, No. 17-1543 C (Feb. 28, 2018) (unsuccessful post-award protest; agency's conclusion that protester's price was unrealistically low had a rational basis in the record; protester's unbalanced pricing was not the fault of any error in the information provided with the solicitation, and the evaluators had rational basis for assessing the protester's expertise and apparent understanding of the contract (or lack thereof) in light of the unbalanced pricing; rational bases for the agency's assignment of weaknesses to several aspects of protester's technical proposal; "assumptions" listed in awardee's proposal were not exceptions to the solicitation requirements, but were intended to illustrate the awardee's understanding of the solicitation's requirements)

A Squared Joint Venture v. United States, No. 17-835 C (Feb. 28, 2018) (unsuccessful protest against disqualification from competition due to unequal access to information OCI; Contracting Officer did not delay in identifying and investigating potential OCI; Contracting Officer's finding of potential OCI based on "hard facts," e.g., protester's employees' access to sensitive competitive information of competitor; FAR 9.504(e) does not apply in this case because it only applies to disqualification of apparently successful awardee, and this disqualification occurred before the awardee was identified)

Sigmatech, Inc. v. United States, No. 17-183 C (Feb. 27, 2018) (denies motion for injunction pending appeal of earlier decision that there was a rational basis for setting aside procurement for small businesses; protester unlikely to succeed on the merits)

Loomacres, Inc. v. United States, No. 17-824 C (Feb. 21, 2018) (unsuccessful protest against insourcing decision; OMB Circular A-76 does not govern procurements of services that are necessary for the implementation or enforcement of an Integrated Natural Resources Management Plan, and the Air Force was required to give priority to a federal conservation or wildlife agency to perform such services) 

ARxIUM, Inc. v. United States, No. 17-1407 C (Feb. 16, 2018) (successful post-award protest; improper for agency to remove protester from competitive range during corrective action following GAO protest, because agency retroactively adopted GAO's interpretation of latently ambiguous solicitation term without conducting discussions or allowing revised proposals)

Walden Security v. United States, No. 17-1228 C (Feb. 9, 2018) (unsuccessful post-award protest; after multiple rounds of corrective action following prior GAO protests, agency carefully considered all past performance information concerning protester and awardee and reasonably concluded the proposals were essentially equal in this evaluation factor; agency reasonably concluded that, while both proposals had earned a technical rating of "Good," the awardee's included discriminators that rendered it superior to the protester's proposal and that justified paying a slight premium for its additional benefits)

HESCO Bastion Ltd. v. United States, No. 17-1977 C (Jan. 29, 2018) (agency's decision to undertake corrective action to eliminate unduly restrictive requirements that could be met only by protester's product was "eminently reasonable")

Zeidman Technologies, Inc. v. United States, No. 17-1662 C (Jan. 19, 2018) (denies most of request for access to protected material by plaintiff's CEO/founder/President because: (i) his application omitted several important representations as to his status and role in competitive decision making; and (ii) plaintiff failed to establish his access to most protected materials was necessary to plaintiff's case)

Centerra Group, LLC v. United States, No. 17-1348 C (Jan. 18, 2018) (unsuccessful post-award protest; solicitation did not require offerors to base staffing plan levels on those of incumbent and there was a rational basis in the record for the Government's evaluation of the awardee's "leaner" staffing plan; solicitation only required price analysis to determine whether offered prices were reasonable and balanced, not the additional analysis of performance risk associated with price advocated by protester; conclusion in tradeoff analysis that protester's technical superiority was not sufficient to justify its higher price was consistent with evaluation criteria)

Geo-Med, LLC v. United States, No. 17-1006 C (Jan. 9, 2018) (unsuccessful preaward protest; administrative record, including Market Research Report, demonstrated there was a rational basis for the Contracting Officer's decision to bundle contract requirements, even though that decision might prejudice small businesses)

Sigmatech, Inc. v. United States, No. 17-183 C (Jan. 5, 2018) (unsuccessful protest against decision to set aside procurement for small businesses; multiple responses to market research RFI provided Contracting Officer with sufficient facts to form reasonable expectation that offers would be obtained from at least two responsible small business concerns and that award would be made at fair market price; Rule of Two analysis does not require Contracting Officer to determine responsibility of particular firms before solicitation is issued)

Team Waste Gulf Coast, LLC v. United States, No. 17-1845 C  (Jan. 3, 2018) (unsuccessful post-award protest challenging OHA's prior decision upholding size determination finding affiliation through negative control; plaintiff waived right to raise argument in court not first presented at OHA; Operating Agreement's provisions gave one firm power to exercise negative control over another and, therefore, the firms were affiliated for size determination purposes)

2017

Veterans Contracting Group, Inc. v. United States, No. 17-1015 C  (Dec. 21, 2017) (preaward protest; continuation of earlier case invalidating VA's decision to remove firm from list of qualified SDVOSBs eligible for VA SDVOSB set-asides based solely on SBA's decision that firm was not unconditionally owned by SDV, using SBA rules relating to unconditional ownership that differ from VA rules)  Veterans Contracting Group, Inc. v. United States, No. 17-1188 C (Dec. 20, 2017) (reluctantly affirms OHA decision following OHA precedent in holding that firm did not qualify as SDVOSB in non-VA procurement set aside for such firms because of lack of unconditional ownership by SDV)

CliniComp International, Inc. v. United States, No. 17-1115 C (Dec. 20, 2017) (denies motion for injunction pending appeal of earlier decision that company lacks standing to protest because it does not have capabilities to perform contract)

Intelligent Waves, LLC, and Missionist Group, Inc. v. United States, Nos. 17-1765 C & 17-1842 C (Dec. 19, 2017) (unsuccessful post-award protests; rational basis for agency's determination that protester had OCCI issue, which protester failed to address adequately despite multiple notices of problem and opportunities to correct it, plus lack of prejudice because awardee's proposal would still have higher evaluation even if weaknesses evaluators assigned for OCCI were removed; denies challenges to other aspects of the evaluation because agency followed evaluation criteria and there were rational bases for its conclusions)

Precision Asset Management Corp. v. United States, No. 16-261 C (Dec. 13, 2017) (successful post-award protest; Government's failure to notify protester of issues that ultimately were treated as significant weaknesses in final award decision constituted lack of meaningful discussions; Government's evaluation of awardee's proposal based on mistaken assumption that certain company was either joint venture partner or mentor of awardee)

Analytical Graphics, Inc. v. United States, No. 16-1453 C (Dec. 12, 2017) (unsuccessful post-award protest; absent clear direction in controlling statutes that either (a) Rule of Two or (b) commercial availability analysis must come first, court will not second-guess agency's decision to conduct both analyses essentially simultaneously after completion of market research; agency properly concluded Rule of Two requirement for small business set-aside was met without having to consider capability or price in same detail as would be required in actual evaluation of proposals after set-aside; market research was sufficient to support agency's determination that requirement as a whole could not be satisfied with commercial items even though certain individual elements could)

XPO Logistics Worldwide Government Services, LLC v. Unites States, No. 17-1080 C (Dec. 8, 2017) (denies contractor's motion to stay earlier decision pending appeal to CAFC because, inter alia, no showing of likelihood of success or irreparable harm)

XPO Logistics Worldwide Government Services, LLC v. Unites States, No. 17-1080 C (Nov. 17, 2017) (unsuccessful post-award protest; protester waived its right to complain that the agency should have conducted discussions (and its argument that absent re-opened discussions, the prior discussions had been unequal and misleading) during corrective action because it was on notice no discussions were contemplated but did not protest until after award; agency's evaluation of magnitude of protester's past contracts was unobjectionable because agency used values protester, itself, provided; agency had rational basis for its rating of relevance of one past contract; under explicit terms of solicitation, agency was permitted to consider corporate experience in best value tradeoff decision; other protest grounds precluded by res judicata)  

Dyncorp International, LLC v. United States, No. 16-1704 C (Nov. 16, 2017) (unsuccessful post-award protest; even though former employee of protester transmitted sensitive information to awardee's senior management that could have been used to give the awardee an advantage in bidding, there was a rational basis for the Contracting Officer's conclusion, after investigation, that the awardee had not made use of this information in the competition)

State of Texas v. United States, No. 17-847 C  (Nov. 7, 2017) (dismisses protest without prejudice as premature because protester was not entitled to award just because it was in the competitive range, but remained in contention)


Straughan Environmental, Inc. v. Unites States, Nos. 15-1217 C, 16-1181 C (Nov. 6, 2017) (protester that did not file size protest within SBA's time limit nevertheless has standing to sue because Contracting Officer requested size determination, which eventually came back adverse to protester's interests; if the OHA erred in dismissing protester's appeal for lack of standing (because it was ineligible for award) protester has standing to sue because there was only one firm determined to be eligible, and, if that firm was actually ineligible, then protester was adversely affected)

Loomacres, Inc. v. United States, No. 17-824 C  (Oct. 31,2017) (prospective bidder had standing to challenge Government's decision to insource services, even though it did not have a current contract to provide the insourced services)


CliniComp International, Inc. v. United States, No. 17-1115 C (Oct. 30, 2017) (unsuccessful preaward protest; plaintiff lacks standing to complain of sole source award because it lacks experience providing the large dollar value of services required by the proposed contract at the large number of facilities to be covered by the contract and also lacks experience performing the comprehensive set of tasks to be required and, therefore, could not have competed for the award)

FreeAlliance.com, LLC V. United States, No. 17-787 C (Oct. 27, 2017) (unsuccessful preaward protest against exclusion from further consideration for failure to comply with solicitation requirement to provide verification on letterhead that the offerors' accounting systems had been audited and determined adequate for determining costs applicable to the contract in accordance with FAR § 16.301–3(a)(1)) 

Sonoran Technology and Professional Services, LLC v. United States, No. 17-711 C (Oct. 15, 2017) (court holds all protest grounds against corrective action (as a result of which agency canceled contract award to protester and awarded to competitor) are untimely)

T Square Logistics Services Corp. v. United States, No. 17-744 C (Oct. 16, 2017) (successful preaward protest; after (i) protester contacted both Contract Specialist and Contracting Officer by email to inform them of weather-related delay of FedEx delivery of hard copy of proposal (as required by solicitation) and enclosed email copy of proposal and (ii) Contract Specialist replied by assuring contractor that late delivery of hard copy would not be a problem because there was evidence the contractor had shipped it prior to the due date (in reliance upon which assurances the contractor advised its local rep it was not necessary to print out and hand-deliver a hard copy of the proposal), Government improperly rejected proposal under 52.212-1  without considering whether late submission should be waived as minor informality)

Synergy Solutions, Inc. v. United States, No. 17-635 C (October 12, 2017) (unsuccessful post-award protest; court rejects disappointed incumbent bidder's objections to numerous aspects of evaluation, including: (i)  corporate experience; (ii) past performance; (iii) cost realism; (iv) direct labor rates; (v) indirect rates; (vi) staffing plan; and (vii) demonstrated ability to comply with technical requirements. Protester waived its objections to agency's conduct of discussions because those objections were not raised before implementation of corrective action in response to prior protest of procurement in which those discussions were held)

Torres Advanced Enterprise Solutions, LLC v. United States, No. 17-868 C (Oct. 2, 2017) (information in protester/incumbent's CPARS is not protected from release in court's published decision on protest)

Tender Years Learning Corp. v. United States, No. (Oct. 2, 2017) (unsuccessful protest of Government's alleged breach of implied-in-fact contract to consider protester's bid fairly: protester failed to timely submit evidence that it had required board of directors;  Government's decision that significant number of its current staff lacked required qualifications had a rational basis) 

Iron Bow Technologies, LLC v. United States, No. 17-603 C (Sep. 14, 2017) (in context of clear solicitation requirements to provide details justifying proposed approach, agency's discussions with protester were adequate and not misleading and protester was not reasonable in assuming it could simply add hours to proposal to respond to alleged weakness without explaining how those hours related to its technical approach)

PDS Consultants, Inc. v. United States, No. 16-1063 C (Sep. 1, 2017) (grants defendant/intervenor's motion to stay court's prior judgment (that VA must perform Rule of Two analysis before purchasing items off AbilityOne Procurement List) pending appeal to CAFC)

Geiler/Schrudde & Zimmerman, A Joint Venture v. United States, No. 16-186 C (Aug. 30, 2017) (unsuccessful post-award protest; death of SDVOSB's owner after award of contested contract did not deprive protester of standing to pursue its original Complaint against award because standing is determined as of time of award; however, court lacks protest jurisdiction over Supplemental Complaint challenging revocation of SDVOSB status as a result of owner's death; as to original Complaint, court denies protester's challenges to agency's determinations that awardee's past projects met the solicitation's experience and past performance requirements because such determinations are generally within the agency's discretion; agency's price evaluation techniques complied with FAR and solicitation requirements and agency was not required to credit protester for alternate bid suggesting a reduction might be possible if certain contingencies occurred)

Veterans Contracting Group, Inc. v. United States,  No. 17-1015 C (Aug. 29, 2017) (successful preaward protest; SBA Area Office's finding that provision in SDVOSB's shareholder agreement ("upon shareholder death, incompetency, or insolvency, all of his or her shares must be purchased by the corporation at the Certificate of Value price") ran afoul of requirement that SDVOSB must be "unconditionally" 51%-owned by SDV was incorrect and, therefore, should not have been used by VA to remove firm as qualified SDVOSB in its VIP database) 

Q Integrated Companies, LLC v. United States, No. 16-101 C (Aug. 24, 2017) (determines quantum of proposal preparation costs and EAJA attorneys' fees and costs due protester whose protest resulted in "substantial relief," including appropriate COLA adjustment of hourly rates, and related costs such as filing fees, electronic legal research, FedEx shipping, courier charges, travel expenses, and conference calls)

