Stan Hinton

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

Developments in Government Contracting--2024



r!
April 26 In L3Harris Technologies, Inc., an unsuccessful scattershot post-award protest, the Court of Federal Claims held, inter alia, that: (i) the agency properly evaluated the awardee's proposal in accordance with the stated evaluation criteria rather than the proposal preparation instructions; (ii) the plaintiff misinterpreted an evaluation criterion that applied to one subfactor as if it should be the standard for them all; (iii) the agency assigned a weakness to the awardee's proposal under the correct subfactor rather than the one espoused by the plaintiff; (iv) there was a rational basis for the weakness (rather than deficiency) assigned to one aspect of the awardee's proposal; (v) the allegation that the agency should have assigned multiple weaknesses, rather than a single weakness, to the awardee's proposal was mere quibbling with the agency's judgment, to which court owed deference; (vi) there was a rational basis for the agency's cost realism analysis, including the spare parts cost analysis;  (vii) there was a reasonable basis for the agency's evaluation of the awardee's costs associated with exercising options; (viii) the agency did not treat proposals unequally because the sections of the competing proposals in question were  not substantially identical; (ix)  the agency's evaluation was adequately documented; and (x) the plaintiff failed to allege the necessary hard facts demonstrating any agency impropriety in handling a possible issue of conflict of interest or unfair advantage.

DFARS Case 2023-D009: A final rule amends the DFARS to implement section 808 of the NDAA FY 2023, which limits the number of low-rate initial production lots associated with a major defense acquisition program under certain circumstances.

DFARS Case 2022-D014: A proposed rule would amend the DFARS to implement section 822 of the NDAA for FY 2022, which provides procedures and approval and reporting requirements for contracts awarded as prizes for advanced technology achievements. Comments are due by June 24.

DFARS Case 2021-D020: A proposed rule would amend the DFARS implement section 1024 of the William M. (Mac) Thornberry NDAA FY 2021, which is intended to increase compliance with military cargo preference requirements. Comments are due by June 24.

DFARS Case 2022-D016: A proposed rule would amend the DFARS to implement section 815(b) of the NDAA for FY 2012, which addresses the validation of proprietary data restrictions, specifically by increasing the validation period for asserted restrictions from three years to six years and to provide an exception to the prescribed time limit for the validation of asserted restrictions if the technical data involved are the subject of a fraudulently asserted use or release restriction. Comments are due by June 24.
April 24 The GAO sustained a protest by Criterion Corp. because the agency's price realism analysis, which concluded the protester's price was unreasonably high, did not take into account its proposed technical approach, including its proposed labor mix or labor utilization strategy.  
April 23 Federal Acquisition Circular (FAC) 2024-05 has been published and includes the following item:

FAR Case 2022-006:  A final rule amends the FAR to focus on current environmental and sustainability matters and to implement a requirement for agencies to procure sustainable products and services to the maximum extent practicable.  
April 22 In Jacqueline R. Sims d/b/a JRS Staffing Services, an unsuccessful preaward protest, the Court of Federal Claims held that the solicitation's terms relating to how the agency would check the credit reports of proposed contractor employees were sufficiently clear to comply with all applicable FAR requirements. The court reached the same conclusion in a companion case.

In Jemison & Partners, Inc., the Court of Appeals for the Federal Circuit affirmed the prior ASBCA decision that the contractor was to be paid only for actual quantity of topsoil placed as opposed to a lump sum based upon an estimate of how much would be required.

In Framaco Int'l, Inc., the CBCA denied the contractor's claims involving (i) patent ambiguities in the solicitation concerning which the contractor had failed failed to timely inquire and (ii) conditions at site that it should have, but did not, investigate or bring to the Government's attention prior to bidding. The Board also noted that the contractor's reliance on statements from a COR who lacked the authority to change the contract was ill-advised and unavailing.

In Independence Constr., Inc., which involved a contract whose default had not been challenged on appeal, the CBCA held that: (i) the contractor was not entitled to payment for excavation work that did not meet the contract specifications, especially where the amount the contractor sought was dwarfed by the amount the Government had to spend on a reprocurement contractor to fix the defective work; (ii) the contractor was not entitled to the cost of a survey that it voluntarily undertook to perform absent direction from the Contracting Officer; and (iii) the Board lacked jurisdiction over a  claim for the costs of a second survey because that claim had not previously been presented to the Contracting Officer for a decision.
April 19 In GBA Associates Limited Partnership, although expressing sympathy with a firm that had not been paid for providing security services to the Afghanistan government under an Afghan contract that utilized funds provided by the United States to Afghanistan and that was approved by the United States, the Court of Federal Claims dismissed the suit because the firm did not allege facts sufficient to prove that it had an implied-in-fact contract with the United States to compensate it for the shortfall in funds owed by Afghanistan. Specifically, the firm did not allege facts sufficient to establish that the United States had the intent to contract with it as a guarantor.  
April 18 In FYI - For Your Information, Inc., an unsuccessful protest, the Court of Federal Claims held that: (i) under FASA, it lacked jurisdiction over a protest of the agency's determination that the plaintiff was not eligible to compete for a task order procurement set aside for WOSBs because the plaintiff was not a certified WOSB under the new regulations requiring such a certification; and (ii) the plaintiff had waived its objections to clear provisions in two solicitations requiring WOSB certification by failing to object prior to submitting its proposals (such a protest would have been fruitless even if it had been timely raised). 
April 16 In Size Appeal of Saalex Corp. d/b/a Saalex Solutions, Inc., which I should have discussed along with the McLaughlin decision in the April 11 entry below, the SBA's OHA once again held that, for an unrestricted, unpriced MAC, the previous version of 13 C.F.R. § 121.404(a)(1)(iv) applicable at the time stated that size was to be determined as of the date of the original award.

In VSBC Protest of Marathon Industrial Equipment, LLC, a successful protest, the OHA held that the challenged firm failed to provide requested information concerning whether its SDV's continued employment with an outside firm would allow him time to exercise the required control over the challenged firm.

In SSI Claimsnet, LLC, and Availity, LLC, which involved unsuccessful consolidated post-award protests, the Court of Federal Claims denied the protesters' motions to supplement the administrative record with the results of evaluations from a similar, but separate, procurement that allegedly would have shown evaluation results inconsistent with the challenged evaluation in the current protests  and then held that: (i) under the agency's reasonable interpretation of the protester's less that perfectly clear proposal on this point, the evaluators' finding that the protester's proposed approach was "infeasible" had a rational basis; (ii) the agency treated one aspect of the protester's proposal unequally with a substantially indistinguishable aspect of the 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; (iii) the agency's price reasonableness analysis had a rational basis, as did its finding that the protester's price was "unreasonable," making it ineligible for award, especially given that the protester's price was more than a standard deviation higher than the average; (iv) the agency's conclusion that the protester's pricing was unbalanced had a rational basis and was consistent with all applicable regs; and (v) the agency was not required to consider each of the awardee's CLINs separately in evaluating whether its pricing was unbalanced.
April 13 In Global K9 Protection Group LLC and Michael Stapleton Assocs. LTD. v. United States, after an amazingly detailed recitation of the lengthy history of the underlying protests and a scathing condemnation of the Postal Service's inadequate procurement guidelines, the Court of Federal Claims held that: (i) an awardee's long belated motion to intervene in a bid protest was mooted by the fact that it had been terminated for default by the time of its attempted intervention; and (ii) that party had waited far too long (11 months) to attempt to intervene after it was aware or should have been aware of its right to do so. The motion to intervene was in essence a motion for reconsideration of an injunction the court already had issued. 
April 11 In Size Appeal of McLaughlin Research Corp., the SBA's OHA held that although the arguments raised by the appellant, itself, on appeal were meritless, the prior version of 13 C.F.R. § 121.404(a)(1)(iv) effective at the relevant time for this appeal stated that size for an unpriced IDIQ MAC was to be determined at the time of initial award rather than at time of an order, so the OHA remanded the case to the SBA to examine the issue under the correct version of the reg.  
April 9 In Hughes Group LLC,  the CBCA reduced an EAJA award to the extent the successful contractor/litigant had unduly and unreasonably protracted the final resolution of the dispute by rejecting settlement offers and mediation.  
April 7 In Associated Energy Group, LLC, an unsuccessful preaward protest alleging that the agency failed to adequately mitigate an inadvertent disclosure of competitively useful information to the plaintiff's competitor/incumbent, the Court of Federal Claims: (i) refused to consider a lengthy declaration by the plaintiff's CEO consisting largely of post hoc speculations as to how a competitor might use the information at issue; and (ii) held that the agency's investigation of the situation was reasonable, as were its conclusion that the information was not competitively useful and that further mitigation was unnecessary. 

In AccelGov, LLC, an unsuccessful post-award protest, the court held that: (i) in a procurement conducted under FAR Part 8.4, the agency was not required to hold FAR Part 15 discussions before determining proposals were unacceptable, especially where the solicitation clearly stated the agency intended to award without discussions; (ii) the agency's evaluation of the protester's technical proposal was reasonable and would not be second-guessed by the court; and (iii) the protester had waived its right to object to the solicitation's personnel experience requirement by waiting until after proposals were submitted. Concerning the second holding, the court noted:

This Court routinely holds that contracting officers enjoy "broad discretion with respect to evaluation of technical proposals," and the Court typically does not “second-guess the technical ratings that the source selection committee gave to each offeror.” [citations omitted] However, unsuccessful offerors repeatedly ignore this. To again emphasize this important point, agencies exercise broad discretion when determining the scope of an evaluation factor. [Emphasis added]

April 4 TLS Joint Venture, LLC, won its GAO protest because the awardee’s required registration in the SAM pursuant to FAR 52,204-7 lapsed between the close of the solicitation period and the award of the contract.  

GSAR Case 2022-G505: Effective May 2, a final rule revises GSAR clause 519.870–2, which contains lists of the clauses that should (and should not) be used in solicitations, contracts, and orders in accordance with the provisions of Section 8(a) of the U.S. Small Business Administration Act as implemented by FAR subpart 19.8 and GSA’s 8(a) Partnership Agreement.

The ASBCA's website is still messed up (and thus almost all of my links to ASBCA decisions are still broken as described in the March 26 entry below). Until they finish fixing their own website errors, I'm not going to start the process of correcting my links.
April 3 In Clean Team Janitorial Service, Inc., an unsuccessful protest by the incumbent contractor against the award of a follow-on set-aside 8(a) contract, the Court of Federal Claims held that: (i) although the plaintiff's reporting of alleged PIA violations was timely (because informal statements to its on-site janitorial staff would not be immediately imputed to the business owners),  the agency's two independent investigations finding no merit to the allegations were "more than sufficient"; (ii) even after correcting for admitted ministerial errors, the value of procurement fell below the amount that would require competition among eligible 8(a) firms; and (iii) regardless of its status at the beginning of this process, the awardee was an 8(a) certified joint venture by the time of the latest award to it after series of corrective actions undertaken by the agency in response to earlier protests.  
April 1 In Raytheon Co., an unsuccessful protest against the protester's elimination from a competition due to the "appearance of impropriety" in its hiring of a retired agency technical expert, the Court of Federal Claims noted the broad discretion given Contracting Officers in making such a determination, requiring only that the determination be supported by reasonable evidence in the administrative record, with no requirement that there be a showing of an adverse effect on the challenged competition. In other words, you have next to no chance of successfully challenging such a determination.

In ASG Solutions Corp., dba American Systems Group, a case relying on contract interpretation principles, the court held that:  (i) reading all its provisions together, a service contract task order required the contractor to assemble a team of 20 qualified professionals at a fixed monthly rate as described in its proposal and was not an illegal personal services contract because the contractor maintained control over its team member employees even though the Government reviewed resumes and approved hires; (ii) the contractor's failure to provide the required fully staffed team was grounds for a default termination despite the contractor's argument that it had not failed to perform the actual requirements of any assignment; and (iii) the Contracting Officer considered the factors in FAR 49.402-3(f) prior to the termination.

In Size Appeal of Imagine One Technology & Management, Ltd., the SBA's OHA held that: (i) the  challenged firm was not required to recertify its size for a set-aside task order award under the former version of the SBA's regs applicable at that time; and (ii) there was no change in controlling ownership necessitating a recertification because the owner retained a majority interest.