Harkcon, Inc. v. United States, No. 17-508 C (Aug. 21, 2017) (unsuccessful post-award protest; facts that (i) awardee's proposed price was close to incumbent's and (ii) Government employee who had only limited relationship with solicitation was subsequently hired by awardee, were not sufficient to create even appearance of impropriety; agency's assignment of deficiency to protester's staffing was reasonable because several proposed employees did not meet solicitation's mandatory education requirements; staffing subfactor deficiency was sufficiently significant that it justified the agency's decision to "roll-up" that deficiency into overall factor evaluation)

Treadwell Corp. v. United States, No. 17-287 C (Aug. 16, 2017) (unsuccessful post-award protest; protester did not establish it would be irreparably harmed absent a stay of performance in part because it waited until eight months after award to file suit; no merit to protester's allegation that awardee's proposal should have been rejected as nonresponsive because it did not show the awardee could meet the strictest delivery schedule the Government might have imposed on contractor, especially where record shows awardee committed to solicitation's delivery schedule; fact that awardee did not propose as aggressive a delivery schedule as protester did not mean Government treated offerors unequally in evaluation; post-award modification of delivery schedule was not cardinal change)

Remote Diagnostic Technologies, LLC v. United States, No. 17-333 C  (Aug. 11, 2017) (protester lacks standing because it cannot meet solicitation requirements, which it has not shown are unduly restrictive)

Automated Collection Services, Inc. and Alltran Education, Inc. v. United States, No. 17-765 C (Aug. 9, 2017) (denies protests of scope of agency's corrective action  in response to prior protests)

Sonoran Technology and Professional Services, LLC v. United States, No. 17-711 C  (Aug. 9, 2017) (denies protester's motion to amend complaint to add two counts against the SBA for allegedly issuing a CoC to a nonresponsible bidder and reopening a CoC referral contrary to established SBA practices because (i) court lacks jurisdiction to review issuance of a CoC and (ii) protester waited too long to file motion to amend)

Harkcon, Inc. v. United States, No. 17-508 C (Aug. 8, 2017) (denies protester's motion to supplement administrative record because, inter alia, (i) one requested document is publically available and others do not exist or are identical to documents already included in record and (ii) deposition of government employee would not aid in court's analysis because there is already a written record of the rationale for his decision)

Mail Transportation, Inc., et al. v. United States, No. 17-934 C (Aug. 3, 2017) (unsuccessful protests; Postal Service performed adequate analysis required by 39 U.S.C. § 5005(c) in selecting routes to be converted from Highway Contract Route (HCR) contracts to Postal Vehicle Service (PVS) routes.

Veterans Technology, LLC and MDW Assocs., LLC v. United States, No. 16-1489 (Aug. 2, 2017) (prior SBA OHA decision affirming Area Office finding that firms were affiliated through economic dependence and contractual relationships was arbitrary and capricious because OHA did not adequately investigate or provide analysis of circumstances of contractual relationships)

Cotton & Co., LLP v. United States, No. 17-878 C (July 28, 2017) (after agency terminated plaintiff's contract for convenience and issued new solicitation (because agency's requirements had changed during delays associated with prior GAO protest) and plaintiff failed to bid on new solicitation, court lacked jurisdiction over (i) "protest" against convenience termination because no CDA claim had been filed and (ii) protest of new solicitation because plaintiff failed to bid on it and, therefore, lacked standing)

A Squared Joint Venture v. United States, No. 17-835 C (July 28, 2017) (unsuccessful preaward protest; agency's decision to eliminate firm from competition due to potential OCI arising from use of individuals with access to sensitive information to prepare proposal for follow-on contract)

American Sanitary Products, Inc. v. United States, No. 17-362 (July 24, 2017) (unsuccessful protest of corrective action; agency's decision to cancel award and resolicit had rational basis in agency's discovery (after GAO protest was filed) that it had underestimated its requirements in original solicitation)

XPO Logistics Worldwide Government Services, LLC v. United States, Nos. 17-452 C, 17-455 C (July 24, 2017) (unsuccessful consolidated protests against agency's corrective action; denies original awardee's protest of the agency's decision to follow GAO recommendation on prior protest and take corrective action in the form of reevaluating past performance references and making new source selection decision because the contemporaneous record had not shown how the agency arrived at its conclusion that the magnitudes of the awardee's past contracts were sufficient to evaluate them as somewhat relevant; denies competitor's protests that corrective action (i) did not take into account awardee's unbalanced pricing (the court finding the Contracting Officer had properly analyzed the offers and found no unbalanced pricing) and (ii) improperly relied on total evaluated price in the final evaluation (the court finding that this evaluation was the method stated in the solicitation's evaluation scheme))

Sonoran Technology and Professional Services, LLC v. United States, No. 17-711 C (July 17, 2017) (orders additional supplementation of administrative record after prior supplementation showed information previously deemed irrelevant was, in fact, relevant)

Dell Federal Systems, L.P., et al. v. United States, No. 17-465, -473 C  (July 13, 2017) (successful protest against scope of corrective action; allowing offerors to submit clarifications suffices to cure defects in solicitation process; reopening competition for discussions is not necessary), reversed by CAFC

Novak Birch, Inc. v. United States, No. 17-559 C (July 12, 2017) (unsuccessful protest of proposed corrective action in response to prior protest, involving (i) terminating the prior contract award to current protester, (ii) cancelling the solicitation, and (iii) returning to market research; Contracting Officer had rational basis for perceiving defects in prior solicitation process, and, given those defects, proposed corrective action was not overly broad)

QTC Medical Services, Inc. v. United States, Nos. 17-80 C, 17-83 C  (July 12, 2017) (unsuccessful post-award protest; under Blue & Gold Fleet test, protester waived objections to (i) calculation of price benchmark, (ii) allegedly misleading discussions about price, and (iii) methodology used for calculating price reasonableness because all of these grounds for protest were apparent, but not protested, prior to submission of final proposal revisions; no unmitigated OCI on the part of awardees; agency's tradeoff analysis had rational basis)

Cleveland Assets, LLC v. United States, No. 17-277 C (July 11, 2017) (denies protester's motion to stay the court's prior decision denying protest pending appeal to Federal Circuit because protester has not shown substantial case on merits related to grounds of appeal)

The Informatics Applications Group, Inc. v. United States, No. 17-553 C (July 10, 2017) (unsuccessful preaward protest; Government reasonably excluded quotation sent to eBUY portal rather than to point of contact designated in RFQ's instructions)

UnitedHealth Military & Veterans Services, LLC v. United States, No. 16-1526 C (July 10, 2017) (unsuccessful post-award protest; following language in solicitation did not require Government to conduct a price realism evaluation: "M.2.2. Unrealistic Proposals. The Government may reject any proposal that is evaluated to be unrealistic in terms of program commitments, contract terms and conditions such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program.")

Sonoran Technology and Professional Services, LLC v. United States, No. 17-711 C (July 7, 2017) (authorizes protester to depose Contracting Officer for limited amount of time and concerning only two issues to correct deficiencies in the administrative record concerning agency's decision to take corrective action)

Board of Regents of the Nevada System of Higher Education on behalf of The Desert Research Institute v. United States, No. 16-376 C (July 5, 2017) (court had no basis to conclude that agency should have assigned deficiencies rather than weaknesses to awardee's proposal; in solicitation conducted without discussions, broken link to cost data in protester's proposal, which made it impossible for agency's evaluators to access data that would allow them to determine realism and reasonableness of protester's proposed costs, was not minor clerical error, did not require agency to seek clarification, and did not prejudice protester because, even after finding protester's proposal unacceptable, agency still explained why awardee's proposal was a better value due to technically superiority; under Blue & Gold Fleet standard, protester's post-award challenge to agency's failure to provide certain information to prospective offerors was waived as untimely)

i3 Cable & Harness LLC v. United states, No. 17-490 C (June 30, 2017) (unsuccessful post-award protest; protester waived protest of agency's use of undisclosed quantities to evaluate price because protester failed to challenge this aspect of solicitation terms prior to submitting offer; quantities used by agency to re-evaluate prices after corrective action had a rational basis;  protester failed to timely challenge patent ambiguity in solicitation regarding required place of performance; no evidence to support protester's OCI allegations)

SupplyCore Inc. v. United States, No. 17-427 C (June 28, 2017) (unsuccessful post-award protest; agency did not use unstated evaluation criteria in past performance evaluation; agency's discussions with protester were adequate; agency's past performance ratings of awardee were supported in the record)

Continental Service Group, Inc., et al. v. United States, Nos. 17-449, 17-499 C  (June 14, 2017) (denies Government's motion to dismiss protesters' actions as moot because Government's corrective action in response to prior protests is not complete and plaintiffs may suffer additional harm in the interim) 

Cleveland Assets, LLC v. United States, No. 17-277 C (June 1, 2017) (unsuccessful preaward protest; rental rate cap in Government's solicitation for lease proposals is not unreasonably low or unduly restrictive of competition)

Iron Bow Technologies, LLC v. United States, No. 17-603 C (June 1, 2017) (unsuccessful post-award protest; protester failed to adequately explain changes to labor hour in its revised technical proposal and discussions concerning its proposal were neither incomplete nor misleading; protester failed to provide sufficient information on relationship of price proposal to revised technical proposal to allow agency to assess price reasonableness)

PDS Consultants, Inc. v. United States, No. 16-1063 C (May 30, 2017) (successful preaward protest; VA is required to perform Rule of Two analysis for all future procurements, regardless whether they involve items on AbilityOne list)

Harmonia Holdings Group, LLC v. United States, No. 17-86 C (May 23, 2017) (unsuccessful preaward protest of scope of agency's corrective action in response to prior protest; agency not required to limit corrective action to reevaluation and could also revise solicitation to address problems in original solicitation not specifically raised in prior protest) 

Vintage Autoworks, Inc. v. United States, No. 17-123 C (May 18, 2017) (unsuccessful post-award protest; rejects protester's objections to agency's responsibility determination concerning awardee because requirements protester alleged awardee failed to meet were contract requirements, and, thus, related to contract administration, not solicitation requirements)

IT Enterprise Solutions JV, LLC v. United States, No. 17-204 C (May 9, 2017) (unsuccessful post-award protest; under normal dictionary definition of "count," Government complied with terms of solicitation by giving joint venture credit for relevant experience of minority member, but was not required to give that experience same weight as that of majority member who would be performing more of the required effort; under standard dictionary definition of "address" Government correctly evaluated relevancy of past performance of proposed subcontractor, especially where protester offered no alternative definition for the term, and protester was not prejudiced by any errors in this aspect of evaluation; Government followed the solicitation's requirements in evaluating "recency" of proposed subcontractor's past performance;  in tradeoff analysis, agency could distinguish between offerors that had the same general adjectival rating)

Tetra Tech, Inc. v. United States, No. 16-1569 C  (May 5, 2017) (unsuccessful post-award protest; work assignment was within scope of Performance Work Statement of underlying contract and, therefore, was not issued in violation of CICA)

Enhanced Veterans Solutions, Inc. v. United States, No. 15-1022 C (May 3, 2017) (unsuccessful post-award protest; rational basis for agency's assignment of Marginal rating to protester's proposed staffing reductions under Operational Approach subfactor and protester's counter-arguments rely on unreasonable interpretation of solicitation documents; agency's methodology of assigning Marginal rating to Technical factor if offeror received Marginal rating in any one of equally weighted subfactors was not objectionable; agency's decision not to include protester's low-priced proposal in best value tradeoff analysis was not objectionable in the circumstances of this procurement, especially when SSA's decision clearly explained why the proposal would not have been successful even if it had been included)

Continental Services Group, Inc., et al. v. United States, Nos. 17-449, 17-499 (May 2, 2017) (preliminary injunction to preserve status quo until Government announces corrective action in response to prior GAO decision on protest)

Open Spirit, LLC v. United States, No. 15-370 C (Apr. 28, 2017) (unsuccessful preaward protest; environmental contamination concerns of which Government became aware near end of lease competition, not bad faith or bias, caused Government to cancel competition)

The Concourse Group, LLC v. United States, No. 17-129 C (Apr. 27, 2017) (unsuccessful post-award protest; technical evaluation did not employ unstated evaluation criteria regarding relevant experience; discussions with protester were meaningful and fair)

Gallup, Inc., B-16-1656 C  (Apr. 25, 2017) (Government took corrective action and offered to pay protester's attorneys fees as a self-imposed sanction after it discovered and reported that Contracting Officer had prepared Memorandum for Record justifying small business set-aside after protest against set-aside was filed but back-dated it to make it appear as if it were part of contemporaneous record)

Greenland Contractors I/S v. United States, No. 15-272 C (Apr. 12, 2017) (unsuccessful post-award protest; agency did not conduct misleading discussions by failing to advise offeror of each individual CLIN price that was significantly higher than competitors' because solicitation required agency only to evaluate total price and prices for two specific CLINs; solicitation language advising offerors to "show justification for unique practices that significantly lower pricing" did not require offerors to show justification for all lower prices generally)

By Light Professional IT Services, Inc. v. United States, No. 16-1316 C (Apr. 11, 2017) (unsuccessful post-award protest; protest of solicitation requirement not raised before submission of final offers is untimely, especially where agency had specifically warned offeror of requirement during discussion prior to submission of final offers; agency reasonably assigned deficiency to offeror's proposal for failing to provide required task order number for one of contracts it was submitting to satisfy Experience sub-factor; no prejudice to protester from agency's decision to raise competitor's score under Past Performance fact because agency did the same with the protester; trade-off analysis, which recognized that one offer had more strengths in Technical Capability factor despite fact that both offers received the same overall rating, had rational basis)

Starry Assocs., Inc. v. United States, No. 16-44C (Apr. 10, 2017) (agency's repeated misconduct and misrepresentations, which forced protester to file multiple protests, constituted a "special circumstance" under the EAJA, entitling the protester to recover its attorneys fees at the actual rates charged, rather than at the normal statutory cap of $125/hour)

Jacobs Technology, Inc. v. United States, Nos. 16-1602 C, 17-88 C (Apr. 7, 2017) (rejects challenges by both the awardee and a competitor to the agency's third round of corrective actions, after the agency had repeatedly chosen the same awardee after the earlier rounds of corrective action)

Rivada Mercury LLC v. United States, No. 16-1559 C (Mar. 31, 2017) (unsuccessful protest against elimination from competitive range; extensive exchanges between Government and offerors prior to establishing competitive range were specifically contemplated by selection plan for complex procurement and did not constitute discussions because offerors were neither requested nor permitted to revise proposals prior to establishment of competitive range; protester's quarrels with numerous aspects of agency's technical evaluation lack merit)

Continental Services Group, Inc. v. United States, No. 17-499 (Mar. 29, 2017) (court issues TRO even though record is not sufficient to determine protester's likelihood of success on the merits because the other three factors the court weighs in deciding such motions favor the protester)

Q Integrated Companies, LLC v. United States, No. 16-101 C (Mar. 27, 2017) (denies Government's motion for relief from prior judgment in favor of bid protester because SBA's post-judgment finding that protester was not eligible small business for contracts in geographic areas different from those at issue in protest did not necessarily mean it would not be able to compete under reopened competition for area under dispute in current protest)

Progressive Industries, Inc. v. United States, No. 14-1225 C (Mar. 21, 2017) (denies plaintiff's motion to alter final judgment as untimely and  denies alternative motion for relief from final judgment because plaintiff has not shown entitlement under Rule 60(b))

Mercom, Inc. v. United States, No. 16-1475 C (Mar. 17, 2017) (unsuccessful post-award protest; agency's assignment of “Unacceptable” rating to sub-factor of protester's proposal had a rational basis because protester failed to submit satisfactory evidence of qualifying experience related to that sub-factor  and  contract references provided by protester framed the company’s work hypothetically, i.e., in terms of work that it could perform rather than work it actually did perform)

Level 3 Communications, LLC v. United States, No. 16-829  (Mar. 16, 2017) (Government's counsel repeatedly violated duty of candor to court by leading court to believe performance on contract had not begun when, in fact, it had)

The Concourse Group, LLC v. United States, No. 17-129 C (Mar. 13, 2017) (unsuccessful post-award protest; plaintiff waived OCI objections because it did not raise them prior to the close of the bidding process even though they were based on facts that were easily recognizable or obvious at that time)

Sigmatech, Inc. v. United States, No. 17-183 (Mar. 7, 2017) (declines Government's request to seek advisory opinion from GAO because record before court includes several hundred pages of documents not originally available to GAO and opinion from GAO would delay proceedings)

Munilla Construction Management, LLC v. United States, No. 16-1684 C (Feb. 15, 2017) (comparing prices of four offerors satisfied requirement to evaluate price reasonableness and no requirement to determine whether offered price was too low; Government appropriately examined individual CLIN pricing to determine whether unbalanced pricing had occurred)

Limco Airepair, Inc. v. United States, No. 16-1576 C (Feb. 15, 2017) (unsuccessful post-award protest; Government conducted adequate price realism analysis by comparing prices of only two offers received in response to solicitation; protester failed to establish prejudice from Government's ex parte communication with awardee)

Active Network, LLC v. United States, No. (Feb. 14, 2017) (no evidence in record that Government conducted price realism analysis in accordance with requirements of solicitation)

Systems Dynamics International, Inc. v. United States, No. 16-710 C (Feb. 7, 2017) (unsuccessful protest against elimination from competitive range; protester waived its right to object to patent omissions in solicitation of (i) data required to comply with solicitation requirement and (ii) historical staffing mix and levels, by failing to protest prior to submission of proposal; Government's price evaluation had reasonable basis)

Ecosystem Investment Partners v. United States, No. 16-1549 C (Feb. 3, 2017) (plaintiff lacks standing because it neither submitted bid nor timely protested the issuance of a solicitation; letter plaintiff sent providing comments on proposed solicitation did not fulfill requirements for agency level protest; the Government's decision that ultimately led to the solicitation was not a procurement decision and, thus, was not within the court's protest jurisdiction)

Global Dynamics, LLC v. United States, No. 16-1311 C (Jan. 25, 2017) (unsuccessful post-award protest; where agency's discussion questions created patent ambiguity as to whether agency was conducting price realism analysis, protester had a duty to inquire and, not having done so, could not later complain about the effect of its actions in raising its prices based upon its assumptions about the meaning of the discussion questions)

IT Shows, Inc. v. United States, No. 16-1259 C (Jan. 17, 2017) (unsuccessful post-award protest; awardee's plan to dedicate a project management office and its staff exclusively to the contract and bill them as direct rather than overhead costs did not violate solicitation requirements or FAR; agency was not required to inform protester during discussions that it could do the same because its billing of these items as overhead costs was not a deficiency in its proposal; protester waived its right to protest agency's intention to use ceiling rates in cost realism analysis because that intention was clearly stated in solicitation and, therefore, should have been protested before award)

York Telecom Corp. v. United States, No 15-489 C (Jan. 13, 2017) (unsuccessful post-award protest; protest of agency's determination that firm was not eligible small business under solicitation's size standard was untimely because it was not raised until after notice of award when questions and answers issued during solicitation process had created patent ambiguity as to the applicable size standard for the competition)

Munilla Construction Management, LLC v. United States, No. 16-1684 C (Jan. 10, 2017) (court denies protester's request for TRO because (i) it may not have standing since it was not next-in-line for award; and (ii) it cannot show irreparable harm because, inter alia, court has established aggressive schedule for full consideration of its protest)

Strategic Business Solutions, Inc. v. United States, No. 16-81 C (2017) (unsuccessful preaward protest; agency did not err in rejecting proposal for failure to comply with mandatory solicitation requirement to provide redacted copy of proposal because the failure was not a minor informality or irregularity that could be waived)

Parcel 49C Limited Partnership v. United States, No. 16-427 C (Jan. 3, 2017) (unsuccessful preaward protest; agency twice investigated allegations of organizational conflict of interest involving competitor and found any conflict, even if it existed, had been mitigated; challenged firm had committed to meet solicitation's single-owner requirement if awarded contract, which was all solicitation required; solicitation's requirements were necessary to meet agency's minimum needs and, therefore, were not unduly restrictive of competition)

2016

Telos Corp. v. United States, No. 15-1541 C (Dec. 13, 2016) (denies request for injunction pending appeal of prior court decision denying protest)

Progressive Industries, Inc. v. United States, No. 14-1225 C (Dec. 6, 2016) (successful post-award protest of agency's decision, as a result of corrective action in response to earlier agency protest, to make awards to same two firms as it had originally selected; in establishing competitive range, agency treated offerors inconsistently; agency granted only one offeror extension of time to submit revised proposal; record does not show when or how agency evaluated price; record suggests final source selection decision was accomplished using different standards and methodology than set forth in original source selection plan)

Level 3 Communications, LLC v. United States, No. 16-829 C  (Dec. 5, 2016) (successful post-award protest; in technically acceptable, low-priced offer competition, Contracting Officer should have sought clarification from protester regarding aspect of its significantly lowest price proposal rather than finding it unacceptable; Contracting Officer engaged in disparate treatment of offerors by finding one unacceptable for a defect shared by the successful offeror; because protester's price was 40% lower than awardee's, Contracting Officer should have entered into negotiations with offerors, especially where awardee could not meet the start-up timing requirement in solicitation)

Tiber Creek Consulting, Inc. v. United States, No. 16-236 C (Dec. 2, 2016) (unsuccessful post-award protest; Contracting Officer's best value analysis, determining that awardee's 20% lower price outweighed protester's superior technical expertise, had rational basis and was supported by the administrative record)

CSC Government Solutions, LLC v. United States, No. 16-1000 C (Dec. 2, 2016) (unsuccessful post-award protest; contrary to protester's contentions, agency's cost realism analysis considered option years and direct labor rates; agency's evaluation of awardee's staffing plan satisfied requirements of FAR 52.222-46, which addresses offerors' proposals that may reduce compensation for incumbent employees; any inconsistencies between Government's evaluation of protester's technical approach and statements it made concerning protester's cost-price realism during discussions were overridden by fact that Government ultimately evaluated its cost-price as realistic; rational basis for agency's evaluation of phase-in staffing plan; solicitation gave agency discretion to evaluate only past performance references submitted by awardee and did not require it to conduct additional research of particular contract mentioned only fleetingly in awardee's proposal and not submitted as a reference;  agency's discussions with offerors were not misleading, unequal, or coercive)

Sallyport Global Holdings, Inc. v. United States, No. 16-817 C (Nov. 30, 2016) (unsuccessful post-award protest; agency's finding that protester's proposed Project Manager structure did not meet solicitation's requirement was supported by the record; agency's assessment of weakness to protester's proposal based on  unjustified assumption it had contacted agency personnel during blackout period was not prejudicial because its proposal was unacceptable for another reason; reference to "certification" held by awardee's proposed Project Manager met solicitation requirements)

Veterans Electric, LLC v. United States, No. 16-1113 C (Nov. 23, 2016) (unsuccessful protest; agency entitled to consider its past positive experiences with awardee as contractor in selecting its low-priced, somewhat ambiguous proposal for award)

Caddell Construction Co. v. United States, No. 15-914 C (Nov. 17, 2016) (unsuccessful post-award protest; awardee was not prohibited from radically revising its proposal regarding the role of a subcontractor following discussions; awardee's proposed home office staffing approach was not prohibited by solicitation and was rationally evaluated as acceptable by agency; awardee repeatedly represented that it would comply with Limitations on Subcontracting clause and whether it does so will be matter of contract administration; Contracting Officer's decision not to conduct new responsibility determination concerning awardee based on court decision concerning fraud by predecessor firm of one of its subcontractors was reasonable because that decision did not affect any of awardee's representations; Contracting Officer's decision not to conduct new responsibility determination re same subcontractor was rational because solicitation did not require responsibility determinations of subcontractors and prior court decision had affirmed separate responsibility determination of subcontractor because of various remedial measures it had taken since the original fraud finding)

Professional Service Industries, Inc. v. United States, No. 16-1038 C (Nov. 15, 2016) (corrective action undertaken by agency in response to prior, successful GAO protest merely watered down solicitation requirements to conform to original awardee's proposed PM's qualifications and experience)

Level 3 Communications, LLC v. United States, No. 16-829 (Nov. 14, 2016) (court issues TRO against further contract performance pending issuance of opinion on merits after agency allowed awardee to begin performance sooner than it had previously predicted it would to court)

Palantir USG, Inc. v. United States, No. 16-784 C (Nov. 9, 2016) (successful preaward protest; although the protester failed to establish bias by the Government against its product, the documents the agency relied on in limiting competition did not establish that the agency had conducted adequate market research and analysis to determine whether the agency's needs could be met by commercial items in accordance with the preference for such items in 10 U.S.C. 2377)

Great Southern Engineering, Inc. v. United States, No. 16-975 (Nov. 4, 2016) (unsuccessful pre-award protest; rational basis for agency's past performance evaluation of "past projects," which evaluated offeror submitting information from totally separate contracts more favorably than protester's submission of multiple task orders under same contract)

Favor TechConsulting, LLC v. United States, No. 16-1365 C (Nov. 3, 2016) (requires agency to institute CICA stay pending resolution of GAO protest because evidence indicates plaintiff filed GAO protest within 10 days of award)

Favor TechConsulting, LLC v. United States, No. 16-1365 C  (Oct. 19, 2016) (grants TRO (for seven days) against proceeding with performance of awarded orders (within which time agency may submit additional documentation concerning its contention that protest was not filed within 10 days of award date) because documentation in record so far supports plaintiff's contention that it filed GAO protest within time period required to generate CICA's automatic stay)

Dorado Services, Inc. v. United States, No. 16-945 C (Oct. 18, 2016) (unsuccessful protest; court has bid protest jurisdiction over contract awardee's challenge to SBA's decision to decertify it as eligible HUBZone business for purposes of contract it was already performing; SBA correctly concluded that certain of plaintiff's employees did not reside in HUBZones at time of award  and, therefore, that plaintiff did not meet HUBZone program requirement that 35 % of its workers do so)

Loch Harbor Group, Inc. v. United States, No. 16-1114 C (Oct. 6, 2016) (unsuccessful request for TRO and preliminary injunction; evidence on record not sufficient to demonstrate: (i) protester has standing because it is not small business under standard applicable to protested procurement (which likely would be applicable to any reprocurement); (ii) record shows agency complied with requirements of Veterans Benefit, Health Care, and Information Technology Act in awarding sole-source contract to veteran-owned business)

Proxtronics Dosimetry, LLC v. United States, No. 15-1589 C (Sep. 30, 2016) (court lacks jurisdiction over claims sounding in tort based on Lanham Act; plaintiff lacks standing to protest sole-source award because it failed to provide any notice of objections or its own availability at the time the notices of the sole-source procurement were issued; plaintiff waived right to challenge agency's decision not to set-aside procurement for small businesses because it did not protest at time solicitation was issued; plaintiff's protest of contract that already had been fully performed when protest filed is moot)

Aegis Technologies Group, Inc. v. United States, No. 16-863 C (Sep. 28, 2016) (plaintiff failed to provide "hard facts" necessary to establish awardee's proposed subcontractor suffered from (i) biased ground rules OCI under FAR 9.505-1, (ii) unequal access to competitively useful non-public information OCI, or (iii) impaired objectivity OCI; rational bases for cost realism, technical risk, and past performance evaluations)

Nevada Site Science Support and Technologies Corp. v. United States, No. 16-1118 C (Sep. 27, 2016) (denies motions to intervene in bid protest challenging agency's decision to rescind contract by parties who might get award if rescission upheld)

Alluviam, LLC v. United States, No. 16-614 C (Sep. 26, 2016) (unsuccessful post-award protest; plaintiff too late to challenge procurement strategy adopted 12 years previously, especially because contracts at issue almost fully performed)