In NAICS Appeal of CueBid Technologies, Inc., the OHA held that in a solicitation to provide sludge dewatering/drying technology or alternatives for reducing the weight and volume of daily sludge production with maximum drying efficiency through additional equipment installation in a waste treatment plant, the appropriate choice was NAICS code 541330 ("Engineering Services") as opposed to the Contracting Officer's choice of NAICS 562211 ("Hazardous Waste Treatment and Disposal").  

In NAICS Appeal of Salvadorini Consulting, LLC, the OHA held that in a solicitation to lease an MRI machine and accompanying trailer, the Contracting Officer's designation of NAICS code 532490 ("Other Commercial and Industrial Machinery and Equipment Rental and Leasing") was preferable to the appellant's choice of NAICS 621512 ("Diagnostic Imaging Centers").

In VSBC Appeal of NIJI, LLC, the OHA denied an appeal of a decision rejecting a firm's application for certification as an SDVOSB because conflicting and ambiguous provisions in the firm's Operating Agreement and other documentation did not clearly establish that the SDV exercised full discretion and decision-making authority over the firm's day-to-day operations.

In VSBC Protest of Systematic Innovations, LLC, the OHA denied a protest of a firm's SDVOSB status because the challenged SDVOSB JV included a certified SDVOSB as its managing venturer, and the JV agreement was sufficiently detailed as to the parties' respective responsibilities considering the indefinite nature of the contract contemplated by the solicitation.

In VSBC Protest of Aero-Tel Wire Harness Corp., the OHA upheld a protest of a firm's SDVOSB status because the challenged firm was not a certified SDVOSB for purposes of the current solicitation and had not completed the process of re-establishing an expired certification.

Federal Acquisition Circular (FAC) 2024-04 has been published and includes the following item:

FAR Case 2022-010: Effective May 1, a final rule amends the FAR to add the framework for a new FAR Part 40, which will contain the policies and procedures for managing information security and supply chain security when acquiring products and services. The guts of the new Part are still to come in future rulemaking. (Was this really worth a whole FAC before the contents of the new Part were promulgated?)

In Gardner Construction & Industrial Services, Inc., the CBCA denied the Government's preliminary motion to dismiss for lack of jurisdiction based on the fact that the contractor's new owner (who filed the appeal) had bought all the stock of the original contractor. The Board reasoned that the CAFC's precedent in Engage Learning, Inc., established that all that is required for an initial determination of jurisdiction is a non-frivolous allegation of a contract with Government, which was made here, so any motion to dismiss will have to be decided on the merits.

In MLU Services, Inc., the CBCA denied (as frivolous and without requiring a reply) the Government's motion to dismiss a portion of an appeal for failure to timely comply with the Board's order for the contractor to file a response within 15 days to the portion of the Government's answer asserting a counterclaim. The Board noted that the Government had filed its motion only four days after the missed deadline and that dismissal for failure to prosecute is a harsh sanction which should not be applied to a single failure to comply with an order from the Board.

In Quality Trust, Inc., the CBCA dismissed allegations in the Complaint regarding reformation of the contract for mutual mistake, partial termination of the contract, and the amount of final payment due because they were not tied to the amount in the claim previously presented to the Contracting Officer. The Board, however, denied the Government's motion to dismiss for failure to prosecute because the contractor's failure to comply with the Board's directions could not yet be considered "egregious."
March 29 Pernix Federal, LLC won its GAO protest because the State Department's determination upon voluntary corrective action that the original awardee was not properly qualified under The Omnibus Diplomatic Security and Antiterrorism Act of 1986 and SAM registration requirements to submit a proposal in a multi-phase solicitation for an overseas construction project was based on an impossible requirement for a de facto joint venture to register in SAM, which could not be harmonized with the phase 1 and 2 prequalification notices and the Department of State’s current regulations that permit a de facto joint venture to qualify under the Security Act, and specifically, for the offeror to be awarded a contract and provide performance guarantees from its affiliates. The interesting part of the decision is that the GAO relied on the "significant issue" exception (4 C.F.R. § 21.2(c)) to its timeliness rules to permit an untimely protest of an unambiguous requirement in the original solicitation language, something the GAO almost never does.   

The SBA has corrected a technical error in the definition of substantial bundling that appeared in a final rule entitled "Ownership and Control and Contractual Assistance Requirements for the 8(a) Business Development Program," which improperly limited substantial bundling to BPAs entered against a GSA Schedule Contract. The correction removes that limitation so that the definition of substantial bundling applies to all BPAs.

GSAR Case 2020-G512: The GSA proposes to remove the requirement for lease offerors to have an active SAM registration when submitting offers and instead allow offers up until the time of award to obtain an active SAM registration. Comments are due by May 28.
March 28 The ASBCA's website's list of cases is still largely unusable with broken links. Somebody should have done some bug checking before the new site went live.

In Kandahar Mahali Transit & Forwarding LTD., the ASBCA held that: (i) it lacked jurisdiction over decisions that the contractor failed to timely appeal because the Contracting Officer's willingness to reconsider certain decisions did not imply he was reconsidering all of them, and for six decisions denying payment where the Contracting Officer offered the contractor the opportunity to submit invoices but the contractor failed to do so, there was no dispute for the Board to adjudicate; (ii) despite some less than stellar word choice, the release language in a mod was a general release of the contractor's claims; and (iii) the contractor's lack of appreciation of  the ramifications of what it was signing was not an excuse, plus the contractor did not establish it signed the release under duress: "[The contractor] has not identified any evidence showing that it accepted the terms of the settlement involuntarily, that it had no alternative to acceptance, or that the government engaged in coercive acts."

In Woolpert, Inc., the ASBCA held it lacked jurisdiction over an untimely appeal because the contractor had no reasonable basis to conclude the Contracting Officer was reconsidering the decision at a meeting held between the parties after the decision was issued:

Based on our review of the record, including the video of the December 8, 2022 meeting, the Board concludes that Woolpert did not have a reasonable basis to believe that the contracting officer was reconsidering her final decision. Rather, the record demonstrates that Woolpert simply refused to accept “no” for an answer. . . . At the December 8, 2022 meeting, the contracting officer and another USACE official informed Woolpert at least four times that the decision was final and that Woolpert could appeal the decision if it disagreed. The contracting officer also made it clear that she had agreed to the meeting only as a courtesy due to their past relationship and to assure Woolpert that USACE had thoroughly vetted the decision. While it is true that the contracting officer stated at the end of the meeting that she would speak with other USACE officials, she said this only after Woolpert continued to badger her. She never stated that she would reconsider the decision, and a Woolpert official acknowledged that the decision was final.

In BCC-UIProjects-ZAAZTC Team JV, the Court of Appeals for the Federal Circuit affirmed the prior ASBCA decision dismissing an appeal for lack of jurisdiction because the person who submitted the claims was not authorized to do so on behalf of the contractor. Of course, I cannot link to the prior ASBCA decision while the Board's website is messed up.

In PGB Hanger, LLC, the Court of Federal Claims dismissed a suit filed as a Fifth Amendment takings claim because it was actually a contract dispute involving property rights allegedly taken under plaintiff's contract with the Government: "Although [plaintiff] is the master of its own complaint, it may not create Fifth Amendment liability by artfully pleading around its contract claims. It is represented by attorneys, not alchemists."

In Wolf Creek Railroad, LLC, the court dismissed the suit because: (i) the plaintiff failed to prove that it had submitted a certified claim letter for a decision or that such a letter had been received; and (ii) where a BOA specifically stated that the Government was not a party to tenant use agreements (TUA) that might be executed under it, the plaintiff/party to a TUA was not in privity with Government even though Government had specifically authorized a TUA with it:

A middleman is not automatically an agent. While the Army did provide direction and authorization to [its contractor] in discrete situations, it also apparently intended to use [its contractor] "as a buffer between it and the claims of the subcontractors." [citation omitted] Thus, the agreements here have not created an agency relationship between [the contractor] and the Army, and [plaintiff] is not in privity of contract with the Government.


In MLB Transportation, Inc., the court: (i) denied the Government's motion for summary judgment that the contract was void ab initio due to the contractor's allegedly false representation as an SDVOSB because factual issues remain concerning that allegation; (ii) held that the contractor's claims based on allegedly faulty trip volume estimates were time barred because they accrued more than six years before they were submitted, and the letter contractor relied on to avoid that result was not sufficient to constitute a claim; (iii) held that the contract was patently ambiguous as to whether it was a requirements contract, and, therefore, contractor, by failing to timely inquire, lost its ability to make a claim for breach of requirements contract; and (iv) noted that material issues of fact precluded summary judgment on the contractor's changes claim.
March 27 The ASBCA's modified website list of cases is still messed up, including broken links for older cases. I'm hoping they get their act together soon.

In The Haskell Co., the ASBCA denied the Government's motion for summary judgment that a bilateral release barred the contractor's claims because there were material disputed facts as to whether there was a meeting of the minds between the parties that "the delays and disruptions arising out of . . . the work as herein revised” in Mod 1 included the contractor's costs incurred due to unusually severe weather and seasonal differences allegedly resulting from the Government's project design changes that pushed construction into adverse weather periods.  

DFARS Case 2023-D011: A final rule amends the DFARS to to implement section 856 of the James M. Inhofe NDAA for FY 2023, which (i) transfers section 831 of the NDAA for FY 1991 to 10 U.S.C. 4902 and authorizes the DoD Mentor-Protégé Program on a permanent basis and (ii) extends the term for program participation and removes the term limitation for mentors to incur costs under mentor-protégé agreements entered into after December 23, 2022.

DFARS Case 2020-D011: A final rule adopts with changes the prior interim rule amending the DFARS to implement a section of the NDAA for FY 2020 that prohibits DoD procurement of fluorinated aqueous film-forming foam containing in excess of one part per billion of perfluoroalkyl and polyfluoroalkyl substances after October 1, 2023, unless an exemption applies.

DFARS Case 2023-D023: A final rule amends the DFARS to to incorporate revised thresholds for application of the World Trade Organization Government Procurement Agreement and the Free Trade Agreements, as determined by the United States Trade Representative.

DFARS Case 2020-D026: A proposed rule would amend the DFARS to remove a DFARS solicitation provision and modify the text of an existing DFARS contract clause (both of which related to the transportation of supplies by sea) to include the operative text of that former DFARS solicitation provision.
March 26 The ASBCA has changed its website addresses for its decisions. The changes break all my past links to their cases. This may be a real mess to correct because so far it does not look like there is a common change that I can make by way of a universal "find and replace" command. Yuck.  This is a work in progress even on the ASBCA's website because when you click on the names of their older cases, you get an error. So, they've broken their own links, as well as mine. I will wait to start making corrections until they get their own site in order. It seems that some of their own new links may be a work in progress because, in addition to the fact that many of their own new links do not work, the format looks weird, e.g., https://www.asbca.mil/LinkClick.aspx?fileticket=a00H_jMI-8M%3d&portalid=143.

In Patricia I Romero, Inc., dba Pacific West Builders, the ASBCA denied the contractor's defective specification claim because the Spearin doctrine does not apply if contractor does not comply with the specs. However, the ASBCA denied the Government's motion for summary judgment on other matters (e.g., the contractor's standby costs claim) due to disputed material issues of fact.

In Heffler Contracting Group, the ASBCA denied the Government's motion to dismiss an appeal of a default termination for lack of jurisdiction. The Board held that the fact that the contractor had raised the affirmative defense of excusable delay in its Complaint without having previously submitted a claim for a time extension to the Contracting Officer did not deprive Board of jurisdiction over the basic appeal of the termination because it is a government claim, and the Board could have required the Government to file the Complaint. Reading this case along with those that require the contractor to present its time-extension claim to the Contracting Officer, I suppose what the Board is saying is that it can proceed to hear and decide whether the Government has met its burden of initially establishing the propriety of the default, but, if the contractor wants to raise the affirmative defense, it will have to present that claim to the Contracting Officer while this appeal from the default is ongoing and then, once its time extension claim is denied, appeal that to the Board and have it consolidated with this appeal. I would question whether that process makes sense.
March 25 MVM, Inc.  won its GAO protest because: (i) the record did not establish how the agency concluded one of the awardee's key personnel met all the solicitation's experience requirements; and (ii) the record did not explain whether, or how, the Contracting Officer, who should have been aware of the awardee's prior False Claims Act settlement, took that into account in making his updated affirmative responsibility determination.  
March 22 In Alexander CPA PLLC, the CBCA held, inter alia, that: (i) even if the Government has fulfilled its ordering obligation by ordering the minimum quantity in an IDIQ contract, the Government can  still breach that contract's implied duty of good faith and fair dealing arising out of other express obligations; and (ii) a reference to an "applicable" VA Financial Policy in the PWS, without more, did not "incorporate" that policy and thus did not impose a contractual duty on the Government to follow it.  