McConnell Jones Lanier & Murphy, LLP v. United States, No. 15-1351 C (Sep. 23, 2016) (unsuccessful post-award protest; rational bases for agency's technical and cost realism evaluations and lack of prejudice to protester from any errors in cost realism evaluation)

Dellew Corp. v. United States, No. 16-671 C (Sep. 22, 2016) (unsuccessful post-award protest; Contracting Officer rationally exercised discretion in awarding contract in situation where competitors' evaluation were very close)

TAT Technologies, LTD v. United States, No. 16-540 C (Sep. 22, 2016) (unsuccessful post-award protest; solicitation did not require offerors to perform and pass qualification tests prior to award)

Omran Holding Group v. United States, No. 15-1570 C (Sep. 14, 2016) (unsuccessful protest; in a lowest-price, technically acceptable procurement with only one awardee, firm lacks standing to protest agency's finding that its proposal was nonresponsive on technical grounds because 18 technically acceptable offerors proposed a lower price than protester did)

Tender Years Learning Corp. v. United States, No. 15-719 C (Sep. 12, 2016) (allows contractor (i) to amend its Complaint to eliminate bid protest allegations and allege only implied-in-fact contract damages and (ii) to bifurcate issues of entitlement and quantum)

InSpace 21 LLC v. United States, No. 15-364 C (Sep. 7, 2016) (laches did not bar suit filed four months after original GAO decision because protester had timely requested reconsideration and filed suit within 10 days of decision on reconsideration; rational bases for evaluation, including decision not to adopt differing views of minority of evaluators)

Precision Asset Management Corp. and Q Integrated Companies, LLC v. United States, Nos. 16-261, -442 (Aug. 30, 2016) (to have standing protesters must only establish that, absent errors in evaluation, evaluation rating would have improved and chances of securing contract would have increased)

Tetra Tech AMT v. United States, No. 16-632 C (Aug. 29, 2016) (protester's interpretation of solicitation's proposal page imitation requirements was not within zone of reasonableness; protester waited too long to raise issues with awardee's alleged manipulation of page limitation requirements, and protester's arguments are unavailing in any event; rational bases for agency's evaluation and for its trade-off analysis)

Palantir Technologies, Inc. and Palantir USG, Inc. v. United States, No. 16-784 C (Aug. 26, 2016) (dismisses (as waived) one preaward protest because initial protest at GAO was untimely; refuses to dismiss second preaward protest filed 43 days after adverse GAO decision because original GAO protest was timely filed and no award had yet been made) 

National Air Cargo Group, Inc. v. United States, No. 16-362 C (Aug. 26, 2016) (unsuccessful post-award protest; offer that solicitation required to remain open for 180 days was not extinguished by agency's initial rejection followed by acceptance after corrective action; agency had rational basis for making six awards when solicitation had stated "approximately four" would be made; even though agency's evaluation of past performance as "limited confidence" did not change from original to revised evaluation after corrective action, agency had rational basis for trade-off analysis after corrective action that justified award to protested firm)

AugustaWestland North America, Inc. v. United States, No.  14-877 C (Aug. 24, 2016) (Army's order to designate one firm's helicopter as the Army's institutional training helicopter and its manufacturer as the only responsible source was a procurement decision that violated, inter alia, CICA, and Army did not have rational basis for its decision to limit competition to one manufacturer), reversed and vacated by CAFC

Lawson Environmental Services, LLC v. United States, No. 15-1550 C (Aug. 16, 2016) (refuses to stay of court's previous decision (denying bid protest) pending protester's appeal to CAFC)

T.W LaQuay Marine, LLC v. United States, No. 16-544 C (Aug. 16, 2016) (agency's evaluation of offers in response to solicitation and its subsequent decision to conduct discussions based on unacceptable technical proposals were reasonable, and discussion questions and subsequent award to the lowest-priced technically acceptable offeror, as provided for in the solicitation, had rational basis)

SOS International LLC v. United States, No. 16-317 C (Aug. 8, 2016) (unsuccessful preaward protest to proposed corrective action of clarifying ambiguous proposal page limitation requirements after previous protest; protester lacks standing because it was not winner of original competition and cannot establish it would be in line for award but for the proposed corrective action; proposed corrective action is reasonable)

Parcel 49C Limited Partnership v. United States, No. 16-427 C (Aug. 5, 2016) (preaward protest; allows supplementation of administrative record with information concerning Government's development of independent government estimate)

Algese 2 s.c.a.r.l. v. United States, No. (July 29, 2016) (after remand to agency for new responsibility determination and receipt of additional explanations from agency, court lifts previous injunction against award), court denies motion for stay of decision pending appeal

Starry Assocs., Inc. v. United States, No. (July 17, 2016) (agency lacked rational basis for cancelling solicitation rather than undertaking corrective action recommended by GAO in response to prior protests)

Dynamic Systems Technology, Inc. v. United States, No. 16-353 C (July 18, 2016) (unsuccessful post-award protest; rational bases for agency's evaluations of awardee's technical proposal and the relevance of its past performance submissions, as well as for the agency's price/technical trade-off analysis)

Ultimate Concrete, LLC v. United States, No. 16-152 C (June 30, 2016) (although awardee's original bid was unbalanced, it was not materially so (because base item was priced low and option item (which not be awarded) was high and there was no risk of an advance payment or of default; although it was improper to permit awardee to modify its bid, protester was not prejudiced because awardee still would have won contract with original bid)

Phoenix Management, Inc. v. United States, Nos. 16-79 C, 16-77 C  (June 30, 2016) (unsuccessful preaward protest of terms of solicitation; for well-defined fixed-price work, Government is not required to disclose incumbent's ODC data to competitors; in lowest-price, technically acceptable evaluation, agency could treat offerors with no past performance as "acceptable")

Worldwide Language Resources, LLC v. United States, No. 16-424 C (June 22, 2016) (unsuccessful preaward protest against solicitation terms;  solicitation was not structured so that only the incumbent would have sufficient information and relevant past performance to win competition)  

Wallace Asset Management, LLC v. United States, No. 15-1527 C (May 31, 2016) (unsuccessful post-award protests; protester lacks standing because it is not next in line for award; past performance ratings had rational basis; no evidence in record of OCI involving awardee)

Spectrum Comm, Inc. v. United States, No. 16-348 C (May 26, 2016) (unsuccessful post-award protest; Source Selection Authority's decision (both before and after corrective action) to award contract to different firm from that recommended by the agency's evaluation team had rational basis in the record, did not violate evaluation scheme, and did not convert procurement from best-value to lowest-priced-technically-acceptable procurement)

Dellew Corp. v. United States, No. 15-808 C (May 20, 2016) (protester was "prevailing party" under EAJA because Government decided to take corrective action in response to prior bid protest after closing arguments during which court commented favorably on merits of protest), reversed by CAFC  

Transatlantic Lines LLC v. United States, No. 16-288 C (May 19, 2016) (unsuccessful post-award protest; because contractor signed bridge contract, any  disputes it has regarding the rates to be paid by the Government under the contract are matters involving contract administration that must be handled under the CDA, over which the court lacks protest jurisdiction) 

Res Rei Development, Inc. v. United States, No. 15-1256 C (May 17, 2016) (unsuccessful preaward protest against exclusion from competitive range; after offeror's initial offer was rejected by email server as too large, offeror was responsible for consequences of sending edited version that contained errors rather than breaking the original version into smaller pieces)

PricewaterhouseCoopers Public Sector, LLP v. United States, No. 16-98 C (May 10, 2016) (unsuccessful protest of proposed corrective action (revising solicitation and seeking new proposals) in response to prior GAO decision; GAO was correct concerning sufficient number of flaws it found in the prior evaluation to justify agency's decision to undertake corrective action; agency was within its discretion to revise solicitation to reflect changed needs between original proposal submission and date of revised solicitation, which, in turn, required revised proposals; argument that competitor has an OCI is premature before proposals have been submitted and agency has opportunity to examine that issue, itself)

MSC Industrial Direct Co. v. United States, No. 15-1409 C  (May 6, 2016) (agency reasonably decided to take corrective action by revising solicitation after discovering delivery requirement as stated in original solicitation was in error; agency reasonably decided on further corrective action of allowing competitors to submit revised pricing since many prices had changed during passage of time since original price submissions; award of BPAs to firm after corrective action was proper because argument that it had manipulated pricing was speculative and requirement that it not sell items equal to AbilityOne items was a matter to be determined during contract performance, not as part of evaluation of its bid) 

Q Integrated Companies, LLC v. United States, No. 16-101 C (Apr. 28, 2016) (successful post-award protest; although Government's evaluation of protester's and awardee's Past Performance had rational basis, Government failed to conduct meaningful discussions with protester because Government failed to disclose that protester's Past Performance proposal, including the completed questionnaires it had submitted, contained material weaknesses or deficiencies)

Universal Protection Service, LP v. United States, No. 16-126 C (Apr. 26, 2016) (firm which purchased original bidder/protester (one subsidiary of a much larger firm) during pendency of second round of corrective actions undertaken by agency following original protest did not have standing to protest following the conclusion of that corrective action because it was not the complete successor-in-interest to the original protester since certain individuals and assets of the original protester's parent company, referenced in the original proposal and evaluated by the agency, were not included in the sale)

Braseth Trucking, LLC, and Corwin Co. v. United States, Nos. 15-837 C, -844 C (Apr. 25, 2016) (following remand, during which Contracting Officer explained basis for original decision, protester lacks standing because it has no substantial chance for award even if errors in procurement it originally alleged are corrected)

REO Solution, LLC v. United States, No. 16-296 C  (Apr. 21, 2016) (unsuccessful post-award protest; firm whose offered price was substantially higher than the awardee's and several others did not have standing because there was no substantial chance it would have received award even its protest grounds had been upheld)

GEO-Med, LLC v. United States, Nos. 16-182 C, -183 C (Apr. 20, 2016) (unsuccessful preaward protests; OCI allegations involving one bidder mooted when the agency awarded the contract to a different firm; agency was within its discretion not to seek a waiver of nonmanufacturer rule and set-aside the procurement for SDVOSBs;  solicitation did not constitute impermissible bundling and was not unduly restrictive of competition)

Sigmatech, Inc. v. United States, No. 16-174 (Apr. 16, 2016) (protester is permitted to take Contracting Officer's deposition concerning compilation of Administrative Record and potential inconsistencies in the documents produced because the Government had corrected the record after the protester had filed briefing materials based on the original record; Government required to reimburse plaintiff's attorneys' fees incurred preparing briefs based on original, uncorrected record)

Wallace Asset Management, LLC v. United States, No. 15-1527 C (Apr. 20, 2016) (protester lacks standing to protest four of five disputed awards because it was not next in line for award; agency's evaluation of past/present performance had rational basis; agency properly investigated OCI issues)

Lawson Environmental Services, LLC v. United States, No. 15-1550 C (Apr. 7, 2016) (since Key Personnel evaluation factor was traditional responsibility issue, procuring agency properly referred issue to SBA for CoC once small business had failed it)

Prescient, Inc. v. United States , No. 16-109 C (Apr. 6, 2016) (protester failed to establish prejudicial disparate treatment by the evaluators concerning its proposal versus those of other offerors; deficiencies identified by agency in protester's proposal were "material")

Starry Assocs. v. United States, No. 16-44 C (Apr. 5, 2016) (allows plaintiff limited discovery to supplement administrative record by taking four depositions because it had made credible allegations that agency's decision to cancel solicitation was tainted by bias)

Orion Construction Corp. v. United States, No. 15-1505 C (Apr. 1, 2016) (agency did not impliedly amend solicitation to incorporate new size standard issued between submission of Phase One and Phase Two proposals; agency's decision not to incorporate new size standard was not improper; SBA's size determination regarding protester's size had rational basis)

Remington Arms Co, LLC v. United States, No. 15-1425 C (Mar. 30, 2016) (successful protest; agency's responsibility determination re awardee lacked reasonable basis because outcome of awardee's pending bankruptcy case and its production capability were both in serious doubt)

Constellation West, Inc. and Serv1Tech, Inc.,  v. United States, Nos.15-876 C,  -923 C (Mar. 25, 2016) (unsuccessful post-award protests; Government did not apply unstated evaluation criteria to analysis of proposals; error in evaluating one area under wrong evaluation section did not prejudice protester; agency's refusal to evaluate price proposal that omitted material, required information had a rational basis)

Excelsior Ambulance Service, Inc. v. United States, No. 15-189 C (Mar. 23, 2016) (original awardee that waited to attempt to intervene in protest until judgment was entered in favor of protester was too late)

DynCorp International, LLC v. United States, No. 15-1397 C (Mar. 15, 2016) (unsuccessful preaward protest; contractor that had consistently failed to mark its cost data as proprietary and that did not object to Government's plan to post life cycle cost management reports as part of new solicitation and then waited five months after the solicitation was published to protest waived objection to such publication)

Algese 2 s.c.a.r.l. v. United States, No. 15-1279 C (Mar. 14, 2016) (successful post-award protest; firm that willfully failed to disclose in its offer the extensive history of public corruption and fraud by its parent and affiliates and falsely certified concerning those subjects had made material misrepresentations and was ineligible for award)

Phoenix Management, Inc. v. United States, No. 15-1403 C  (Mar. 11, 2016) (dismisses untimely protest against terms of solicitation; time to protest was not extended by Government's corrective action related to evaluation in original solicitation because the Government did not amend the solicitation as part of that corrective action)

Precision Asset Management Corp. v. United States, No. 15-1495 C (Mar. 8, 2016) (dismisses protest for lack of standing because protester would not have had substantial chance for award even if the errors it alleged in the procurement had been corrected)

Innovative Test Asset Solutions LLC v. United States, No. 15-1290 C (Mar. 7, 2016) (unsuccessful post-award protest of Government's alleged failure to consider protester's proposal fairly and honestly during reevaluation required as a result of protester's prior successful protest at GAO; although "the record provides enough evidence to raise skepticism about the government’s treatment of [the protester's] . . . [and] raises the possibility that the Air Force did not truly reevaluate the proposals, but instead made revisions only insofar as to provide further justification for its award to [the original awardee], and despite non-prejudicial errors in reevaluation, record as a whole shows agency conducted a satisfactory reevaluation)

CHE Consulting, Inc. v. United States, No. 15-1244 C (Mar. 2, 2016) (consolidating requirements for hardware and software maintenance services into a solicitation for a single contract did not constitute "bundling" because the resulting contract was not "likely [to] be unsuitable for award to a small business," especially where three small businesses submitted offers in response to the solicitation and award was made to a small business)

AvKARE, Inc. v. United States, No. 15-1015 C  (Feb. 25, 2016) (contractor's challenges to agency's responses to its requests for modification under existing contract dismissed for lack of CDA jurisdiction because contractor did not submit claims to Contracting Officer; protest against agency's refusal to further consider renewing contract is denied where agency reasonably concluded protester was not a manufacturer and then protester refused to provide additional information required by solicitation for all dealers and requested by agency), subsequently, court denied protester's motion to stay application of decision pending protester's appeal to CAFC

Lockheed Martin Corp. v. United States, No. 15-1536 C (Feb. 19, 2016) (on basis of limited record reviewed by court in deciding motion for preliminary injunction, motion is denied because Government's discussions with protester were "likely" meaningful and not misleading and evaluators apparently did not treat offerors unequally)

Johnson Controls Government Systems, LLC v. United States, No. 15-1440 C (Feb. 19, 2016) (agency properly rejected proposal as late after protester uploaded it in timely manner but then failed to follow instructions on fedconnect.net website for completing delivery of proposal to Government)

MacAulay-Brown, Inc., et al. v. United States, No. 15-1041 C (Feb. 18, 2016) (successful protest against agency's proposed corrective action (cancellation of task order) because it is based on alleged OCI issues that the agency had previously determined were not a problem and that the agency has not further investigated since that original determination)

Caddell Construction Co. v. United States, No, 15-914 C (Feb. 17, 2016) (remands case to agency to articulate its reasons for finding eventual awardee prequalified in first phase of procurement)

Federal Acquisition Services Team, LLC V. United States, No. 15-78 C  (Feb. 16, 2016) (successful preaward protest against improper rejection (as late) of proposal that met size limitations of solicitation and was timely sent to the correct email address)

Caddell Construction Co. v. United States, No. 15-645 C (Feb. 10, 2016) (successful post-award protest; limited injunction permits only original awardee, which had reduced its price after the Government erroneously informed it that its proposed price was higher than the IGE, another chance to revise offer after being given correct information concerning its original price) 

DynCorp International, LLC v. United States, No. 15-1397 C (Feb. 8, 2016) (allows supplementation of administrative record in preaward protest with expert report detailing alleged prejudice resulting from Government's disclosure of plaintiff's proprietary data to competitors)

Jacqueline R. Sims d/b/a JRS Staffing Services v. United States, No. 15-367 C (Feb. 3, 2016) (unsuccessful protest; agency's nonresponsibility determination and SBA's subsequent refusal to issue CoC were rationally based, inter alia, on the protester's failure to accept other contracts for which it had been the successful offeror and the failure of an affiliated company (operated by the same individual from the same home office as the protester) to perform another contract)

Nexagen Networks, Inc. v. United States, No. 15-664 C (Jan. 27, 2016) (combined contract breach and bid protest allegations; court lacks jurisdiction over CDA claim portion of case because plaintiff did not submit certified claim to Contracting Officer until after it commenced its action in court; under FASA, court lacks jurisdiction over plaintiff's complaint against agency's corrective action in cancelling its task order award; challenge to termination for default is moot where agency already has converted it to termination for convenience)

Dellew Corp. v. United States, No. 15-808 C (Jan. 20, 2016) (dismisses protest as moot after Government voluntarily agreed to undertake corrective action that specifically addressed grounds for original protest)

U.S. Security Assocs. v. United States, No. 15-1197 C  (Jan. 12, 2016) (protester lacks standing because its bid was contingent and, therefore, nonresponsive to the solicitation's requirement for a firm, fixed-price bid; also plaintiff failed to establish court has jurisdiction over protests challenging decisions by the Administrative Office of the United States)

Amidon, Inc. v. United States, No. 15-1405 C (Jan. 7, 2016) (unsuccessful post-award protest; awardee's technical proposal addressed solicitation requirements; rational basis for best-value decision to award to higher-rated, higher-priced proposal)

ITility v. United States, No. 15-237 C (Jan. 7, 2016) (no jurisdiction over action styled as preaward protest that challenges agency's performance evaluation (a matter of contract administration requiring a prior CDA claim) and its possible use in upcoming evaluations  (a matter that is not yet ripe for resolution) 

 

2015

FFL Pro LLC v. United States, No. 15-1171 C (Dec. 18, 2015) (remands case to agency to provide explanation, missing from record, for past performance evaluation of awardee's proposal)

Octo Consulting Group, Inc. v. United States, No. 15-1033 C (Dec. 17, 2015) (protester lacks standing because its quoted price was substantially higher than those of competitors selected for multiple-award blanket purchase agreements; moreover, solicitation did not mandate a specific number of awards, so, even if protester's allegation (that three of the awardees were noncompliant) were true, agency would not have been required to replace those awards with one to protester)

Summit Multi-Family Housing Corp. v. United States, No. 13-80 C (Dec. 17, 2015) (awardee whose contract was canceled as a result of corrective action by the Government lacks standing to challenge the original procurement process that led to its award since it was injured by the corrective action, not by the original procurement)

Excelsior Ambulance Service, Inc. v. United States, No. 15-189 C (Dec. 15, 2015) (successful post-award protest; successful offeror failed to provide business license required of offerors by solicitation; successful offeror's original (protested) offer did not comply with requirement that at least 50% of work be performed by SDVOSBs and offeror was permitted to substantially revise its offer to make it compliant in response to what was supposed to be only a clarification request during corrective action based on original protest)

Braseth Trucking LLC and Corwin Co.  v. United States, Nos. 15-857 C, 15-844 C (Dec. 14, 2015) (dismisses higher priced of two protesters for lack of standing; remands remaining protest back to agency to attempt to provide explanation completely lacking in current record of rationale for choosing awardee over protester)

FP-FAA Seattle, LLC v. United States, No. 15-949 (Nov. 30, 2015) (rejects protester's contention that awardee improperly conditioned its proposal on an offer of an approximate amount of space)

KWR Construction, Inc. v. United States, No. 15-156 C (Nov. 25, 2015) (agency's rejection of small business's price proposal as unrealistically low in fourth reevaluation after prior protests contravenes terms of the solicitation, lacks a reasonable basis in the record, and amounts to a de facto nonresponsibility determination which should have been referred to SBA)

Springfield Parcel C, LLC v. United States, No. 15-1069 C (Nov. 25, 2015) (successful post-award protest; GSA improperly accepted proposal that contravened material term of solicitation regarding maximum leased space; awarded lease violates 40 U.S.C. 3307 and is void ab initio because, in seeking required Congressional approval, agency did not accurately describe size of leased space)

Raymond Express International, LLC v. United States, No. 15-1088 C (Nov. 18, 2015) (unsuccessful post-award protest; various erroneous references in one awardee's proposal to its corporate name did not create uncertainty as to identity of party to be bound by contract because only one CAGE code and DUNS number were used; nothing objectionable in agency's consideration of business references of awardee's affiliated companies in Past Performance evaluation; weighted price realism analysis suggested by protester would have been contrary to terms of solicitation)

U.S. Security Associates, Inc. v. United States, No. 15-1197 (Nov. 13, 2015) (unsuccessful post-award protest; heavily redacted decision finds no fault with agency's technical or price evaluation)

FCN, Inc. v. United States, No. 15-833 C (Nov. 6, 2015) (unsuccessful preaward protest; agency's decision to leave protester out of competitive range had rational basis, despite its lower price)

National Telecommuting Institute, Inc. v. United States, No. 15-293 C (Oct. 28, 2015) (laches bars protest where protester did not file suit until six months after the official notice of award and nearly ten months after it had exhausted its agency appeals; protest also fails on merits because agency's source selection decision had rational basis)

Advanced Government Solutions, Inc. v. United States, No. 14-855 C (Oct. 19, 2015) (denies request for EAJA attorneys' fees by protester because Government undertook took voluntary corrective action before court issued decision on merits of preaward bid protest)

Crowley Technical Management, Inc. v. United States, No. 14-1028 C (Oct. 8, 2015) (unsuccessful post-award protest; protester's arguments against agency's analysis of tolerance adjustment issue in cost realism evaluation are speculative; protester's arguments against adjustments made as a result of cost realism evaluation do not establish prejudice)

Caddell Construction Co. v. United States, No. 15-645 C (Oct. 2, 2015) (unsuccessful post-award protest; State Department's interpretation of the total business volume and similar work requirements of Omnibus Diplomatic Security and Antiterrorism Act of 1986 in evaluating proposals was reasonable)

CMS Contract Management Services, et al. v. United States, Nos. 12-852 C, et al.  (Sep. 29, 2015) (awards bid preparation and proposal costs to set of prevailing plaintiffs in bid protest where the plaintiffs were not awarded contracts despite their successful protests)

Square One Armoring Service, Inc. v. United States, No. (Sep. 28, 2015) (unsuccessful protest; protester's challenge to original evaluation is moot because agency already announced its decision to undertake corrective action in response to protester's original protest at GAO; protester lacks standing to challenge agency's proposed corrective action (issuing revised solicitation) because protester will be eligible to compete; and any protest of the supposed terms of the revised solicitation is premature until those revisions are issued)

EMTA Insaat, A.S. v. United States, No. 15-982 C (Sep. 25, 2015) (unsuccessful post-award protest; solicitation did not mandate the method the Government must use to perform price realism analysis and evidence suggests Government did perform such analysis even though it did not use the term "realism")

TENICA & Assocs., LLC v. United States, No. 15-785 C  (Sep. 17, 2015) (unsuccessful protest; no jurisdiction to consider disappointed bidder's challenge to agency's decision to allow original awardee to proceed with performance temporarily during reevaluation process undertaken by agency in response to prior GAO protest plus plaintiff, lacking the capacity to perform these services during the reevaluation period lacks standing to protest)

Schott Government Services, LLC v. United States, Nos. 15-616 C, et al. (Sep. 17, 2015) (contention that awardee lacked facilities security clearance is irrelevant because solicitation did not require one; contract modification requiring compensation from awardee for delivery of nonconforming supplies not subject to bid protest as violation of CICA)

Per Aarsleff A/S v. United States, No. 15-873 C (Sep. 16, 2015) (unsuccessful post-award protest; it is premature to protest agency's decision to award bridge contract as part of corrective action in response to prior successful protest where bridge contract could be, but has not yet been extended sufficiently to replace need to award contract arising out of current solicitation)

Savantage Financial Services, Inc. v. United States, No. 14-307 C (Sep. 3, 2015) (unsuccessful protest against DHS' decision to acquire financial management services by use of a federal shared service provider without permitting plaintiff (or others) to compete)

Advanced Concepts Enterprises, Inc. v. United States, No. 15-75 C (Sep. 2, 2015) (agency conducted acceptable price realism analysis, even though it said it had not; even though Government failed to perform a proper analysis for unbalanced pricing, protester failed to establish prejudice from that error)

The ClayGroup, LLC v. United States, No. 15-411 C (Aug. 31, 2015) (firm whose quote for FSSI BPA was too high to have substantial chance for award lacked standing to protest the agency's decision, long after award, to convert the BPAs to exclusive and mandatory arrangements)

CYIOS Corp. v. United States, No. 15-148 C (Aug. 21, 2015) (unsuccessful post-award protest; protester was not prejudiced by errors in evaluation because its proposal was still inferior, even after correcting for those errors), protester's motion for reconsideration denied

ACC Construction Co. v. United States, No. 15-498 C (Aug. 21, 2015) (unsuccessful preaward protest; agency reasonably concluded protester's proposal did not merit its advancing to Phase II of the competition)

Sigmatech, Inc. v. United States, No. 15-307  (Aug. 18, 2015) (dismisses protest as moot based on Government's decision to take corrective action)

Transatlantic Lines, LLC v. United States, No. 15-689 C (Aug. 10, 2015) (agency reasonably evaluated schedules in awardee's technical proposal as compliant with solicitation's requirements)

ViON Corp. v. United States, No. 15-354 C (Aug. 10, 2015) (unsuccessful post-award protest; agency properly evaluated awardee's proposed technical solution and its proposed price and conducted a reasonable price realism analysis; awardee's proposal did not take exception to any material requirements of RFP; protester failed to provide any substantial evidence of OCI involving awardee)

American Safety Council, Inc. v. United States, No. 14-1175 C (Aug. 10, 2015) (solicitation's technical data rights clauses are unduly restrictive because they do not reflect the agency's actual needs; agency should make OCI determination)

Guam Industrial Services, Inc. v. United States, No.  15-588 C (Aug. 3, 2015) (under FASA, court has no jurisdiction over protest of cancellation of solicitation for task order under an IDIQ contract)

Precise Systems, Inc. v. United States, No. 14-1174 C (July 28, 2015) (OHA decision, which concluded that (for purposes of determining whether firm met SDVOSB requirements that SDV own majority of each class of voting stock) this situation involved two different classes of stock, had rational basis, even though protester's contrary interpretation also would have been judged reasonable had the OHA adopted it)

A-T Solutions, Inc. v. United States, No.  15-119 C (July 14, 2015) (unsuccessful post-award protest; staffing costs proposed by awardee were not objectionable simply because they were lower than Government's estimate; Government's evaluations of cost realism and transition plans had rational bases)