In Rock Supremacy LLC, the CBCA held that it lacked jurisdiction over an appeal filed by a subcontractor of the prime contractor to which the Contracting Officer's decision had been addressed.

In Woirhaye Logging Co., the CBCA denied the Government's motion to dismiss an appeal allegedly sounding in tort because alleging that the Government negligently failed to fulfill its contractual duties is sufficient to establish the Board's jurisdiction.
March 20 In Williams Bldg. Co. (a decision difficult to summarize because, as the Board notes, both parties went off on tangents in their pleadings and arguments), the CBCA denied the contractor's motion to strike the Government's "affirmative defense" to the contractor's T for C claim. Specifically, the Government alleged that the contractor had progress billed the Government for certain subcontractor costs that it "falsely certified" it had reimbursed them for, which was a prior material breach. The contractor maintained this was an allegation of fraud over which the Board lacks jurisdiction. The Board reasoned that because the T for C turned the fixed-price construction contract into a cost-reimbursable one, the Government's defense was not really an affirmative defense and did not require the Board to determine an issue of fraud since all the Board would have to do would be to determine the quantum of costs incurred to the date of termination.  
March 18 In JKB Solutions and Services, LLC, on cross motions for summary judgment concerning the Government's alleged liability for breach of contract for failure to order the required number of instructional courses, the Court of Federal Claims held that: (i) the contract to provide all instructors, transportation, supervision, and non-personal services necessary to perform instructor services was a commercial items contract because it was on SF 1449 for commercial items, explicitly incorporated the standard clauses for commercial items, was for the provision of generic instructional services rather than services unique to the Government, and resulted from market research that determined commercial services for this work were available, especially where the contractor failed to object to that designation prior to award; (ii) because the contract was a commercial item contract, the termination clause in incorporated clause FAR 52.212-4 was applicable, and the Government could use the presence of that clause to support its constructive termination for convenience defense; (iii) even if FAR 52.212-4 were not applicable, the normal fixed-price convenience termination clause (FAR 52.249-2) would be incorporated via the Christian doctrine; and (iv) material issues of fact remain whether the Government breached the contract and, if so, whether it acted in bad faith or abused its discretion, which would render the constructive termination for convenience doctrine inapplicable.  
March 15 In Size Appeal of BC Technical Center, LLC d/b/a BC Engineered Products, the SBA's OHA held that the Area Office erred in finding affiliation via the newly organized concern rule because the challenged firm was not spun off from the alleged affiliate.  

In NAICS Appeal of First Nation Group, LLC, the OHA held that the proper NAICS code in a solicitation to procure Medical Emergency Alert Devices for the agency's Prosthetics Sensory Aid Service was the  Contracting Officer's choice of 334220 ("Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing") as opposed to the appellant's choice of NAICS 334510 ("Electromedical and Electrotherapeutic Apparatus Manufacturing").

In VSBC Protest of JBL System Solutions, LLC, the OHA dismissed a protest alleging (without any evidence) only that the challenged firm was not a certified SDVOSB, especially where the record showed the challenged firm was certified.
March 14 In VSBC Protest of Systematic Innovations, LLC, the SBA's OHA held that the challenged firm was a qualified SDVOSB JV because: (i) the joint venture agreement (as supplemented by the joint venture operating agreement and addendum) adequately described the equipment and services to be provided by each member of the JV, especially for this indefinite procurement; (ii) references to "collaboration" between the members in the agreements did not give the non-managing member of the JV negative control where the agreements did not give that firm any decision-making authority or the power to block actions or decisions of the managing venturer, which retained the exclusive power and authority to manage the business and the affairs of the JV; and (iii) the JV's recordkeeping requirements did not violate SBA regulations.  

In Size Appeal of HealthVerity, Inc., the OHA granted the appeal in part and remanded the case to the Area Office to investigate further whether the CEO and several co-founders of the challenged firm were former officers or key employees of Microsoft, which would create affiliation under under the newly organized concern rule. The OHA also held, however, that the Area Office was not required to further investigate an identity of interest allegation that the protester made only generally and without specific evidence.
March 13 In Samsara, Inc., an unsuccessful request for an injunction against contract performance pending resolution of a protest, the Court of Federal Claims held that: (i) exhaustion of the USPS' two-step agency dispute resolution procedure (including review by the agency's Supplier Disagreement Resolution Officer) is not required for CoFC jurisdiction; (ii) the agency's decision to reaffirm a contested award constituted final agency action, rendering the current suit ripe for review by the court; but (iii) the protester was not entitled to injunctive relief because  the court "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.  
March 12 In United Facility Services Corp., the CBCA granted the Government's motion for summary judgment that the O&M contractor breached its contract by failing to respond within the required time to a notice of a burst frozen water pipe in a courthouse. The decision was based, in part, on the fact that the contractor failed to provide any evidence of a force majeure excuse in its response to the summary judgment motion.  

In First Place Auto Sales, Inc., the CBCA held that the purchaser of an auto sold at public auction failed to establish that agency misdescribed the condition of its paint because: (i) the agency did not make any representations concerning the paint; (ii) prior to the sale, the agency disclaimed any warranty; (iii) the purchaser failed to take advantage of its opportunity to inspect the vehicle prior to the purchase; and (iv) the remedy sought by the purchaser (the cost of painting the vehicle) was barred by the purchase agreement. The CBCA also noted it lacked jurisdiction over a claim involving another vehicle purchased during the pendency of the current appeal because that claim had never been the subject of a Contracting Officer's decision.

In King Rox LLC, the CBCA granted the agency's motion for summary judgment related to its rejection of non-conforming fuel tanks because they violated clear PO requirements that they be double-walled and UL-142 compliant, reasoning that: (i) the contractor's argument that it supplied a drawing before award showing single-walled tanks was contradicted by the record (including the contractor's own witness); (ii) the contractor's argument that it notified the Government after award that its proposed tanks would not be double-walled was also not supported by the record (the contractor's post-award drawings did not specifically indicate the tanks would not be compliant and their silence on the subject could not be construed  as an affirmative disclaimer, especially when, after accepting the PO, the contractor had become bound by its terms); and (iii) the four days the Government took to inspect and reject the tanks after they were delivered was a reasonable amount of time, so the Government could not be deemed to have accepted them.

In BCI Constr. USA, Inc., on cross motions for summary judgment, the ASBCA held, inter alia, that: (i) the contractor was not foreclosed by Blue & Gold Fleet from challenging the reasonableness of the liquidated damages assessed in the contract because there was no allegation that the contractor was aware of the problem with the rate prior to bidding; (ii) regardless how the liquidated damages rate was derived, an amount equal to 0.01% of the contract price per day was reasonable; (iii) factual issues concerning the date of substantial completion precluded summary judgment on this issue; (iv) the contractor failed to provide any evidence that the contract's concrete mix specification was defective, establishing only that its supplier did not manufacture the type of concrete specified, was unwilling to make changes to its batch plant to provide the concrete required by the contract, and ultimately was unwilling to provide the type of concrete required by the contract specifications; (v) the contractor failed to establish that the contract made any representations as to the contractor's excessive seepage Type I differing site condition claim; (vi) a factual issue of whether and to what extent the condition that eventually caused seepage was present at the time of award precluded summary judgment on the contractor's Type II differing site condition claim; (vii) issues of lack of notice and superior knowledge also depended on unresolved factual issues; and (viii) the contractor was not entitled to additional labor and material costs allegedly caused by the COVID epidemic that was not anticipated when the contract was formed.
March 10 In Ekagra Partners, LLC, et al., which involved unsuccessful post-award, consolidated protests of awards in each of two tracks in a solicitation for the award of multiple BPAs, the Court of Federal Claims held, inter alia, that: (i) the agency (a) had properly determined from looking at available information in public databases that certain proposed subcontractors were not small businesses under the only NAICS code assigned to the small-business-set-aside solicitation and (b) had not, thereby, conducted a "size determination" within the jurisdiction of the SBA; (ii) the agency correctly determined that it was not free to rely solely on the offerors' proposed small businesses' self-certification as small businesses under allegedly similar NAICS codes because the definition (scope) of a particular NAICS code is different from the size standard under that code; (iii) under Blue & Gold Fleet, the plaintiffs waived their argument that the solicitation was unclear as to how the NAICS code requirement would be verified by failing to protest until after award; (iv) the agency did not engage in disparate treatment by not reducing one awardee's self-score for using a large business subcontractor because awardee had properly scored it as a large business (while the protester had incorrectly scored it as a small business); (v) the agency had a rational basis for using the Federal Procurement Data System to verify whether an offeror's past performance references met the minimum required dollar value; (vi) even if the agency made mistakes in evaluating some of these references, only one failure was required and, therefore, the plaintiffs were not prejudiced by any mistakes; (vii) 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; (viii) the agency had a rational basis for finding a protester did not follow the solicitation requirement to propose labor categories "appropriate" for the required tasks; (ix) in most of the numerous cases alleged by the protesters, the agency did not apply unstated evaluation criteria and where there were errors, they were not prejudicial because there were other valid reasons the protesters were found ineligible for award; and (x) the agency's explanations for its findings of ineligibility were either adequate in the circumstances or, in the cases where they were not adequate, were non-prejudicial because there were other adequate reasons for finding the proposals ineligible for award.  
March 7 In PDS Consultants, Inc., an unsuccessful protest of corrective action, the Court of Federal Claims held that: (i) the plaintiff waived its right to seek reinstatement of its contract award by agreeing to the broad release language in a bilateral settlement agreement terminating its contract for convenience; and (ii) the agency had a rational basis to "go back to the drawing board" and undertake corrective action to correct errors in the procurement.

The SBA has issued an interim final rule concerning the Women-Owned Small Business (WOSB) program to specifically recognize that the SBA Administrator may extend the date of WOSB recertification where appropriate. Comments are due by May 6.
March 6 The GAO sustained a protest by Life Science Logistics, LLC because: (i) the awardee's facility availability letter did not comply with the solicitation's requirements; and (ii) the agency failed to engage in meaningful discussions because it did not mention a significant weakness in its discussions with the protester.  
March 5 In Nauset Constr. Corp., the Court of Appeals for the Federal Circuit affirmed the prior ASBCA decision that: (i) the  contractor was not prejudiced by the lack of notice of specific appeal rights in the Contracting Officer's letter terminating the contract for default where the letter directed the contractor to the FAR clause that contained those appeal times; and (ii) the Government's conduct after issuing the default termination did not vitiate it because the contractor could not have reasonably concluded the Contracting Officer was reconsidering the termination decision. The court did note that the Board had made a harmless error by stating that events after the 90-day appeal had expired can never be considered in deciding whether the Contracting Officer has reconsidered the decision.   
March 4 In Thalle Constr. Co., an unsuccessful post-award protest, the Court of Federal Claims held that: (i) the alleged inadequacy of a commitment letter from the awardee's proposed subcontractor was irrelevant because, in its revised offer, the awardee proposed to self-perform the work; and (ii) the awardee's revised proposal included the correct duration for its construction schedule. The court, however, found that the agency had not followed "best practices" in its imprecise description of its evaluations in both these areas, which had given the protester grist for its arguments and had made the court's job of assessing their validity more difficult.   
March 1 In The District Communications Group, LLC and CruxDGC, LLC, a successful protest, the Court of Federal Claims held that the 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.