Guardian Moving and Storage Co. v. United States, No. 15-30 C (July 10, 2015) (unsuccessful protest of agency's corrective action in response to prior protest and of its subsequent decision to affirm its original award), affirmed on appeal

WIT Assocs., Inc. v. United States, No. 15-254 C (June 30, 2015) (unsuccessful post-award protest; award to higher priced offeror after lowest price offeror refused to revive its original bid after expiration)

WHR Group, Inc. v. United States, No. 13-515 C (June 29, 2015) (grants application under EAJA for attorneys' fees to prevailing party in bid protest)

Bannum, Inc. v. United States, No. 15-440 C (June 15, 2015) (agency's transfer of inmates formerly accommodated under protester's bridge contract to facilities operating under contracts distinct from protested contract did not constitute de facto override of automatic stay accompanying protester's GAO protest)

Pernix Group, Inc. v. United States, No. 15-420 C (June 10, 2015) (dismisses protest as unripe because the agency had not yet announced whether it would implement a GAO recommendation from a prior protest that would be adverse to plaintiffs' positions)

Per Aarsleff A/S v. United States, Nos. 15-215 C et al. (June 5, 2015) (successful post-award protests; agency awarded to subsidiary of foreign company, which violated solicitation's eligibility requirement that contractor be Danish or Greenlandic company)

Raytheon Co. v. United States, No. 15-77 C (June 2, 2015) (where agency had not evaluated proposal in accordance with solicitation's requirements and had conducted unequal and misleading discussions with offerors concerning IR&D cost reductions,  agency's decision to undertake corrective action in response to GAO attorney's statements concerning problems with solicitation process during outcome prediction conference had a rational basis)

Rotech Healthcare, Inc. v. United States, No. 14-1129 C (June 1, 2015) (unsuccessful post-award protest; agency's evaluation of awardee's transition plan and its past performance, as well as its price realism, had rational bases and were in accordance with the solicitation's requirements)

NVE, Inc. v. United States, No. 15-111 C (May 27, 2015) (unsuccessful post-award protest; protester's challenges to agency's corrective action decisions after submitting a proposal for reevaluation are waived--offeror cannot fully participate in a second round of proposal submissions and then later challenge the agency’s corrective action decision)

Unique Builders Construction Co. v. United States, No. 14-723 C (May 11, 2015) (Government had rational basis for determination that, based on analysis of bidder's integrity and ethics, it was ineligible for award)

Visual Connections, LLC v. United States, No. 15-158 C (May 7, 2015) (protester waived its right to challenge patent ambiguity in solicitation terms by failing to protest until after award)

Charles F. Day & Assocs., LLC v. United States, No. 15-289 C (Apr. 24, 2015) (agency's decision to award competitive bridge contract during pending GAO protest renders protester's challenge to agency's previous override decision moot)

Coast Professional, Inc., et al. v. United States, Nos. 15-207 C, et al. (Apr. 22, 2015) (Government's decision not to extend task order based on contractual provisions for evaluating performance is matter of contract administration and does not provide court with bid protest jurisdiction)

Caddell Construction Co. v. United States, Nos. 15-135 C, -136 C (Apr. 14, 2015) (absent contract award, court lacks jurisdiction over protest that Government violated CICA's automatic stay provisions by continuing evaluation process during pendency of timely GAO protest)

Anthem Builders, Inc. v. United States, No.14-1231 C (Apr. 6, 2015) (upholds agency decision that offeror's bond did not satisfy requirements of FAR Part 28)

Precise Systems, Inc. v. United States, No. 14-1174 C (Apr. 6, 2015) (in determining that SDV did not own 51% of each class of voting stock, SBA's OHA did not explain its conclusion that two types of stock were "sufficiently dissimilar" to constitute separate classes)

RLB Contracting, Inc. v. United States, No. 14-651 C (Apr. 1, 2015) (denies protester's motion for injunction pending appeal to CAFC because there is no current protest before the court and the agency complied with the court's prior order to reconsider its determination of the correct size standard applicable to procurement)

The Electronic On-Ramp, Inc. v. United States, No. 14-1038 C (Mar. 30, 2015) (unsuccessful post-award protest; agency had rational basis for downgrading proposal that failed to comply with what agency considered to be material requirements of solicitation)

Monteray Consultants, Inc. v. United States, No. 14-1164 C (Mar. 26, 2015) (unsuccessful post-award protest; upholds rescission of task order to incumbent contractor as corrective action after Contracting Officer identified OCI absent effective risk mitigation plan)

Hyperion, Inc. v. United States, No. 14-870 C (Mar. 18, 2015) (court has jurisdiction over post-award protest of agency's decision to take corrective action by canceling solicitation and substituting sole-source award directed by foreign government; International Agreement exception to CICA applies and precludes protester's recovery of bid and proposal costs)

Raymond Express International, LLC v. United States, No. 14-1179 C (March 3, 2015) (unsuccessful preaward protest; nothing improper with solicitation's treatment of transportation costs; market research underlying form of solicitation was adequate; price evaluation scheme had rational basis)

Northeast Construction, Inc. v. United States, No. 14-1076 C (Feb. 27, 2015) (protest of solicitation amendment filed after date amendment set for submission of revised proposals is untimely; absent contract document signed by the Government, which the solicitation required, no contract existed even though Government had determined that plaintiff's proposal was the only technically acceptable proposal received and had informed it was the winner)

Red River Computer Co. v. United States, No. 14-1092 C (Feb. 27, 2015) (where there were many proposals that were more highly rated than plaintiff's, agency's errors in evaluating plaintiff's Past Performance proposal were not shown to be prejudicial and agency's decision to exclude plaintiff from competitive range, despite its low price, had rational basis)

Equa Solutions, Inc. v. United States, No. 14-1214 C (Feb. 23, 2015) (unsuccessful post-award protest; solicitation amendment issued after initial proposals were submitted did not require agency to conduct discussions with protester concerning deficiencies in its proposal; agency properly concluded protester's price proposal was unrealistically low because it did not include elements discussed in protester's technical proposal)

QBE, LLC v. United States, No. 14-1053 C (Feb. 18, 2015) (unsuccessful preaward protest; agency properly excluded firm from competitive range because technical proposal had numerous, material deficiencies)

Draken International, Inc. v. United States, No. 14-1005 C (Feb. 13, 2015) (no basis for contention that delays in solicitation process converted what were initially unobjectionable solicitation terms into undue restrictions on competition; argument that protester has been treated differently from other offerors is unripe because award has not yet been made; court does not review decision on underlying agency-level protest, but only agency's procurement actions)

Framaco International, Inc. v. United States, No. 14-713 C (Feb. 11, 2015) (agency's had a rational basis for declining to prequalify protester to participate in competition)

Universal Marine Co., K.S.C. v. United States, No. 14-1115 C (Feb. 10, 2015) (fourth-highest rated offeror who failed to protest ratings on any but winning offeror and who filed only one challenge to overall solicitation, which was untimely, lacks standing)

Adams and Assocs. v. United States, No. 14-1168 C (Feb. 10, 2015) (unsuccessful challenge by incumbent to agency's decision to conduct procurement for operation of Job Corps center as small business set-aside)

Brocade Communications Systems, Inc. v. United States, No. 14-663 C (Jan. 21, 2015) (dismisses (as unripe and speculative) suit alleging agency would not act in good faith in conducting market research as corrective action to determine whether it was correct to limit original solicitation to one manufacturer) 

2014

Akima Intra-Data, LLC v. United States, No. 14-378 C (Dec. 23, 2014) (unsuccessful post-award protest; in finding awardee qualified for AbilityOne contract, agency properly calculated statutory ratio of direct labor using all work performed by awardee rather than only type of services contemplated by contract, as urged by protester; agency properly analyzed all four factors for determining that contract was suitable for adding to AbilityOne procurement list), motion for injunction pending appeal denied

Bannum, Inc. v. United States, No. (Dec. 5, 2014) (unsuccessful post-award protest; agency did not abuse its discretion in accepting awardee's proposal despite issues raised by protester related to awardee's compliance with zoning requirements and alleged misrepresentations related to same)

FirstLine Transportation Security, Inc. v. United States, No. 14-301 C (Nov. 25, 2014) (unsuccessful post-award protest; on remand, agency satisfied court's questions regarding justifications for various aspects of the evaluation, in which incumbent/protester and awardee were rated technically equal, and awardee won on basis of lower price)

IBM Corp. v. United States, No. 14-864 C (Nov, 25, 2014) (unsuccessful post-award protest; in solicitation governed by FAR Part 8, agency did not improperly relax solicitation requirements for awardee or engage in discussions with awardee that would have required the agency to conduct additional discussions with the protester; agency properly investigated potential OCI; agency properly evaluated awardee's transition plan, which was not defective merely because it mentioned that the awardee "might" attempt to subcontract with the protester (the incumbent))

IBM Corp. v. United States, No. 14-864 C (Nov. 25, 2014) (denies motion for preliminary injunction and motion to supplement administrative record with depositions concerning (i) possible post-award communications between Government and awardee regarding awardee's proposal and (ii) Government's investigation of possible OCI)

Savantage Financial Services, Inc. v. United States, No. 14-307 C (Nov. 11, 2014) (Government's decision to take corrective action moots protest)

Lynxnet, LLC v. United States, No. (Nov. 18, 2014) (unsuccessful post-award protest; record did not clearly establish that awardee would violate Limitations on Subcontracting (LOS) requirement; not material error for Contracting Officer to recalculate awardee's proposed price by deleting one element from its proposal that was not supposed to have been included, rather than bringing the matter to the awardee's attention; fact that administrative record does not include any discussion of LOS issue does not prove it was not considered)

VFA, Inc. v. United States, No. 14-173 C (Oct. 29, 2014) (dismisses protest for lack of jurisdiction because Government's decision to standardize operations by using software it already owned was not a procurement)

InfoReliance Corp. v. United States, No. 14-780 C (Oct. 28, 2014) (sufficient evidence of possible bad faith or bias by procurement official to support motion for additional discovery to supplement administrative record)

Bahrain Maritime & Mercantile International BSC (C) v. United States, No. 14-720 C (Oct. 21, 2014) (unsuccessful post-award protest; no basis to overcome the presumption of regularity accorded agency's actions or to conclude its various corrections, re-analyses, and re-evaluations after prior protests were pretext to award contract to original awardee. )

AmBuild Co., LLC v. United States, No. 14-786 C (Oct. 16, 2014) (successful post-award protest; VA failed to provide advance notice to affected firm of grounds on which it based firm's disqualification as SDVOSB; none of provisions of Operating Agreement impermissibly qualified SDV's ownership and control of firm)

RLB Contracting, Inc. v. United States, No. 14-651 C (Oct. 3,2014) (successful preaward protest against NAICS code 237990 (Other Heavy and Civil Engineering Construction) size standard selected by Contracting Officer and upheld by OHA because neither made the required quantitative analysis of which component of the work comprised the greatest percentage of the total contract value)

Global Military Marketing, Inc. v. United States, No. (Sep. 29, 2014) (unsuccessful preaward protest; bad weather at plaintiff's location does not excuse failure to deliver timely proposal when there was no interruption of "normal government processes" at the location designated to receive proposals)

Hyperion, Inc. v. United States, No. (Sep. 29, 2014) (EAJA recovery; agency's original failure to evaluate proposals regarding issue involved in protest meant its litigation position was not substantially justified; costs claimed at attorney rates for work that normally is performed by paralegals are recoverable only at the paralegal hourly rate)

Trident Technologies, LLC v. United States, No. 14-531 C (Sep. 22, 2014) (court lacks jurisdiction over protest of task order award less than $10,000,000, and post-award protest against procedures agency chose for solicitation is untimely)

Rotech Healthcare Inc. v. United States, No. 14-502 C (Sep. 19, 2014) (successful preaward protest; nonmanufacturer rule applies to solicitation that is only partially for supplies regardless of fact that solicitation is categorized under NAICS code for service contracts)

Kvichak Marine Industries, Inc. v. United States, No. 14-280 C (Sep. 15, 2014) (part of protester's challenge to technical evaluation was untimely challenge to ambiguous solicitation terms; other parts essentially asked court to make its own evaluation)

Bannum, Inc. v. United States, No. 14-429 C (Sep. 10, 2014) (protester failed to show disparate treatment by agency's evaluators; its own proposal failed to provide evidence of required zoning; and competitor provided all required information regarding Past Performance, even though it provided some information in different proposal volume than required volume)

ARKRAY USA, Inc. v. United States, No. 14-233 C (Sep. 9, 2014) (awardee of BPA was not an eligible FSS contractor; not sufficient that its affiliate was)

Bailey Tool & Manufacturing Co. v. United States, No. 14-216 C (Aug. 28, 2014) (unsuccessful preaward protest; Contracting Officer not required to consider additional information submitted by protester after initial nonresponsibility determination)

Coastal Environmental Group, Inc. v. United States, No. 13-71 (Aug. 25, 2014) (agency was not required to explain why it decided to conduct a new procurement instead of requesting bidders on original procurement to extend expired bids after it terminated original, protested contract for convenience)

Coastal Environmental Group, Inc. v. United States, No. 13-71 C (Aug. 25, 2014) (sanctions (attorneys' fees) imposed because government officials acted in bad faith when they prepared a Determination and Findings document, and subsequently included that document in
the supplemental administrative record, with the knowledge that the document was backdated, contained inaccurate information, and  would be used in court proceedings)

CGI Federal Inc. v. United States, No. 14-355 C (Aug. 22, 2014) (unusual payment terms included in FSS solicitation did not violate regulations or unduly restrict competition)

Sotera Defense Solutions, Inc. v. United States, No. 14-255 C (Aug. 13, 2014) (nothing objectionable in agency's decision to reevaluate proposals in response to earlier GAO protest or in reevaluation, itself)

Octo Consulting Group, Inc. v. United States, No. 14-234 C (Aug. 13, 2014) (protester who concedes its evaluated score would not put it in line for award cannot show prejudice)

Applied Business Management Solutions, Inc. v. United States, No. (Aug. 13, 2014) (successful protest against corrective action; agency failed to justify how alleged budget reductions required it to terminate competitively awarded contract and move to more expensive sole-source 8(a) contract)

Cedge Software Consultants, LLC v. United States, No. 14-394 C (Aug. 11, 2014) (agency properly assigned technical deficiency to protester's technical proposal and removed it from competitive range; no defects in agency's conduct of discussions with protester)

Kellogg Brown & Root Services, Inc. v. United States, No. 13-236 C (Aug. 6, 2014) (dismisses case framed as preaward bid protest because it actually involves matters of contract administration in contract close-out)

Lawrence Battelle, Inc., et al. v. United States, No. 12-320 C (Aug. 5, 2014) (dismisses claims sounding in tort and for racial discrimination for lack of jurisdiction; firm not in the competitive range was not entitled to discussions; rational basis for technical evaluation; other protest grounds untimely or waived)

CliniComp International, Inc. v. United States, No. 14-188 C (Aug. 1, 2014) (VA treated proposals unequally by rating the protester's proposal technically unacceptable for failing to commit to a solicitation requirement, while rating the awardee's proposal acceptable even though it, too, contained no commitment to comply with that requirement)

American Auto Logistics, LP v. United States, No. 14-102 C (July 31, 2014) (unsuccessful post-award protest; sufficient information in proposal about affiliate's participation in project for agency to credit awardee with past performance of affiliate; solicitation did not limit undefined term "major subcontractor" to one that would be performing a large dollar amount of work; rational basis for performance/price tradeoff analysis; proposed subcontractors were not debarred or suspended at time of award decision)

Jay Hymas d/b/a Dosmen Farms, v. United States, No.  (July 25, 2014) (Fish and Wildlife Service's practice of awarding cooperative farming agreements to private individuals, who raise commercial crops on public lands in wildlife refuges under a "priority" system that essentially limits awards to incumbents without competition, violates CICA, among other statutes and regulations), subsequently reversed by CAFC

BCPeabody Construction Services, Inc. v. United States, No. 13-378 C (July 23, 2014) (allowability of various types of costs claimed by successful protester under EAJA; no entitlement to enhanced hourly rate for attorneys; bonding costs; paralegal expenses; travel, copying, and FedEx expenses)

Science and Management Resources, Inc. v. United States, No. 14-346 C (July 21, 2014) (denies Government's motion to dismiss for lack of standing because standing is determined based on allegations in complaint, not from a decision on merits; technical, past performance, and cost/price evaluations all had rational bases)

Orbis Sibro, Inc. v. United States, No. 14-589 C (July 18, 2014) (under FASA, court has no jurisdiction over protest of evaluation in competition for task order contract under multiple order ID/IQ contract)

RUSH Construction, Inc. v. United States, No. 14-202 C (July 15, 2014) (successful post-award protest against agency's proposed corrective action in response to GAO decision that court finds lacked a rational basis)

SEK Solutions, LLC v. United States, No. 14-243 C (July 11, 2014) (upholds DLA's decision to create an "Emall" of tent systems through the use of an unrestricted procurement for ID/IQ contracts, followed by competitions limited to ID/IQ holders for individual orders, denying plaintiff's challenges that the procurement violated various CICA and FAR requirements and that the Contracting Officer failed to conduct a proper Rule of Two analysis in failing to set the procurement aside for small businesses)

ARKRAY USA, Inc. v. United States, No. 14-233 C (June 26, 2014) (court stays case and remands to Contracting Officer to determine whether BPA awardee met solicitation requirement to have an existing FSS contract for all offered items)

Laboratory Corporation of America Holdings v. United States, No. 14-261 C (June 23, 2014) (VA deviated from the RFQ terms, neutralized  protester's technical advantage, eliminated the need for a best value trade-off analysis, conducted an "apples to oranges" price comparison, and failed to recognize awardee's significant miscalculations)

Cherokee Nation Technologies LLC v. United States, No. 14-371 C (June 23, 2014) (agency lacked rational basis for awarding sole source bridge contract)

Business Integra, Inc. v. United States, No. 14-210 C (June 4, 2014) (where solicitation covered by FAR Part 15 provided that failure to provide all required pricing information would render proposal ineligible for award, protester's omission of three required labor rates in its proposal was a material defect (even though those three categories represented only .0041% of the total value of its proposal) and not one the agency was required to permit the protester to correct through  clarifications or to waive)

Laboratory Corp. of America Holdings v. United States, No. 14-261 C (June 2, 2014) (allows supplementation of record with declaration by price analysis expert, but rejects declaration by individual concerning untimely protest of solicitation's terms)

Communication Construction Services, Inc. v. United States,  No. 10-878 C (May 30, 2014) (protester's expert crossed line between technical analysis to assist court in complex technical issues and substituting his judgment for that of Government's evaluators)

FirstLine Transportation Security, Inc. v. United States, No. 14-301 (May 29, 2014) (denies government motion to strike probative expert declaration by cost and price analyst)

AM General, LLC, v. United States, No. 14-018 C (May 22, 2014) (agency's errors in crediting past performance of awardee's non-major subcontractors and in one subfactor in technical evaluation did not prejudice protester)

Lukos VATC JV LLC v. United States, No. 14-122 C (May 12, 2014) (unsuccessful protest; court has jurisdiction but 8(a) mentor-protégé relationship was not approved until two days after solicitation closed, meaning JV bidders were deemed to be affiliates for purposes of determining size eligibility for 8(a) set-aside)

Insight Systems Corp. and CenterScope Technologies, Inc. v. United States, Nos. 12-863 C, 12-883 C (May 12, 2014) (denies EAJA claim for attorney fees following successful bid protest because Government's position, on case raising new issues and relying on prior decisions the court ultimately decided were wrong, was substantially justified; denies protester's claim for bid preparation costs because it failed to prove it could not bid on reprocurement and, thus, failed to prove it could not have employed the fruits of its prior expenditures on the new procurement)

Hughes Group, LLC v. United States, No. 14-155 C (Apr. 14, 2014) (unsuccessful post-award protest; incumbent lacks standing to protest unequal discussions because its low evaluation rating meant it had no substantial chance of receiving award)

Hyperion, Inc.  v. United States, No. 13-1012 C (Apr. 17, 2014) (successful post-award protest; awardees proposals on small business set-aside did not establish that they would comply with requirement in FAR 52.219-14 (Limitations on Subcontracting) that at least 50% of the cost of contract performance incurred for personnel would be expended by their employees)

WHR Group, Inc., et al. v. United States, No. 13-515 C (Apr. 8, 2014) (agency's corrective action in response to earlier GAO protest, i.e., canceling and resoliciting requirements for relocation services was unreasonable because, inter alia, (i) the original protest had been against only one of the four awards; (ii) the Contracting Officer's conclusory musings in his notes to file concerning the advisability of removing a solicitation requirement for 100% financial capability as part of the corrective action do not amount to agency findings on the administrative record that would justify the step; and (iii) the proposed corrective action was more drastic than would have been required to address any alleged flaws in the evaluation or the terms of the solicitation, itself)

Jordan Pond Co., LLC v. United States, No. 13-913 C (Apr. 8, 2014) (unsuccessful protest; agency's technical evaluation was not flawed in any significant way that prejudiced protester; draft contract's failure to incorporate certain features from awardee's proposal that evaluators had found desirable was not objectionable)

Ocean Ships, Inc. v. United States, No. 13-964 C (Apr. 7, 2014) (unsuccessful post-award protest; protester did not show how it was prejudiced by agency's failure to amend solicitation to take into account 4% wage rate escalation that occurred after submission of offers and that none of the offerors had taken into account in their proposals; rational bases for technical, past performance, and best value  evaluations)

FCN, Inc. v. United States, No. 13-616 C (Apr. 4, 2014) (successful post-award protest; Government did not properly investigate, conduct price realism analysis of, or follow FAR Part 45 procedures with regard to the awardee's proposal, in which it asserted it would utilize government-furnished property to perform significant parts of contract work)

DM Petroleum Operations Co. v. United States, No. 14-80 C (Mar. 27, 2014) (unsuccessful post-award protest; agency exercised reasonable judgment in its evaluations of protester's and awardee's proposals)

CMI Management, Inc. v. United States, No. 13-982 C (Mar. 20, 2014) (unsuccessful preaward protest of exclusion from competitive range; rational bases for agency's evaluations of various areas of protester's proposal; no unequal treatment of offerors during evaluation)

Manus Medical, LLC v. United States, No. 14-26 C (Mar. 19, 2014) (successful post-award protest; agency's corrective action in response to prior protest (i.e., agency's submission of proposal that had omitted information required for a past performance evaluation to SBA for CoC review) was improper because the issue was a matter of responsiveness rather than responsibility)

Management and Training Corp. v. United States, No. 12-683 (Mar. 14, 2014) (denies protest of DOL's decision to set aside contract for operation of Job Corps Center for small businesses)

Bannum, Inc. v. United States, No. 14-140 C (Mar. 11, 2014) (firm whose offer did not comply with mandatory solicitation requirement and was, therefore, nonresponsive, lacks standing to protest; Blue & Gold Fleet does not require a preaward protest to GAO or court: letter addressed to Contracting Officer and explicitly objecting to solicitation terms was sufficient to preserve right to later protest in court, even if it did not conform to all regulatory requirements for agency-level protest)

Optimization Consulting, Inc. v. United States, No. 13-103 C (Feb. 28, 2014) (protester waived objections to pricing model to be used in evaluation by failing to protest prior to deadline for submission of proposals; Past Performance rating, which downgraded rating given by Contracting Officer, due, in part, to personal knowledge of situation by one of the evaluators, is not objectionable)

B&B Medical Services, Inc. v. United States, No. 10-448 C (Feb. 10, 2014) (dismisses protest as moot because revised regulation will result in protester being considered an eligible small business despite its differences with the Government over the application of the non-manufacturer rule)

Innovative Management Concepts, Inc. v. United States, No. 14-100 C (Feb. 6, 2014) (dismisses protest framed as an appeal of a prior GAO protest decision)

Sentrillion Corp. v. United States, No. 13-636 C (Jan. 23, 2014) (unsuccessful post-award protest; agency properly evaluated proposals under solicitation's requirements for partnership agreements and business licenses)

SRA International, Inc. v. United States, No. 13-969 C (Jan. 14, 2014) (FASA limitations on task order protests do not deprive court of jurisdiction over claim that agency's use of FAR 9.503 to waive OCI was ineffective); vacated by Court of Appeals for the Federal Circuit, dismissed by Court of Federal Claims

Coastal Environmental Group, Inc. v. United States, No. 13-71 C (Jan. 6, 2014) (agency's decision to cancel contract renders original protest moot; however, court permits protester to supplement original complaint to challenge agency's decision to cancel original procurement)

2013

Eco Tour Adventures, Inc. v. United States, No. 13-532 C (Dec. 12, 2013) (successful protester against Government's erroneous determination that financial information omitted from competitors' bids was immaterial and that they were responsive is limited to recovery of bid preparation costs because statute does not authorize injunctions on competitions for concession contract)

NEIE, Inc. v. United States, No. 13-164 C (Dec. 6, 2013) (Contracting Officer's determination that otherwise successful offeror on SDVOSB set aside was non-responsible solely because its service-disabled owner had died after submission of its offer lacked rational basis)

Colonial Press International, Inc. v. United States, No. 13-403 C (Dec. 3, 2013) (GPO is not subject to SBA COC requirements; Contracting Officer had reasonable basis for determining low bidder nonresponsible)

Lyon Shipyard, Inc. v. United States, No. 13-508 C (Nov. 27, 2013) (Government engaged in meaningful discussions with offeror by advising it that its price was higher than Government estimate and, later, providing it an opportunity to revise its proposal, including its price, which it failed to do)

AquaTerra Contracting, Inc. v. United States, No. 13-587 C (Nov. 22, 2013) (protester lacks standing to protest award to another contractor because protester's proposed price is more than 25% higher than Corps of Engineers' IGE, making it ineligible for award under 33 U.S.C. 624(a)(2))

KWV, Inc. v. United States, No. 12-882 C  (Nov. 19, 2013) (denies EAJA application because Government's (losing) litigation position was substantially justified, "albeit barely")

Amazon Web Services, Inc. v. United States, No. 13-506 C (Nov. 8, 2013) (successful protest; GAO decision sustaining original protest lacked rational basis and its suggested corrective action was overbroad)

Dyncorp International LLC and Kellogg, Brown & Root Services, Inc. v. United States, No. 13-689 C (Nov. 5, 2013) ("best interests" override of CICA stay during bid protest was neither arbitrary nor capricious)

Miles Construction, LLC v. United States, No. 12-597 C (Oct. 31, 2013) (contractor entitled to attorneys' fees under EAJA because agency's position in underlying bid protest was not substantially justified)

Brookfield Relocation Inc. v. United States, No. 13-592 C (Oct. 4, 2013) (no jurisdiction over protest essentially asking the Government be required to take the corrective action it already has decided to take, action that is being challenged by other firms in related protests)

Mori Assocs., Inc. v. United States, No. 13-671 C (Oct. 1, 2013) (under 41 U.S.C. 4106(f)(1), no jurisdiction over protest by incumbent against agency's decision to procure follow-on services through use of multiple-award task order contract)

Jacqueline R. Sims, aka JRS Staffing Services v. United States, No. 13-494 C (Sep. 30, 2013) (solicitation's requirement that contractor perform certain start-up tasks related to recruitment and background checks of contract personnel before task order is issued is not objectionable)