LOGMET LLC won its GAO protest because there was no indication in the agency's price evaluation in a FAR Part 8.4 procurement that the agency had considered whether several labor categories contained in the PWS were within the scope of the supposedly corresponding labor categories contained in the awardee's underlying FSS contract.
February 29 The GAO sustained a protest by Global Patent Solutions, LLC, because: (i) although the Patent and Trademark Office's (PTO) ability to use the unique alternative competition method authorized by The Patent and Trademark Office Efficiency Act (PTOEA) and implemented through section 6.1.1 1 of the PTO Acquisition Guidelines (PTAG) exempts the agency from most requirements of standard procurement statutes, the PTO is not free to award without regard to the factors stated in the solicitation; and (ii) the awardee's proposal did not comply with the solicitation's requirements regarding small business participation.  
February 28 USAID seeks public comments by April 29 on a proposed rule revising its acquisition regulation (AIDAR) to incorporate new requirements for Protection from Sexual Exploitation and Abuse (PSEA) and update existing child safeguarding requirements. This proposed rule consolidates new PSEA and updated child safeguarding compliance and reporting requirements with existing requirements for Counter Trafficking in Persons.  
February 26 The State Department proposes to amend its acquisition regulation (DOSAR) to include a new contract clause entitled "Nondiscrimination in Foreign Assistance," which states that contractors and subcontractors receiving department-funded foreign assistance funds must not discriminate oc specified bases against end-users of supplies or services (also referred to in this rule as beneficiaries and potential beneficiaries) or in certain employment decisions involving persons employed in the performance of this contract and funded in whole or in part with foreign assistance funds except where target populations are specified in the relevant SOW or as otherwise required by U.S. law. Comments are due by March 19.

Effective March 18, a final rule adopts, without change, the SBA's prior proposed rule to utilize the current statutory alternative size standard for its 7(a) Business and Certified Development Company Loan Programs, subject to a 34.46 % adjustment for inflation that has occurred since the establishment of the statutory alternative size standard in 2010. The inflation adjustment would increase the size standard’s level for tangible net worth to $20 million and for net income to $6.5 million. SBA also is adjusting for inflation the applicable statutory limits for contract size under the Surety Bond Guarantee Program. The adjustment increases the contract limit to $9 million and the contract limit for federal contracts if a federal contracting officer certifies that such a guarantee is necessary to $14 million.

GSAR Case 2020-G511: Effective March 25, a final rule amends the GSA's acquisition regulation (GSAR) to update and clarify the requirements for use of FSS contracts by eligible non-federal entities, such as state and local governments.

In KUNJ Constr. Corp., the ASBCA denied cross motions for summary judgment because disputed facts existed as to, inter alia: (i) the Government's accord and satisfaction and release defenses based on bilateral mods in that (a) the reasons for the modifications’ time extensions were unknown, (b) the connections between the work in the areas addressed by the modifications and the claims are not clear, and (c) the releases drafted and inserted by the Government did not indisputably reveal the parties’ intentions; and (ii) whether the contractor's claims were barred by the contract provisions cited by the Government. 

In StraCon Services Group, LLC, over the protester's objection, the Court of Federal Claims dismissed a protest as moot (which the protester conceded) after the Government agreed to undertake corrective action based on its conclusion that an OCI existed with regard to the original awardee. The protester basically wanted to keep the protest open so that it could argue the original awardee should not be allowed to compete on the revised solicitation after the corrective action.
February 23 Federal Acquisition Circular (FAC) 2024-03 has been published and includes the following two items:

FAR Case 2022-009: An interim rule amends the FAR to implement regulatory changes made by the SBA to implement section 862 of the William M. (Mac) Thornberry NDAA for FY 2021, which transfers the verification of small business concerns owned and controlled by veterans or service-disabled veterans from the VA to SBA  and creates a certification requirement for SDVOSB concerns seeking sole-source and set-aside awards under the SDVOSB Program across the Federal Government. Section 862 provides for a one-year grace period after the transfer date for SDVOSBs to submit an application for certification to SBA, during which SDVOSBs may continue to self-represent their socioeconomic status in SAM. Comments are due by April 23.

FAR Case 2023-012: A final rule amends the FAR to incorporate revised thresholds for application of the World Trade Organization Government Procurement Agreement and the Free Trade Agreements, as determined by the United States Trade Representative.
February 22 In Rita R. Wadel Revocable Living Trust and 229 Jebavy Road, LLC dba Ludington Industries, the CBCA: (i) denied the Government's allegation that the assignee of a lease lacked standing under the Anti-Assignment Act, 41 U.S.C. § 6305(a) (2018), and the Assignment of Claims Act, 31 U.S.C. § 3727, because (a) the Contracting Officer's recognition of the assignee in the final decisions established an implied-in-fact novation and (b) the assignment was just a reorganization of trust assets between the same parties and, therefore, was a transfer by operation of law, exempted from the Anti-Assignment statues; (ii) held that the Government/lessee breached the implied  covenant not to commit waste by contaminating the building with lampricide during the lease term; but (iii) held that the lessor's recovery for breach of the implied covenant not to commit waste was limited to the diminution in the building's fair market value and could not extend to the costs of demolishing the damaged building and constructing a new one.  
February 20 In Amentum Svcs., Inc., which involved claims for extra costs related to the COVID epidemic, the ASBCA held that: (i) pursuant to FAR 52.222-43(d) and the contractor's collective bargaining agreement (CBA) for one contract location, which was specifically made dependent on California law, the contractor was entitled to an adjustment to reflect its actual increase in applicable fringe benefits in the form of COVID related sick leave mandated by California law and the Navy's 14-day quarantine policy, especially where the Government failed to allege prejudice from the contractor's alleged failure to provide timely notice; (ii) the contractor was not entitled to the same result where another CBA did not provide for the applicability of California law; (iii) the Navy's 14 day quarantine requirement was a sovereign act not directed only at the contractor, which made performance of each party’s contractual obligations impossible during the particular 14-day quarantine periods at issue, thereby establishing a defense by the Government to liability under the "Changes" clause for any increase in costs that the contractor suffered as a result of the quarantine policy; and (iv) COVID and the resultant, associated federal actions were not anticipated when the contract was formed and, therefore, could not be the basis of a claim by the contractor for mutual mistake. 
February 16 In VSBC Protest of McKenna Brytan Industries LLC, the SBA's OHA sustained the protest because there was no evidence the challenged firm had applied for SDVOSB certification prior to the date of its self-certification, and during the protest, the challenged firm produced no evidence to substantiate its claimed SDVOSB status or even argued that it was at least 51% owned, and fully controlled, by one or more SDVs.

In VSBC Protest of Thunderyard Liberty JV II, LLC, the OHA denied challenges to the effective date of an  SDVOSB JV agreement and to various of its provisions, including the requirement for two signatures on a bank account and descriptions of the division of responsibilities by the JV members and the resources required to perform the contract, both of which were only generally described due to the nonspecific nature of the solicitation. 
February 15 The GAO sustained a protest by Conti Federal Services, LLC due to a flawed cost realism analysis. Specifically, after concluding the protester's proposed labor rates were too low in two categories, the agency adjusted them upward to equal the protester's own proposed rate for another labor category (superintendent) requiring higher qualifications rather than just to the IGE, which resulted in the protester's offer not being the lowest offer.

In Hamp's Constr. LLC, the ASBCA denied a Type I differing site condition claim because there were no representations in the contract documents concerning the admittedly unexpected conditions the contractor encountered at one point in the site.

In NetCentrics Corp., the Court of Federal Claims denied the Government's motion to remand the case to permit limited corrective action because the proposed corrective action would not moot all the challenges raised by the protester and would likely only delay the resolution of the protest. (I wish the GAO would take this approach instead of automatically dismissing protests as soon as the agency says the magic words "corrective action.")

DFARS Case 2022-D019: A final rule amends the DFARS to supplement the FAR's implementation of E.O. 14005 ("Ensuring the Future Is Made in All of America by All of America’s Workers").

DFARS Case 2020-D021: A final rule amends the DFARS to implement section 372(f) of the NDAA for FY 2020, which requires DoD contracting officers to include a clause in contracts when contract working dogs are provided under the contract.

DFARS Case 2022-D013: A proposed rule would amend the DFARS to implement section 843 of the NDAA for FY 2022, which requires offerors to certify that fuel to be provided for a contract in support of an overseas contingency operation is not sourced from a prohibited nation or region and to furnish such records as are necessary to verify their compliance with applicable export control and anticorruption regulations and statutes. Comments are due by April 15.

DFARS Case 2021-D002: A proposed rule would amend the DFARS to to introduce coverage of trademarks and similar designations, such as popular names and program names. Comments are due by April 15.

GSAR Case 2022-G519: A final rule amends the GSA's acquisition regulation (GSAR) to remove Small Disadvantaged Business Program requirements references to align with the FAR for consistency.
February 14 In denying the Government's motion for partial reconsideration of the ASBCA's prior opinion in Allard Nazarian Group, Inc. dba Granite State Manufacturing, the Board held, inter alia, that FAR 52.216-7(g), does not give the Contracting Officer an unfettered right to reduce the costs paid to a contractor without conducting an audit.  

In Dashti Sanat Logistics and General Contracting, the ASBCA dismissed an appeal because it could not establish there had been an underlying claim to the Contracting Officer (the contractor alleged it had submitted a claim but acknowledged the Contracting Officer had never received it).
February 13 The GAO published two decisions sustaining protests, each one on multiple grounds.

In Kauffman and Assocs., Inc., the GAO held that (i) the agency's assignment of a weakness to the protester's quotation in the Technical evaluation area for lack of experience was based on the agency's interpretation of a solicitation provision that the GAO determined to be latently ambiguous; (ii) the agency did not evaluate the quotations on an equal basis where it assessed a significant weakness to the protester's quotation for failing to outline a plan to track and deploy CEUs, while not assessing a similar significant weakness to the awardee's quotation, which proposed a similar plan in this area; (iii) it was unreasonable for the agency to assign the awardee an Excellent rating in the Personnel evaluation factor when its quotation failed to meet the solicitation's requirements; (iv) the agency erroneously concluded the awardee had met the solicitation requirements in the Management factor; (v) the Past Performance evaluation of the awardee was flawed because it was based in significant part on the experience of its proposed project director described in the Technical volume of the quotation rather than the past performance examples included in the Administrative volume, which was supposed to be the source of the past performance evaluation; and (vi) there was no basis for agency's conclusion that the awardee's pricing was fair and reasonable where it did not comply with the solicitation requirement that its pricing be in line with its underlying GSA Schedule pricing.

In Deloitte Consulting, LLP; Softrams, LLC, the GAO held that: (i) the agency conceded it treated the protesters' proposals disparately from the awardees' in several areas where the agency had assigned strengths only to the awardees' proposals even though the protesters' proposals were not meaningfully different, and such disparate treatment was prejudicial given the closeness in rankings of the proposals; (ii) the agency's evaluation failed to take into account that an awardee took exception to a material solicitation requirement; (iii) where the solicitation specifically stated that price would be evaluated on the basis of an estimated number of hours per labor category, the agency could not choose a different method of price evaluation (even though that method would have been acceptable had it been specified in the solicitation) and decline to estimate hours for the majority of labor categories; (iv) the agency failed to conduct the required qualitative Past Performance evaluation of proposals, and record did not support its conclusion that all offerors were equal in this area; (v) the best value tradeoff was flawed because it determined a  preliminary group of awardees based solely on price, the lowest ranked evaluation factor, and then compared the protesters' proposals only in relation to the lowest ranked (i.e. highest priced) proposal in that initial group, based primarily on just counting strengths rather than any real qualitative comparison.

In Rockwell Collins, Inc., a successful protest, the Court of Federal Claims held that the agency's cancellation of a 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. 
February 12 In CSI Aviation, Inc. (on remand from the CAFC), although the CBCA denied cross motions for summary judgment due to disputed issues of fact, it held that the contractor's standard commercial terms and conditions (which the CAFC had held were incorporated in the underlying schedule contract) could not be disregarded entirely just because some of them were inconsistent with federal statutes and regulations when the contractor did not rely on the disputed provisions in submitting its claims and the provisions were not contrary to any rights that Government must assert to defend against the claims. The Board also noted there were other issues related to the Order of Precedence clause that had not yet been argued by the parties, and, therefore, would not be addressed at this time by the Board.  
February 8 In Thomas Creek Lumber and Log Co., which involved a claim for breach of a timber-sales contract related to its termination, the Court of Federal Claims first rejected the Government's contention that the claim had not previously been presented to the Contracting Officer because his decision, itself, signaled his awareness of the amount and basis of the claim. The court then (i) dismissed two counts of the Complaint based on contract interpretation because the Government clearly terminated the contract using a provision different from the one on which the plaintiff's claim relied (i.e., due to an environmental disaster, namely a fire, rather than merely environmental considerations); (ii) dismissed another count because the plaintiff failed to cite any contract provision that the Government had allegedly breached; but then (iii) declined to dismiss a count alleging that the Government had  failed to follow required rate redetermination provisions because there were disputed issues of fact that would require further development in the record.  
February 7 In Health Net Federal Services, LLC, an unsuccessful post-award protest following corrective action, the protester attacked the evaluation of the awardee's proposed small business participation in multiple ways, but the Court of Federal Claims held that: (i) the agency's evaluation of the awardee's revised subcontracting plan, including goals and participation by proposed subcontractors, had a rational basis; (ii) the awardee's revised proposal did not include material misrepresentations as to its planned subcontract participation and commitments; (iii) during discussions, the agency adequately investigated various aspects of the awardee's proposal concerning its small business participation; (iv) the solicitation's subcontracting percentage was a goal rather than a requirement; and (v) there were rational bases for the agency's past performance evaluation related to small business participation and the agency's responsibility determination related to the awardee.  
February 6 In Edgewater Construction Services, LLC, which involved contract interpretation, the CBCA held that: (i) a contract requirement to "REUSE EXISTING [PNEUMATIC] TUBE TRANSFER STATION LOCATION TO EXTEND SERVICE” to new structural additions required the pneumatic tube systems installed in the new additions to connect to the existing Swisslog system; (ii) the tube system desired by the contractor would not connect to the existing Swisslog system; (iii) the agency did not change the contract by rejecting the use of the system proposed by the contractor and requiring the Swisslog system, which was only one that would connect to existing system; and, therefore, (iv) the contractor was not entitled to its extra costs of installing the Swisslog system.

In Alexander Tyler Corp., the CBCA held it lacked jurisdiction over an appeal from the denial of an agency-level bid protest. 

In MTS General Trading & Constr., the ASBCA denied the Government's motion to dismiss an appeal because, as is common practice in Iraq, the various names for the Iraqi company performing orders under a BPA referred to a single legal entity,  and the various names for the company's officer on the BPA, individual orders, and the claim certification referred to the same individual, so the entity identified as the contractor in the claim and the individual who certified the claim were both unobjectionable.
February 3 In ASRC Federal Technology Solutions, LLC, an unsuccessful post-award protest, the Court of Federal Claims denied challenges to multiple aspects of the evaluation, holding: (i) where the solicitation explicitly informed offerors to base staffing levels on current requirements rather than historical levels, the agency's assignment of a weakness to the plaintiff's proposal in this area would not be second-guessed where the plaintiff's proposal was based on historical levels; (ii) there were rational bases for the assignment of a weakness to the protester's management proposal based on a perceived inconsistency between its proposed key personnel and that proposed approach; (iii) the agency rationally concluded the protester's proposal lacked sufficient information regarding its proposed labor categories to perform the work; and (iv) there was a rational basis for the agency's assignment of a strength to the awardee's organizational structure.

In NAICS Appeal of Elevated Technologies, Inc., the SBA's OHA held that in a solicitation to replace an elevator system, the Contracting Officer's choice of NAICS 238290 ("Other Building Equipment Contractors") was preferable to the contractor's choice of NAICS 236220 ("Commercial and Institutional Building Construction") because the former code specifically covers elevator installation and repair according the the NAICS Manual.  
February 2 Deloitte Consulting, LLP won its GAO protest because the record did not show that the agency had considered the impact on contract performance of the awardee's elimination of a proposed team partner in order to mitigate an OCI.  
February 1 In Size Appeal of Sanford Federal, Inc., the SBA's OHA held that, even if (as the challenged firm contented) the original size protest was non-specific, the challenged firm did not (i) raise this argument to the Area Office, (ii) respond to the protest allegations, or (iii) submit requested information, and, therefore, failed to meet its burden of establishing that it was a small business.

FAR Case 2023-021: A proposed rule would amend the FAR to implement a proposed governmentwide policy that would prohibit contractors and subcontractors from seeking and considering information about job applicants’ compensation history when making employment decisions for certain positions. Under the proposed policy and the proposed regulatory amendments, contractors and subcontractors would also be required to disclose the compensation to be offered to the hired applicant in job announcements for certain positions. Comments are due by April 1.  

The DOT proposes to update the regulations governing the procurement, management, and administration of engineering and design related services directly related to a highway construction project that is funded through a discretionary grant administered by FHWA involving recipients other than state transportation agencies. Comments are due by April 1.

Effective May 22 unless significant adverse comments are received by February 22, USAID proposes a direct final rule amending its acquisition regulation (AIDAR) to maintain consistency with federal and agency regulations, remove obsolete material and internal agency procedures, and make editorial amendments to clarify the regulation.
January 31 In REV, LLC, the Court of Appeals for the Federal Circuit reversed the prior CoFC decision that the protester lacked standing and held that, assuming (for purposes of deciding standing) the protester were to prevail on its allegations of errors in the evaluations of six of the nine offerors that were ranked ahead of it, the protester would have had a substantial chance of being selected as one of the awardees in a solicitation that contemplated at least seven awardees. 
January 30 NFS Case 2023-N002: Effective February 23, NASA is finalizing a rule to amend its acquisition regulation supplement (the NFS) by removing NFS 1831.205–671 (Solicitation provision) and NFS 1852.231–71 (Determination of Compensation Reasonableness) from the NFS and to rely on similar provisions in the FAR.
January 29 In  Oxford Federal, LLC, over the Government's objections, the Court of Federal Claims granted the plaintiff's motion to amend its Complaint filed after oral arguments on the Government's motion to dismiss the original Complaint because there was not undue delay and the amendments would not be futile (i.e., it was possible they would survive another motion to dismiss).

In BES Design/Build LLC, which involved contract interpretation, where a task order was ambiguous on the question whether the contractor was to be paid on a per person/per day basis, the court looked to extrinsic evidence, specifically the parties' conduct before the dispute arose, and found the parties clearly acted as if they agreed that was the basis of payment. The court also, inter alia, denied the contractor's claim for unabsorbed overhead under Eichleay because the contractor did not prove it was ever on standby, much less that it was for an indefinite duration.

In Royal Hawaiian Movers, Inc., the CBCA held it lacked  jurisdiction over a claim not presented to the Contracting Officer before the appeal was filed.

In Aviation Training Consulting, LLC, the ASBCA denied the Government's motion to dismiss the appeal of a claim for equitable adjustment for lack of jurisdiction because there was no indication in the legislative history that Congress intended to exclude claims involving Section 3610 of the CARES Act from the operation of the CDA.
January 26 In Safal Partners, LLC, a protest being dismissed as moot upon the agency's undertaking of corrective action, the Court of Federal Claims denied the plaintiff's motion to modify the protective order to permit it to use protected materials in other protests at the GAO or the agency related to the same procurement.  

In GoodEarth Distribution, LLC, the court: (i) denied the Government's motion to dismiss the contractor's claim for breach of contract due to nonpayment because the fact that the Government remitted payment to a fraudster account did not alleviate it from its duty to pay the contractor; (ii) held that the contractor did not allege facts that would support its contention that the Government's actions in investigating the possible source of the fraud (including the plaintiff) or denying its CDA claim breached the implied duty of good faith and fair dealing; and (iii) held it lacked jurisdiction over the contractor's claim for a declaratory judgment that the Government's actions amount to de facto debarment because the declaratory judgment was not sought in a bid protest or as "incident of and collateral to" a monetary judgment.
January 25 The GAO sustained a protest by American Material Handling, Inc. because in a solicitation for a brand name or equal Caterpillar 980 wheel loader, the agency rejected a quote for failure to comply with certain salient characteristics of the loader mentioned on the manufacturer's website but nowhere listed as required in the solicitation.  
January 24 In ECC Int'l Constructors, LLC, based on the CAFC's recent holding on appeal that the CDA's sum certain requirement is not jurisdictional, the ASBCA held that the Government had forfeited its right to request dismissal of a claim for lack of a sum certain because it waited until after the hearing on the merits to do so.  The Board reached reached the same conclusion in a companion case decided the same day.
January 23 In Samsara, Inc., a successful post-award protest, the Court of Federal Claims held that although the agency was not required to level the playing field by ignoring  a capability obtained by the awardee on a prior contract and properly downgraded the protester's proposal for failing to address one required area in the solicitation, the agency improperly used an unstated evaluation criterion to downgrade the protester's proposal for lacking a capability at award that it was not required to have until 180 days after award.

The ASBCA's website is back up (at last).  
January 22 In Abdul Mutakaber, the CBCA (interpreting a lease) held that the withdrawal of U.S. forces from Afghanistan did not result from the "destruction" of the leased premises under the "Destruction of Premises" provision, and, therefore, did not give the Government the right to immediate termination under that provision. Therefore, the agency's abandonment of the premises would be considered a constructive termination for convenience under the separate termination provision, but the termination clause did not contain any requirement that the Government formally "return" the terminated properties to the lessor (or protect them) following the termination.  See also subsequent decision setting quantum.
January 18 In VSBC Protest of MicroTechnologies LLC, the SBA's OHA dismissed a protest as nonspecific because, even after being ordered to do so, the protester did not provide any credible evidence that the challenged firm failed to meet any of VOSB or SDVOSB requirements listed at 13 C.F.R. Part 128 or the joint venture requirements at 13 C.F.R. § 128.402.  

The ASBCA's website is still down today.
January 17 FAR Case 2021-020: A proposed rule would amend the FAR to implement regulatory changes made by the SBA to update and clarify requirements associated with the limitations on subcontracting and the nonmanufacturer rule. Comments are due by March 18.

The ASBCA's website is still down as I type this.  
January 16 In United Communities, LLC, the Court of Appeals for the Federal Circuit affirmed the prior Court of Federal Claims decision denying the plaintiff's motion for an enlargement of time to file a late notice of appeal to the CAFC because there was no showing of excusable neglect by the plaintiff, just a "garden variety" attorney miscalculation of the time limit for the notice of appeal. 

GSAR Case 2022-G514: Effective February 12, a final rule amends the GSAR to clarify when GSAR clauses apply to FSS contracts.

I'm sure it's just temporary, but the ASBCA's own website and the decisions linked there are down at the moment.
January 11 The GAO sustained a protest by SierTeK-Peerless JV LLC  because the agency failed to adequately document its evaluation of the awardee's proposal under the prior experience factor, specifically what led the agency to conclude that the size of the prior experience projects submitted by the awardee was comparable to the work to be performed under the task order resulting from the current solicitation.

In Sonabend Co., the ASBCA denied the Government's motion for summary judgment due to material issues of fact. Specifically, the Government claimed that broad, unqualified release language in two mods meant they constituted a release and accord and satisfaction of all the contractor's claims on all task orders, but the fact that a separate mod was signed for each one of two of the task orders suggested that the release in either mod was not intended to cover all task orders (else there would not have been a need for two mods).

In McCarthy HITT – Next NGA West JV, the ASBCA denied the Government's motion to dismiss the appeals on the grounds that Complaint failed to state any claim upon which relief could be granted. Specifically, the Board held that: (i) the contractor sufficiently alleged the elements required for (a) at least one constructive change claim, i.e., that the Government required it to perform in a manner different from the contract requirements, (b) a constructive suspension of the work, and (c) a finding of at least one breach of the implied duty of good faith and fair dealing; and (ii) the Government's sovereign acts defense was not conclusively established by the pleadings alone as an affirmative defense to the entirety of all the claims, as it must be for the Government's motion to dismiss to succeed.