BCPeabody Construction Services, Inc. v. United States, No. 13-378 C (Sep. 25, 2013) (successful protest; in a negotiated procurement, where the protester mistakenly submitted two, identical experience sheets for its major subcontractor, the Government should have sought clarification, rather than rating the proposal as unacceptable, especially because the winning offeror's proposal of the same subcontractor clearly showed it had the requisite experience that would have been shown on the protester's missing experience sheet)

Supreme Foodservice, GmbH v. United States, No. 13-245 C (Sep 18, 2013) (unsuccessful post-award protest involving multiple aspects of evaluation, language of J&A supporting bridge contract, and responsibility determination)

Archura LLC v. United States, No. 13-290 C (Sep. 17, 2013) (even though Government erred in rejecting proposal for missing brand and model information while accepting other offers with similar deficiencies, protester was not prejudiced because its price was so high that it did not have a substantial chance of award)

ST Net, Inc. v. United States, No. 13-223 C (Aug. 13, 2013) (unsuccessful post-award protest; agency decision to reject offer in negotiated procurement that included material omissions in required information, rather than to seek clarifications, had a rational basis)

Cohen Financial Services, Inc. v. United States, No. 13-37 (Aug. 12, 2013) (in response to court's prior decision, agency conducted appropriate price realism analysis of low offeror)

Management & Training Corp. v. United States, No. 12-561 C (July 31,2013) (unsuccessful preaward protest against DOL's decision that to  solicitation to operate Dayton Job Corps Center should be set aside for small businesses)

Laerdal Medical Corp. v. United States, No. 13-256 C (July 29, 2013) (unsuccessful post-award protest against Government's decision to terminate its contract (and cancel solicitation) as corrective action in response to GAO protest because agency's evaluators had evaluated proposals' noncompliances with solicitation requirements as weaknesses instead of treating them as rendering proposal as ineligible for award)

Qwest Government Services, Inc., d/b/a CenturyLink QGS v. United States, No. 13-193 C (July 29, 2013) (unsuccessful preaward protest claiming solicitation does not provide sufficient information to permit fair and equal competition)

Excel Manufacturing, Ltd. v. United States, No. 13-361 C  (July 24, 2013) (unsuccessful post-award protest; successful offeror's proposal did not take exception to Limitations on Subcontracting clause and nothing in proposal indicated offeror would not comply)

McAfee, Inc. v. United States, No. 13-198 C (July 17, 2013) ("successful" preaward protest; Navy did not have any proper justification for sole source procurement under task order contract)

The McVey Co. v. United States, No. 13-145 C (July 9, 2013) (unsuccessful post-award protest; no error by the agency with respect to plaintiff's contentions regarding (i) evaluation of organizational conflicts of interest; (ii) evaluation of mitigation plan; or (iii) adherence by government evaluators to solicitation's evaluation scheme)

MVS USA, Inc. v. United States, No. 13-246 C (July 2, 2013) (unsuccessful post-award protest; Government did not violate FAR 8.405-2 in evaluating contractor's eligibility for facility security clearance even though approval came too late for task order award)

Trailboss Enterprises, Inc. v. United States, No. 13-296 C (June 13, 2013) (dismisses "protest" by contract awardee for lack of standing under 28 U.S.C. 1491(b)(1); only possible jurisdiction over claim by awardee involves CDA and awardee has not yet obtained Contracting Officer's decision on CDA claim)

Mil-Mar Century Corp. v. United States, No. 13-131 C (June 12, 2013) (unsuccessful post-award protest; rational bases for agency's past experience and price realism evaluations and its best value tradeoff analysis; exchanges with awardee constituted clarifications rather than discussions)

360Training.com, Inc. v. United States, No. 12-197 C  (June 7, 2013) (grants EAJA motion for attorneys fees and expenses incurred in successful bid protest, including attorneys fees incurred in unsuccessful motions during protest, except for fees associated with an ultimately unsuccessful government motion to dismiss for lack of jurisdiction (because the jurisdictional issue was one of first impression) and fees associated with related district court litigation by another protester)

Advanced American Construction, Inc. v. United States, No. 12-694 C  (June 5, 2013) (requirements plaintiff claims awardee could not meet are not special responsibility standards but rather post-award requirements that are not subject to a bid protest; in limiting procurement to 8(a) firms, Government did not violate either FAR 19.805-1 (requirements for such set-asides) or FAR 10.001 (conducting market research) or FAR 10.002 (documenting results of market research))

Command Management Services, Inc. v. United States, No. 12-463 (June 4, 2013) (unsuccessful post-award protest; no evidence that former government official, who had been cleared to work for awardee after retirement from Government, violated post-employment restrictions or conflict-of-interest rules)  

Chameleon Integrated Services, Inc., No. 13-144 C (May 29, 2013) (dismisses post-award protest for lack of FASA jurisdiction over award of task order under GSA's GWAC STARS II multiple award IDIQ contract)

Davis Boat Works, Inc. v. United States, No. 13-58 C (May 28, 2013) (unsuccessful post-award protest; fact that Government downgraded aspects of proposal during reevaluation does not establish bad faith; Government's evaluation of technical and price proposals had a rational basis; Government did not permit awardee to substantially revise its proposal; agency error in evaluating awardee's key personnel did not prejudice protester)

Caddell Construction Co. v. United States, No. 13-20 C (May 22, 2013) (successful post-award protest; no record of reason why agency changed its initial decision to disqualify awardee from proceeding to Phase II of competition; subsequent reversal by Government of its initial decision to deny awardee ten percent Percy Amendment price preference also lacked adequate explanation in the record; agency failed to adequately document its final tradeoff analysis)

Beechcraft Defense Co., LLC, V. United States, No. 13-202 C (May 10, 2013) (upholds Government's decision to override CICA stay due to urgent and compelling circumstances and best interests of Government because D&F on which override was based had rational basis)

KWV, Inc. v. United States, No. 12-882 C (May 9, 2013) (successful preaward protest; VA's OSDBU improperly determined otherwise successful offeror was ineligible VOSB under VIP program, based on flawed analysis related to owner's residency)

Service Disabled Veteran Owned Small Business Network, Inc. v. United States, No. 12-224 (May 6, 2013) (dismisses complaint of non-profit organization that assists veterans in obtaining government benefits for lack of jurisdiction; plaintiff lacks standing to file bid protest because it does not allege a specific procurement violation and does not identify any particular procurements under which any of its members is an actual or potential bidder)

Insight Systems Corp, et. al. v. United States, Nos. 12-863C, 12-883C (May 6, 2013) (successful preaward protest; quotations both (i) submitted electronically and (ii) received by initial government mail server before time permitted by solicitation should not have been rejected simply because internal government server malfunction prevented them from being received on time in final government office designated for receipt of quotations)

Quest Diagnostics, Inc., v. United States, No. 12-907 C (May 1, 2013) (unsuccessful post-award protest; absent specific instructions to the contrary, awardee was free to amend parts of its proposal not affected by change to solicitation made as corrective action in response to prior protest; agency did not engage in unequal discussions by answering awardee's procedural question differently than it answered different procedural question by protester; technical and experience evaluations had rational basis, and error in one aspect was not shown to be prejudicial; best value analysis was adequate, though brief)

CMS Contract Management Services, et al., v. United States, Nos. 12-852 C, et al. (Apr. 19, 2013) (unsuccessful preaward protest; HUD Notice of Funding Availability ("NOFA"), which funds Performance-Based Contract Administrator ("PBCA") Program for administration of Project-Based Section 8 Housing Assistance Payment Contracts is not subject to CICA requirements), reversed by CAFC

State of North Carolina Business Enterprises Program, et. al. v. United States, No. 12-459 C (Apr. 17, 2013) (unsuccessful preaward protest; solicitation's requirement that offerors assume the risk of bidding a fixed price per meal without knowing what the actual headcount will be is not contrary to law)

Norsat International [America], Inc. v. United States, No. 13-41 C (Apr. 16, 2013) (denies post-award protest by incumbent against award to lower-priced, lower-rated offeror; but for one error that did not significantly prejudice the protester, the evaluation had a rational basis)

CW Government Travel, Inc., d/b/a CWTSatoTravel v. United States, No. 12-708 C (Apr. 11, 2013) (successful post-award protest; in awarding only one ID/IQ contract in excess of $103 million, GSA did not satisfy requirement of FAR 16.504(c)(1)(ii)(D)(1)(iii) that it first determine there was only one source qualified and capable of performing the work, but instead simply chose higher ranked offeror; agency treated offerors unequally in evaluations)

Cohen Financial Services, Inc. v. United States, No. 13-37 (Apr. 4, 2013) (successful post-award protest; record is devoid of any documentation of required price realism analysis)

Arcata Assocs., Inc. v. United States, No. 12-846 C (Apr. 3, 2013) (preaward protest; upholds OHA's prior decision in NAICS Appeal of Delphi Research, Inc. that original NAICS code chosen by Contracting Officer (541712) for procurement was erroneous and that correct designation for procurement was NAICS code 541513)

TigerSwan, Inc. v. United States, No. 12-62 C (Apr. 2, 2013) (Government (i) initially awarded contract to plaintiff for security services in Iraq; (ii) then (in midst of protests filed by competing offerors, including the incumbent) terminated the contract for convenience after it concluded it no longer needed many of the services; (iii) awarded second contract for reduced scope of work to plaintiff after quick turnaround solicitation limited to original competitors; (iv) but then terminated that contract for convenience as well (and awarded sole source contract to incumbent, which was already operating under bridge contract due to prior protests) on basis that protests and resulting stop work order and delays had made it impossible for plaintiff to mobilize and complete work in timely manner. Court denies Government's motion to dismiss plaintiff's claims for breach based on its objections to terminations for convenience, but grants motion to dismiss bid protest claims for bid preparation costs, because plaintiff had not bid on the sole source contract, which had been completed by the time of the decision)

Preferred Systems Solutions, Inc. v. United States, No. 12-842 C (Mar. 22, 2013) (unsuccessful post-award protest; although third-ranked offeror had standing to protest, agency's technical evaluation and price-realism analysis of low-priced offeror had rational bases)

Plasan North America, Inc. v. United States, No. 12-779 C (Mar. 11, 2013) (unsuccessful post-award protest; deference court pays to agency's evaluation of past performance and its tradeoff analysis)

G4S Technology CW LLC v. United States, No. 12-705 C (Mar. 12, 2013) (unsuccessful post-award protest; agency only engaged in clarifications with successful offeror and, therefore, was not required to conduct discussions with protester; agency's decision to exclude offeror from competition was unobjectionable where statements in proposal rendered it incomplete and precluded agency from determining price reasonableness)

NCL Logistics Co. v. United States, No. 11-535 C (Mar. 8, 2013) (unsuccessful post-award protest; Army's nonresponsibility determination was reasonable)

Aircraft Charter Solutions, Inc. v. United States, No. 13-9 C (Mar. 8, 2013) (unsuccessful post-award protest; contract modification was not cardinal change outside the scope contemplated by the solicitation, including the "Changes" clause)

Supreme Foodservice, GmbH v. United States, No. 13-001 (Mar. 4, 2013) (successful protest of declaratory judgment that override of (actually failure to implement) CICA's automatic stay during GAO protest of results of corrective action in response to prior protest was not adequately justified in the D&F under either the "best interests of the Government" or the "urgent and compelling circumstances" tests)

Metters Industries, Inc. v. United States, No. 13-116 C (Feb. 27, 2013) (apparent awardee of task order, who was subsequently found by SBA's Area Office to be other than small, wins injunction against awarding order to any other firm until its appeal is resolved by OHA because of its claim that it was small as of the date it last "updated" its LOGWORLD contract and should retain that status for five years for LOGWORLD orders)

Adams and Associates, Inc., v. United States, No. 12-731 C (Feb. 28, 2013) (unsuccessful pre-solicitation protest by incumbent of DOL decision to designate latest procurement for operation of Shriver Job Corps Center as small business set-aside)

Dynamic Educational Systems, Inc. v. United States, No. 12-730 C (Feb. 25, 2013) (unsuccessful pre-solicitation protest by incumbent of DOL decision to designate latest procurement for operation of Montgomery, Alabama Job Corps Center as small business set-aside; interpretation of "fair proportion" determination required by 15 U.S.C. 644(a) and Rule of Two requirement of FAR 19.502)

One Largo Metro, LLC v. United States, No. 12-501 C (Feb. 21, 2013) (unsuccessful post-award protest; court's deference to agency's evaluation)

McTech Corp. v. United States, No. 12-122 C (Feb. 19, 2013) (over protester's objections, dismisses protest as moot because agency's corrective action plan (canceling solicitation and moving procurement to another office) adequately mitigated original problems (improper conduct of procurement and possible bias against plaintiff))

Red River Communications, Inc. v. United States, No. 12-728 C (Feb. 15, 2013) (contractor who was not solicited for, or eligible to bid on, solicitation did not waive its right to protest under Blue & Gold Fleet rule by waiting until after bids were due to protest; solicitation for task orders does not impermissibly expand scope of underlying task order contact)

Miles Construction, LLC v. United States, No. 12-597 C (Feb. 14, 2013) (successful preaward protest; in handling protest of verified SDVOSB status, VA's ODBSU (i) misapplied VA regulations regarding restrictions on transfer of ownership in determining service-disabled veteran did not unconditionally own SDVOSB and (ii) expanded its review to areas of SDVOSB operating agreement not mentioned in protest without affording protested firm adequate opportunity to address those additional areas of scrutiny)

Innovation Development Enterprises of America, Inc. v. United States, No. 11-217 C (Jan. 29, 2013) (improper sole source award)

KWV, Inc. v. United States, No. 12- 882 C (Jan. 25, 2013) (successful protest; VA's prior determination that veteran did not control business solely on the basis that he lived in another state for six months of the year lacked a rational basis)  

Laboratory Corp. of America v. United States, No. 12-622 C (Jan. 14, 2013) (successful preaward protest; agency improperly rejected quotation submitted within time required by solicitation)

 

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, or corrections, please email me