In Windamir Development, Inc., the ASBCA held it had jurisdiction over the contractor's appeal from a default termination, but not over: (i) its claim of government-caused delay not previously presented to the Contracting Officer for a decision; (ii) its request for a declaratory judgment that its interpretation of certain contract specifications was correct (because in the terminated contract, this was no longer a live dispute); and (iii) its claims for monetary relief because no monetary claim had previously been presented to the Contracting Officer. 
January 10 In Central Environmental, Inc., the ASBCA held that the Government had breached the contract by failing to comply with a contract requirement that it notify contractor that access to site would be periodically unavailable or delayed due to internal road closures during missile testing.

In Daniels Building Co., the CBCA denied the contractor's claim for reformation based on an alleged mistake in its bid that it discovered after award because the mistake was not apparent to the Contracting Officer prior to award, especially where the bidder had reconfirmed its bid upon request for verification by the Contracting Officer before award. 

In Clean Harbors Environmental Services, Inc., which involved contract interpretation, the CBCA held that the contractor's standard services agreement form, which it submitted with its quote in response to an RFQ for the award of a purchase order, but which was not incorporated (or referenced) in the final purchase order, did not become part of the order, especially where (a) the RFQ specifically stated that terms and conditions other than those stated in the RFQ would not be accepted and (b) some of the terms in the standard services agreement actually conflicted with those in the RFQ.
January 9 Reading yesterday's publication of the Court of Federal Claims' decision in Superior Waste Management LLC, I was at first perplexed as to why the court was spending the first 30 pages of the decision discussing in such great detail the differences among jurisdiction and standing, and the different types of standing, and prejudice, until I finally read far enough to realize this was a judge as interested in strongly criticizing the Federal Circuit's 2023 decision in CACI, Inc.-Federal as in deciding the merits of the protest. The Court of Federal Claims described what it viewed as the questionable part of the CACI holding as follows:

On appeal, the Federal Circuit — not sitting en banc, but in a panel decision — concluded that the "interested party" issue "presents a question of statutory standing rather than Article III standing," which is not a controversial statement per se. CACI, 67 F.4th at 1151.19 But the Federal Circuit then swept away decades of its own jurisprudence in holding that: (1) "[o]ur prior caselaw treating the interested party issue as a jurisdictional issue . . . is no longer good law[,]" id.; and (2) "the issue of prejudice is no longer jurisdictional unless it implicates Article III considerations, and our cases to the contrary are no longer good law[,]" id. at 1153 (emphasis added). With respect to the latter point, the Federal Circuit further explained that "[t]he issue of prejudice can properly be resolved by the Claims Court initially only if . . . the issue need not be remanded to the agency, for example, if the issue is a purely legal question." Id. at 1153-54 (emphasis added). Otherwise, "if the issue has not been addressed in the first instance by the contracting officer, a remand is necessary for the contracting officer to address the issue of prejudice." Id. at 1154.

The Court of Federal Claims then goes on to discuss at length the what it perceives as the many problems with CACI, including procedural problems (e.g., overruling prior CAFC precedent without an en banc decision) and practical ones (the ambiguities it creates for courts trying to analyze particular cases). Just when I thought the court had finished venting and was into the merits of the case, it returned (beginning on page 36 and continuing to page 43) to discussing CACI and the problems it created for courts determining whether prejudice on the merits exists. Finally, beginning on page 48 (!), the court gets down to the business of discussing the merits of the protest, concluding that: (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.

I come away from the case thinking that little, if anything, will change for protesters, who will still have to be careful to allege and establish the elements for jurisdiction, both types of standing, and prejudice. The court may very well be correct to fuss about all the extra work for the court created by the CACI decision, but that is not something protesters can change.

FAR Case 2019-015: A proposed rule would amend the FAR to improve consistency between the procurement and nonprocurement procedures on suspension and debarment, based on the recommendations of the Interagency Suspension and Debarment Committee. Comments are due by March 11.
January 8 In Aegis-KK/GardaWorld Federal Africa, a Joint Venture, a partially successful post-award protest, the Court of Federal Claims held that: (i) the agency's evaluation of the awardee's pricing was not objectionable because the solicitation did not require the level of granularity in pricing proposals alleged by the protester; (ii) although the solicitation did not require that a joint venture offeror have been in existence for a year, joint venture partners  existing under the same corporate umbrella did not satisfy the solicitation requirement that the partners have experience working together with one another for a year; (iii) letters from proposed key personnel expressing their interest in the contract and referring to their "agreement" with the awardee did not satisfy the solicitation requirement that offerors provide the actual employment agreements with  key personnel, and the 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; (iv) the agency had a rational basis for accepting the awardee's explanation that it would meet the 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; and (v) to the extent the awardee failed to provide sufficient information required by the solicitation concerning affiliates and officers, the failure was not prejudicial to the protester.  
January 4 In Federal Performance Management Solutions, LLC, an unsuccessful protest, the Court of Federal Claims upheld the OHA's decision that a mentor-protégé JV was not small for the procurement in question because its bid was submitted years after the JV's two-year limit for submitting offers pursuant to 13 C.F.R.  121.103(h).  

In Construction Helicopters, Inc., a decision interesting only for its thorough discussion of the standards the court uses to evaluate requests for additional discovery in bid protests, the court held that some discovery requested by the plaintiff would be permitted as the court could not effectively review the protest allegations without it, but most of what the protester was seeking was not necessary for the court's review.
January 3 In B.H. Aircraft Co., the Court of Appeals for the Federal Circuit affirmed the prior CoFC decision without reaching some of the grounds advanced by the lower court (i.e., lack of standing due to the bidder's lack of qualifications). The CAFC held the case should be dismissed for failure to state a claim for improper bundling because the protester had not alleged that two or more smaller contracts had been bundled to form the protested solicitation.  
January 2 In VSBC Protest of Tomahawk Sourcing, LLC, the SBA's OHA dismissed a protest that failed to timely and effectively respond to OHA order to show cause why the protest should not be dismissed as nonspecific.  
January 1, 2024 Happy New Year! As usual, I will temporarily retain the last couple of months of the 2023 blog below, but you can find the entire 2023 blog here.

In JE Dunn Constr. Co., the ASBCA denied the Government's request to dismiss the appeal  due to the alleged failure by the contractor to state a sum certain for each separate item in its claim because the CAFC's recent decision in ECC Int'l Constructors was that the sum certain requirement is not jurisdictional so that challenges to it can be forfeited if raised too late, and here, the Government did not raise the issue until after the hearing on the merits (even though the Board had sua sponte raised the question before the CAFC issued its ECC Int'l Constructors decision). Subsequently, the Board denied the Government's motion for reconsideration.

In Kellogg Brown & Root Services, Inc., the ASBCA, over the contractor's objections, permitted the Government to amend its answer to add the affirmative defense of material misrepresentations because: (i) although the Government delayed for years in asserting the defense, it did not unduly delay after the litigation on the contractor's claims commenced, and, given that the Board is granting the contractor extra discovery time to prepare for the defense, the delay did not prejudice the contractor; (ii) a common law affirmative defense need not be raised in a Contracting Officer's decision before it can be asserted at the Board; (iii) the defense does not fall within the CDA's prohibition on the "agency head to settle, compromise, pay, or otherwise adjust any claim involving fraud"; and (iv) it is too early in the proceedings for the Board to decide whether the affirmative defense will make the contract void ab initio (in which  case defense cannot be waived) or merely voidable, which would allow the contractor to raise the defense of waiver.
December 29, 2023 In Size Appeal of Global Pacific Design Builders, LLC, the SBA's OHA held that the Area Office had correctly dismissed a protest as non-specific because it only alleged facts concerning the protested firm's size after the date on which it was required to self-certify.  

In Global K9 Protection Group, LLC, which involved consolidated post-award protests by two firms competing on a USPS procurement (and litigation that has lasted years), the Court of Federal Claims held that: (i) it would allow supplementation of the administrative record with written declarations on the issue of whether the challenged firm made material misrepresentations in its bid because those documents were necessary for effective judicial review of the protest allegations; (ii) the awardee intentionally made materially false statements about its past performance that the agency relied on in making its award decision; (iii) the Contracting Officer's post hoc conclusion that knowing of the misrepresentations would not have changed the outcome of the evaluation was arbitrary and capricious for failing to consider important aspects of the issue; and (iv) an injunction disqualifying the awardee from further performance would issue. The court concluded that the second protester who already had been disqualified from the competition due to an OCI had no standing to participate in this protest, even though it had appealed its disqualification to the CAFC and was awaiting a decision. The court also denied the protest allegation that the agency had not conducted meaningful discussions because the USPS' vague regulations about discussions do not create the same obligations as the FAR does.
December 28 Great Lakes Dredge and Dock Co., LLC won its GAO protest because bids exceeding available funding justified canceling an IFB, but not its conversion to a negotiated procurement, where the agency did not defend its decision to convert based on an argument that the original bids were unreasonable.  

In VSBC Protest of M Wilkinson Constr. Co., the SBA's OHA held that the fact that the veteran owner of a VOSB (who had the requisite control over the challenged firm) lived in a different state was not disqualifying, especially where the firm did business in multiple states, and the fact that a minority owner provided building space rent free to the firm was not grounds for disqualification either.
December 27 In Size Appeal of Forward Slope, Inc., the SBA's OHA held that the Area Office had incorrectly concluded that a firm which represented itself as small in connection with an underlying MAC contract had to re-certify for purposes of a task order solicitation that did not require recertification when the firm had been acquired by another firm (and, therefore, was no longer small) when it submitted its proposal for the task order award.

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

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

In VSBC Protest of Blue Collar Ops, Inc., the OHA dismissed a protest as moot after the challenged firm was removed from consideration for award.
December 26 GSAR Case 2022-G517: A proposed rule would amend the GSAR to add a new provision and clause to identify single-use plastic free packaging availability for products under the FSS with the goal of reducing single-use plastic packaging. Comments are due by February 26, 2024.

DFARS Case 2020-D029: Effective January 22, 2024, a final rule amends the DFARS to consolidate existing contract clauses for the management and reporting of Government property into a single contract clause and to replace references to legacy software applications used for reporting Government property within the DoD enterprise-wide eBusiness platform and convert existing form-based processes into electronic processes within that platform.

DFARS Case 2023-D010: A proposed rule would amend the DFARS to to implement section 803 of the James M. Inhofe NDAA for FY 2023, which modifies 10 U.S.C. 3455 to provide additional guidance regarding data requirements to support a determination of commerciality and price reasonableness for certain procurements associated with major weapon systems. Comments are due by January 22, 2024.

Federal Acquisition Circular (FAC) 2024-02 has been published and includes the following item:

FAR Case 2022-003: Effective January 22, 2024, a final rule amends the FAR to implement E.O. 14063 ("Use of Project Labor Agreements for Federal Construction Projects"), which mandates that federal government agencies require the use of project labor agreements (PLAs) for large-scale federal construction projects, where the total estimated cost to the Government is $35 million or more, unless an exception applies. Agencies still have the discretion to require PLAs for federal construction projects that do not meet the $35 million threshold. The E.O. also directs the OMB to issue implementation guidance to agencies on exceptions and reporting.

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

In NAICS Appeal of Laredo Technical Svcs., Inc., which involved a solicitation for medical coding services at a hospital, the OHA chose NAICS code 561499 ("All Other Business Support Services") over both the Contracting Officer's choice of NAICS 541511 ("Custom Coding Services") and the contractor's choice of NAICS 561410 ("Document Preparation Services").
December 22 Chugach Logistics and Facility Services JV, LLC won its GAO protest because: (i) nothing in the agency record explained why the protester's management approach was identified as having some level of risk, which limited its overall technical rating to Good; and (ii) the past performance rating was flawed because it was based on evaluating one reference contract as relevant instead of very relevant, and the agency did not refute the protester's argument on this issue but, instead, advanced a post hoc justification for the rating that was inconsistent with the solicitation's evaluation scheme.  

In Washington Business Dynamics, LLC, the GAO spent most of its decision discussing standing in the context of the SBA's rules for determining when firms are required to re-certify as to their status (here, for a BPA under an FSS contract). After concluding that the protester had standing, the GAO held that: (i) there was no basis for the agency's favorable evaluation of the awardee's quotation where it failed to address one of of the technical evaluation factors; and (ii) the agency failed to conduct the required qualitative evaluation of quotations.
December 21 In Syneren Technologies Corp., et al., which involved unsuccessful protests of the agency's new awards based on reevaluations of proposals following the court's prior protest decision in Allicent, the Court of Federal Claims held that: (i) the agency was not required to seek remand from the court before undertaking voluntary corrective action, especially where the plaintiffs did not allege any prejudice from the remand and would have the same complaints whether or not the corrective action were the result of a remand; (ii) the corrective action was not procedurally defective and is not objectionable merely because it reached the same conclusions as the original evaluation; (iii) three of the plaintiffs cannot establish prejudice because flaws in their proposals (which court already determined were rationally evaluated) made them unawardable; (iv) the agency followed the court's prior decision in conducting a rational reevaluation, and, therefore, there was no breach of the implied duty of good faith and fair dealing; and (v) challenges by individual protesters to various parts of their individual reevaluations fail because there were rational bases for the agency's evaluations in each case.  
December 20 In Fluor Federal Services, Inc., an unsuccessful post-award protest, the Court of Federal Claims held that: (i) protests that the agency should have utilized a multiple- versus a single-award BPA and that the agency should have considered past performance outside the period stated in the solicitation were both untimely under Blue & Gold Fleet; and (ii) the remainder of the protester's challenges to the evaluation were "mere disagreements with the Agency’s discretionary determinations."  

In Point Blank Enterprises, Inc.,  an unsuccessful post-award protest seeking a preliminary injunction, the court held that although the plaintiff was likely to succeed on the merits of its OCI allegations due to the absence of documents in the record showing any adequate investigation of the issue by the Contracting Officer, no preliminary injunction would issue because the protester had failed to establish irreparable harm when the solicitation did not guarantee that any awards would be made, especially "when the harm facing the United States as a result of an injunction is potential loss of life or serious injury to law enforcement officials."
December 19 In Togiak Management Services, LLC, a successful protest against the rejection of the protester's bids as nonresponsive due to the fact that the submitted bid bonds were photocopies, although the Court of Federal Claims rejected the protester's own arguments, it held that the agency erred by relying on a line of GAO decisions holding photocopied bid bonds were nonresponsive, which the court concluded were erroneous.   
December 18 In Eastern Shipbuilding Group, Inc., an unsuccessful post-award protest challenging almost every aspect of the agency's evaluation of the awardee's and the protester's proposals in a solicitation for a contract to build ships, the Court of Federal Claims held, inter alia, that: (i) there were rational bases for the agency's (a) assignment of a significant strength to the awardee's proposed production facilities (despite the fact that they had not yet been built) and (b) evaluation of the production risk of its proposed production approach; (ii) the agency could not have taken into account an alleged risk to the awardee's proposed schedule caused by additional vessels the awardee had been contracted to build by another agency because the contract option awarding this work had not been exercised at the time of the evaluation; (iii) the agency was not required to assign schedule risk under multiple evaluation factors and accounting for it as a production risk was reasonable; (iv) the agency's decision to evaluate the awardee's past performance as it improved over time (rather than giving more weight to earlier problems) was reasonable; (iv) the agency's evaluation of the awardee's price proposal had a rational basis, including the agency's decision to consider certain production line item prices as a group rather than individually, which vitiated the protester's argument that two individual line items suffered from unbalanced pricing; (v) because the agency found no unbalanced pricing, it was not required to conduct a pricing risk analysis; (vi) there were rational bases for the Government's evaluation of various and sundry aspects of the protester's proposal (too numerous to include in this single sentence without offending the ghosts of my high school English teachers); (vii) the determination that the awardee was responsible reasonably relied on, and was limited to, standard sources of information for such reviews; (viii) although the awardee's certification in compliance with FAR 52.209-5(a)(1)(C) was inaccurate  in light of an Australian judicial proceeding, the inaccuracy did not rise to the level of a material misrepresentation, considering the findings in that proceeding; and (ix) the agency conducted a reasonable investigation of an allegation of an OCI involving the awardee's employment of former agency official, finding that no unauthorized person had access to significant sensitive source selection information and that even if the former employee had previously had access to  non-public proprietary information, it was unlikely he had retained it or that it would still be competitively useful in the contested solicitation, which was issued three years later.   
December 15 In LS3, LLC, an unsuccessful protest of the SBA OHA's determination that a firm did not qualify as SDVOSB joint venture because the non SDV member could exercise negative control through its position on the joint venture's management committee, the Court of Federal Claims spent much of its time analyzing the degree of deference it owed the OHA's decision in this situation--quite a bit as it turns out because the court considered the OHA's holding to be primarily on an issue of fact, i.e., the amount of negative control that was possible in this situation.   
 December 14 In Scott Technologies, Inc., an unsuccessful post-award protest, the Court of Federal Claims held that: (i) the agency record was sufficient to show the agency evaluated self-identified risks of the awardee's proposal, and the agency was not required to document its evaluation of specific risk elements to the level of detail advocated by the protester; (ii) interpreted in the context of the solicitation as a whole, a protested evaluation subfactor allowed the agency to reward the awardee for exceeding the required production output (delivery requirements); (iii) discussions should be individually tailored, so the fact that discussions with the offerors were not identical does not mean they were unequal or resulted in disparate treatment;  and (iv) the court would not substitute its judgment for agency's and (merely on the basis of the protester's highlighting its proposal's alleged merits to the court) assign the protester a strength where the agency did not do so, especially in an area where the awardee did not receive a strength either.  
December 13 In Restoration Specialists, LLC, the ASBCA dismissed all but one of a slew of claims submitted by the contractor as barred by the six year limitations period because, inter alia: (i) for the purposes of claim accrual analysis, there is no such thing in the law as a single accrual date for all claims under the rubric of a global claim; (ii) the contractor's claims that the Government priced individual task orders in a way that violated the formula stated in the contract accrued no later than when the Government first paid the contractor utilizing pricing that the contractor considered incorrect for each order; (iii) a claim that the Government failed to exercise options in bad faith accrued when the contractor learned the Government would not exercise the first option year, and claims for the remaining option years did not survive under the continuing claim doctrine; and (iv) claims based on government-caused delays accrued when the contractor became aware of the alleged government acts that resulted in the delays. Subsequently, the Board denied the contractor's request for reconsideration.  
December 12 In Nova Group/Tutor-Saliba, the Court of Appeals for the Federal Circuit affirmed the prior CoFC decision that the contractor had failed to prove the existence of either a Type 1 or a Type 2 differing site condition. Specifically the court held that: (i) the CAFC reviews the CoFC's application of the parol evidence rule de novo as a question of law rather than as a rule of evidence; (ii) the evidence Government submitted relating to a fully integrated agreement was not introduced to vary that agreement, as would be prohibited by the parol evidence rule, but to support the Government's contention that the agreement settled the issue;  and (iii) a reference to a design-build contract in a footnote to the CoFC's decision was not the basis for that court's reasoning or its decision and, therefore, cannot be a basis to overturn it.

In Shoreline Foundation, Inc., the ASBCA held that the contractor's contention that it experienced delays caused by another contractor's bid protest, which was only submitted as an REA to the Contracting Officer, cannot now be appealed to the Board in connection with an appeal of the Contracting Officer's decision on the contractor's subsequent CDA claim for weather related delays and remission of liquidated damages.

In Colony Constr., the ASBCA denied the Government's motion to dismiss a pro se plaintiff's appeal or, in the alternative, for a more definite statement because the appellant's statement was a "vintage" claim for a wrongful default termination:

[The contractor] claims that the Corps has wrongly terminated contract #W912WJ-22P-0131 for ‘default’ and not ‘convenience.’ We pray that the Board will change the designation accordingly. [The contractor] is asking for no monetary damages.

December 10 The SBA has revised its white paper explaining how it establishes, reviews, and modifies small business size standards, including changes from the SBA’s 2019 Revised Size Standards Methodology, which guided the SBA’s recently completed second five-year review of size standards as required by the Small Business Jobs Act of 2010. SBA welcomes comments and feedback on the 2023 Revised Methodology, which SBA intends to apply to the forthcoming third five-year review of size standards. Comments are due by February 9, 2024.  
December 8 In Real Line Logistics Services Co., the CBCA denied a claim for the costs of an attempted late delivery in response to a unilateral purchase order for construction supplies to the U.S. embassy in Kabul, Afghanistan, that was closing and being evacuated because (i) the pro se appellant did not specify a legal theory of recovery and did not respond properly to the Government's motion for summary judgment, and (ii) the purchase order was a unilateral offer to contract that expired by its terms when the appellant did not proffer delivery by the specified date.

In BES Design/Build, LLC, the CBCA denied a motion for reconsideration of its earlier decision (see April 14 entry below) because there was no "newly discovered evidence" as alleged by the contractor. 

In Stellar J Corp., the CBCA denied cross motions for summary judgment involving a construction contract because they both failed to address two threshold issues of law concerning the meaning of the contract and failed to resolve a material issue of fact that would remain after those issues were resolved.
December 6 In Greystones Consulting Group, LLC, an unsuccessful post-award protest employing various theories to attack the agency's interpretation that the evaluation criterion requiring a "single integrated platform" impliedly called for "a single user experience" in a solicitation for data management software, the Court of Federal Claims held that: (i) the agency did not utilize an unstated evaluation criterion but reasonably relied on a common industry definition of the evaluation term that other offerors understood and took into account in preparing their proposals; (ii) the plaintiff failed to provide substantial evidence supporting its contention that solicitation contained ambiguous terminology; and (iii) the agency did not evaluate proposals disparately--it rejected three other offers for providing the same solution the agency objected to in the plaintiff's proposal. 
December 5 The GAO sustained a protest by SecuriFense Inc. because: (i) the agency treated offerors differently by downgrading the protester for answers during its oral presentation that were similar to the awardee's; and (ii) the agency applied an unstated evaluation factor by assessing decreased confidence to the protester's proposal for failing to address items that were not among the evaluation criteria.  

The CBCA is hiring a new judge. If you are interested in applying for the position, here is the website concerning the opening.
December 4 In Eagle Group Sportswear, Inc.,  the GAO's Contract Appeals Board upheld a termination for default of a purchase order by the Forest Service for baseballs with special printing after the contractor failed to timely deliver conforming items despite numerous chances to do so provided by the Government.

In Colonial Press Int'l, Inc., the same Board upheld the contractor's appeal involving the Government's recoupment of payments to the contractor for an alleged breach of the warranty in the delivered items because the Government contributed to the breach by informing the contractor that the products met the Government's specification, when, in fact, the Government's own testing revealed they did not. Thus, the Government induced the contractor to provide products concerning which the Government later complained.
November 29 In Ben Holtz Consulting Inc. dba California Avocados Direct, which involved cross motions for partial summary judgment, the CBCA held that in a contract to provide boxes of produce at a fixed price per box, even though there were other contract requirements related to the required deliveries, prong one of a convenience termination settlement recovery was limited to the price for delivered boxes plus recovery for any partially completed boxes at the time of termination and did not include any of those other requirements, such as the establishment of a distribution system.

The Supreme Foodservice GmbH case involves a contract to deliver food to bases in Afghanistan concerning which the contractor had admitted (in federal District court) to major fraud. The case has an extensive history at the ASBCA and the CAFC. In this latest decision, the ASBCA held that: (i) the contractor's fraud was not severable from the remainder of its work on the contract (even if some of that work was not directly tainted by the fraud) and amounted to a prior material breach that relieved the Government of its obligation to pay any of the contractor's claims for work performed on the contract during the original contract term; (ii) the Government had not justified its withholding of payment on a separate contract because, inter alia, the Government (a) over withheld on the current contract and (b) has not established that fraud on the current contract tainted a different contract; (iii) the contractor would not be permitted to amend its pleadings to allege quantum meruit recovery because inter alia, to do so would decimate the prior material breach doctrine; and (iv) the Government's prior material breach defense did not waive or forfeit its claims that arose prior to the time of the federal court plea (which was the time that the Government had obtained its known right to assert the defense).
November 28 In Michael Johnson Logging, an EAJA claim, the CBCA held that the agency's decision to dispute the contractor's claim of breach of the implied duty of good faith and fair dealing was justified, and, because the contractor recovered only 9.8% of its claimed costs for a breach of contract claim, its EAJA recovery was limited to that percentage of its claimed EAJA fees and expenses.

In The Kmask Group LLC, the CBCA upheld a default termination because the contractor failed to timely provide PPE gloves and failed to provide adequate assurances of performance when requested by the Government, and the COVID delays to PPE supplies that the contractor had offered as an excuse began two years prior to the start of the contract and, therefore, did not amount to an unforeseen event.

In Optum Public Sector Solutions, Inc., the CBCA held it lacked jurisdiction over an appeal from a Contracting Officer's letter requesting reimbursement for certain payments because the letter did not constitute a final decision (no demand for payment, no sum certain, no explanation of appeal rights, and no identification as a final decision).

In A. Prentice Ray and Assocs., LLC, an unsuccessful post-award protest seeking a preliminary injunction, the Court of Federal Claims held that: (i) the price realism analysis could include (a) limited use of the IGCE and (b) comparisons of one year of each offeror's unburdened labor costs; and (ii) the agency's determination that two offerors' unburdened labor costs were reasonable despite being significantly lower than the average of those of other offerors had a rational basis.
November 24 The GAO sustained a protest by RELX Inc. because the awardee's task order quotation in an FSS competition (a) failed to meet several salient characteristics of the brand name or equal solicitation and (b) offered some open market items not included in its FSS contract (as did the protester's quotation).  
November 22 In Flatland Realty LLC, the ASBCA held that the Government's default termination breached a lease to provide concession services (which did not contain a T for C clause) because the record did not support the Government's assertion that lessee had failed to provide services for two years, and the lessee was not required to provide a new Use and Development Plan five years after the original five-year plan. The Board also held that after the Government revoked the lease, a building that the lessee failed to remove from the property became government property, so the lessee was not entitled to compensation for the building.

In Granite Constr. Co., the ASBCA held that a 49 day suspension period for part of the work due to extreme weather conditions caused by Hurricane Harvey was "reasonable" under the Suspension of Work clause (FAR 52-242-14), especially where the contractor had admitted as much during performance. The Board also held that compensating the contractor only for 30 days during that period also was reasonable because, as the Contracting Officer had stated: "19 of those days were anticipated adverse weather delay days identified in [a section] of the contract, for which [the contractor] accepted the risk."

In Gulf Extreme Eng'g & Constr., the ASBCA upheld the default termination of a construction contract for failure to diligently prosecute the work after the contractor's unsatisfactory response to a cure notice and its subsequent failure to present evidence at the Board of any valid excuses for its delays:

The government has amply shown that the record supports the termination decision. Thus, the burden shifts to [the contractor], and it has not, during the project or here, shown that its many delays, scheduling errors, poor management decisions, or work slowdowns and stoppage, were beyond its control. In fact, [the contractor's] challenge to the termination is almost entirely unsupported and consists only of repetitive and conclusory characterizations of select correspondence between the parties, without citations to any substantive record evidence.  

November 21 In Noble Supply & Logistics LLC, an unsuccessful preaward protest, the Court of Federal Claims held that in a solicitation for commercial items under FAR Part 12, the agency had a rational basis for obtaining a waiver to depart from ordinary commercial practice and require contractors to pass on any prompt payment discounts they received to the Government.

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

NFS Case  2023-N022: Effective December 20, a final rule amends the NASA acquisition regulation supplement (NFS) to update the policy concerning the NASA Ombudsman Program.

DFARS Case 2012-D010: A final rule amends the DFARS to partially implement section 874 of the NDAA for FY 2017 that addresses the inapplicability of certain laws and regulations to the acquisition of commercial products, including commercially available off-the-shelf items, and commercial services.

DFARS Case 2018-D053: The proposed rule concerning export authorizations associated with this case is being withdrawn.

DFARS Case 2018-D074: A proposed would amend the DFARS to implement sections of the NDAA for FY 2018 and 2019 regarding the applicability of certain solicitation provisions and contract clauses to contracts and subcontracts for commercial products, commercial services, and commercially available off-the-shelf items. Comments are due by January 16, 2024.

DFARS Case 2021-D022: A proposed rule would amend the DFARS to to implement two sections of the NDAA for FY 2021, one section of the NDAA for FY 2022, one section of the NDAA for FY 2023, and one section of the Consolidated Appropriations Act, 2023. These statutes remove limitations and restrictions on certain components that are no longer required and add new limitations on other components, subject to exceptions. Comments are due by January 16, 2024. 
November 20 The GAO sustained one of the protest grounds asserted by Vertex Aerospace, LLC, finding that the evaluation of the protester's past performance was unreasonable because the agency simply tallied the ratings it received on various contracts without considering the relevance of the contracts on which they were received, i.e., the agency unreasonably equalized the various ratings without regard to relevance.  
November 17 GSAR Case 2020-G510: The GSA proposes to amend the GSAR to to standardize and simplify the Multiple Award Schedule clauses for economic price adjustments. This rule removes certain economic price adjustment requirements within these clauses to better align with commercial standards and practices. Comments are due by January 16, 2024. 

Federal Acquisition Circular (FAC) 2024-01 has been published and includes the following item:

FAR 2023-019: A final rule amends the FAR to add North Macedonia as a new designated country under the World Trade Organization Government Procurement Agreement.

November 16 In CeleraPro, LLC, an unsuccessful challenge to the proposed award of sole-source task order to the holder of an existing single-award, IDIQ contract contract as a modification to that contract, the Court of Federal Claims held that: (i) the plaintiff has standing to challenge the award to an 8(a) firm even though was not, itself, 8(a) because an element of the challenge was whether the solicitation was properly limited to 8(a) firms, and it could compete for award if it were not so limited; but (ii) the contract mod was within the scope of the original contract because that contract adequately advised offerors of the possibility of such a change, and the mod did not substantially change the type of work, performance period, and costs as between the original contract and the modified contract, so CICA's competition requirements were not implicated by the modification.

In VSBC Appeal of Iron Shamrock, LLC, the SBA's OHA upheld a decision denying VOSB status to a firm because multiple provisions of its franchise agreement established that the franchisor, rather than the veteran, had control of the firm.  
November 15 In Size Appeal of Portacool, LLC, the SBA's OHA held that the Area Office correctly drew an adverse inference from the challenged firm's failure to provide relevant information requested by the office concerning possible affiliates and the ownership of the company the challenged firm claimed to be 100% owned by.  

In Size Appeal  of Daniels Bldg. Co., the OHA held that the Area Office had properly dismissed (as speculative) a protest alleging only that two firms "have not fulfilled their obligations as Mentor and Protégé and have no intention or ability to fulfill those requirements on the project at issue" without supporting evidence.
November 14 The CBCA issued two, similar decisions concerning applications for EAJA fees.  In GC Works, Inc., the CBCA awarded only part of the hours claimed in an EAJA application because, although the agency's position in the original litigation was not substantially justified, the contractor had originally claimed more delay hours than it was entitled to and did not own up to its contribution to the delays. Likewise, in SBC Archway Helena, LLC, the CBCA reduced the appellant's EAJA claim because, although it was the prevailing party in the underlying litigation, it had claimed substantially more than it was ultimately found to be entitled to. 
November 10 In Navarre Corp., an unsuccessful post-award protest, the Court of Federal Claims: (i) rejected the protester's contention that the solicitation contained a definitive responsibility criterion concerning financial responsibility; (ii) found that the agency's conclusion that the awardee was financially responsible had a rational basis, and that bankruptcy materials not available to the agency at the time it made that determination were not relevant to the protest but were a matter of contract administration; and (iii) held that the protester did not provide evidence for its assertion that agency had misevaluated quotes or treated competitors disparately.  
November 9 In Amentum Services, Inc., f/k/a AECOM Management Services, Inc., which involved interpretation issues in a firm-fixed-price contract for launch services, the ASBCA held that: (i) the contract's minimum yearly ordering requirement in the final year should include task orders issued near the end of the year, but not performed until the next year, but the fact that a task order was de-scoped in that next year reduced its value in the year it was awarded, meaning the Government breached the contract by ordering approximately $50,000 less that the minimum guaranteed amount; (ii) the contractor could not disavow new task order items added by way of bilateral modifications made without any reservation of rights; (iii) because individual line items did not have minimum required values, the Government's decision to stop purchasing jet fuel from contractor did not violate any contractual provision and did not amount to a breach of the implied duty of good faith and fair dealing; (iv) the contractor was not entitled to recover its continuing costs during shutdowns caused by hurricanes, and the clause relied on by the contractor only noted the Contracting Officer  "may" consider such claims, which invoked an abuse of discretion standard that the contractor had not met; (v) there was no ambiguity in the task item for gaseous nitrogen support, and, even if there were, it was patent; and (vi) the contractor did not establish its claim for a bidding error because its own evidence on its mistake was equivocal, and it did not prove the Government was, or should have been, aware of the error.

In Korte Constr. Co., the ASBCA held that the Government was entitled to a credit for a deductive change for work ultimately not required of a subcontractor even though the contractor established the subcontractor did not include that work in its bid because the subcontractor assumed the work would not be required. The Board's reasoning is that the subcontractor knew of an ambiguity in the solicitation but did not raised the issue, essentially betting its interpretation would be the correct one (which it turned out to be). I'm not sure I'm on board with this decision. If the subcontractor had bet wrong, I could understand the Board denying the contractor's claim for added work, but here, the punishment does not seem to fit the crime since the bid turned out to be for the right amount. I see a windfall for the Government in the Board's decision.

In Radmacher Bros. Excavating Co., Inc., the ASBCA denied the Government's motion for summary judgment on a Type 2 Differing Site Conditions claim because, even though the contractor had presented scant evidence in response to the Government's motion, the record was not sufficient to decide whether stationary trains on railroad tracks for extended periods of time were an unknown or unexpected condition that should allow recovery.
November 7 In Alfajer, Ltd., the ASBCA granted the Government's motion for summary judgment because the contractor: (i) failed to respond to several sections of the Government's motion (including its defense to the contractor's breach of contract claim, i.e., that a base closure and evacuation undertaken for security reasons was a sovereign act); (ii) abandoned several of its claims (e.g., a superior knowledge claim); and (iii) failed to provide evidence of any allegedly disputed issues of fact (or provided "evidence" that did not support its contentions) in the case of its claim of breach of the implied duty of good faith and fair dealing.

In MTS General Contracting, the ASBCA denied the Government's motion for summary judgment because of material issues of fact as to which, and how many, invoices were in dispute.
November 6 In Research Analysis & Maintenance, Inc., the ASBCA analyzed whether each of various challenged allegations in the Complaint were new claims or whether they were based on the same operative facts previously presented to the Contracting Officer (most were). The Board also held that parts of the claim that Government contended should have included sums certain were just descriptions of various acts of the Government that the contractor considered to be the source of the amount it was claiming, but the contractor clearly was seeking only the costs it alleged it incurred to comply with FAR 52.215-2, which it identified in a sum certain amount.

In AeroKool Aviation Corp., the ASBCA denied the Government's motion to dismiss the appeal, holding that: (i) a breach proposal that was originally submitted in the same document as a termination settlement proposal (TSP) ripened into a claim when the contractor certified it and requested a Contracting Officer's decision; (ii) the breach claim was independent of the TSP proposal because it was based on a different theory of relief and sought different damages; and (iii) the Government's dilatory processing of the TSP created an impasse, converting the TSP into a CDA claim. The Board directed the Government to issue a decision on the TSP.  

This website's Recent ASBCA Decisions page was getting so long that the program I use to edit the site was starting to run slowly on that page. So, I have moved some of the decisions that used to be on that page to the page for older decisions, which now covers decisions from 2006-2016.
November 2 In BWhit Infrastructure Solutions, LLC, an unsuccessful protest against an agency's corrective action in response to a prior GAO protest, the Court of Federal Claims held there was a rational basis for the agency's decision to cancel an award to plaintiff and amend the solicitation to eliminate ambiguities and account for updated agency requirements resulting from delays caused by the original GAO protest.  

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 /font>email me