Developments in Government Contracting 2026
| April 30 | In AOC Connect, LLC,, the CBCA held it lacked jurisdiction over the appeal because the email the contractor alleged was the claim did not explicitly or implicitly request a Contracting Officer's decision and was not certified even though the contractor was seeking in excess of $100,000. |
| April 29 | In Shoreline Foundation, Inc., which involved a contract for the construction of artificial reefs offshore, the ASBCA denied claims based on: (i) alleged superior knowledge (because the information concerning expected weather and surf conditions at the site in the solicitation was generally as accurate as could be expected for what was essentially a weather forecast made many months in advance, and the contractor's bid contained errors in judgment partially based on the contractor's failure to consult all information concerning expected site conditions that was available from reasonable inquiries); (ii) constructive acceleration based on the Contracting Officer's letter requiring the contractor to provide a plan for making up delays (because, inter alia, the delays were mostly attributable to the contractor); and (iii) breach of the implied duty of good faith and fair dealing (because (a) the duty does not arise until a contract is formed and (b) the Government reasonably relied on the contractor's assurances in accepting its proposed schedule, and, thus, was not required to reject it). The Board also held, however that the Government was not entitled to liquidated damages because the contractor achieved substantial completion one day earlier than required to avoid them. |
| April 28 | In Crestview Clinical Laboratory, LLC, which involved a claim for reimbursement for testing services performed for uninsured individuals during the COVID pandemic, the Court of Federal Claims: (i) held it lacked jurisdiction over a count in the Complaint alleging a violation of money-mandating statutes and regulations designed to reimburse providers for the testing services because neither funding laws nor terms & conditions, FAQs or other informal training materials are a “source of substantive law” mandating monetary compensation; (ii) declined to dismiss other counts in the Complaint alleging breach of an express or implied-in-fact contract because the plaintiff had plausibly alleged all the elements necessary for the formation of such contracts; (iii) held that the allegations in the Complaint were adequate to survive a motion to dismiss a count for breach of the implied duty of good faith and fair dealing; and (iv) determined that the Fiscal Responsibility Act did not extinguish any right to recovery the plaintiff may have under the surviving counts in the Complaint. |
| April 26 | In Top Level Constr. Co., the CBCA held that: (i) the Government was not liable for the loss of the contractor's equipment due to the withdrawal from Afghanistan because no provision in the relevant purchase orders required the Government to protect that equipment or to indemnify the contractor for its loss, and the purchase orders required the contractor to purchase insurance for the equipment, thus putting the risk of loss on the contractor; (ii) where the contractor failed to demonstrate that the agency had required the contractor to leave its equipment and materials at the government site or that the agency had agreed to safeguard the equipment, the mere fact that the agency had authorized the contractor to leave its equipment and materials there did not modify the terms of the purchase order or create any obligations on the part of the Government; (iii) the contractor could not recover the purchase price of the equipment left at the site as part of a T for C settlement because the contractor did not prove the equipment was purchased specifically for the job and had no value apart from it; and (iv) the contractor was not entitled to recover for original bank guarantee letters that the agency allegedly failed to return to it because the P.O. did not require the contractor to provide original bank guarantee letters, and the contractor had not provided evidence that it had actually done so. |
| April 24 | In Active Deployment Systems, LLC v. United States, the Court of Federal Claims declined to issue a TRO or preliminary injunction against the agency's override of a CICA stay because the plaintiff had not shown a likelihood of success on the merits since the D&F supporting the override on the basis of urgent and compelling circumstances: (i) relied on factors that Congress intended the agency to consider; (ii) did not fail to consider any important aspect of issue; and (iii) did not provide a rationale that ran contrary to the evidence. Thus, the D&F's conclusion was plausibly based upon the evidence and arguments it recounted. |
| April 23 | In Big Easy Studios, LLC, which involves breach claims under an alleged long term lease, the Court of Federal Claims (deciding a motion for partial summary judgment) held that: (i) under his warrant, the Contracting Officer did not have express actual authority to enter long term leases, and an internal agency email from an associate project administrator requesting that the Contracting Officer be assigned additional duties did not constitute a delegation of such authority; (ii) the Contracting Officer did not have implied leasing authority because the leases were not an integral part of his normal duties; (iii) no implied long-term contract was formed where the parties' negotiations toward a long-term agreement were intended to be reduced to writing when finalized, which they never were; (iv) the plain language in three short-term leases indicated the parties hoped eventually to reach a deal on a long-term lease, which eviscerates the plaintiff's argument that the short-term leases, themselves, evidenced the existence of a long-term lease; (v) the facts were insufficient to establish that the Government institutionally ratified the terms of an implied-in-fact long term lease; (vi) the court lacked jurisdiction over the plaintiff’s quantum meruit claims because they did not allege a contract was entered and later rescinded, and because the court found no alleged implied-in-fact contract was ever entered; and (vii) there was no jurisdiction over a claim for equitable estoppel where the person who made statement upon which plaintiff relied to establish such estoppel was not acting within the scope of his authority, |
| April 22 | In Revelations Counseling and Consulting, LLC, an unsuccessful protest, the Court of Federal Claims held that the agency properly rejected the plaintiff's proposal for failure comply with the mandatory solicitation requirement that it provide, and sign, the certification required by VAAR 52.219-75 ("Limitations on Subcontracting – Certificate of Compliance for Services and Construction") because the plaintiff's unsigned certification, which did not include the required language that the signer was authorized to bind the firm, was not "good enough." |
| April 21 | In
Size Appeal
of DecisionPoint Corp., the SBA's OHA held that the Area Office correctly dismissed a size protest because it
alleged only that the challenged firm was large at a date
after it submitted its pricing proposal, even though that
submission was made earlier than it was required to be. In Wolverine Tube, Inc., the ASBCA granted the appellant's motion to dismiss the appeal without prejudice because the Board has the inherent authority to do so and (using the five factors applicable to such motions): (i) the appellant had been diligent in bringing its dismissal motion within 30 days of the Board's previous decision on the parties’ cross-motions for summary judgment (which left some issues for further proceedings); (ii) the motion was motivated by the appellant's financial calculus, rather than a desire to obtain a tactical advantage; (iii) the motion was submitted before the Board issued a decision on the merits and at a time when discovery had just begun; (iv) the appellant's explanation for the motion was adequate (i.e., appellant had previously understood that both parties wanted to proceed under Rule 11, but after the Government clarified its intent to proceed under Rule 10, the appellant determined that the burden of a hearing outweighed the potential benefit and found a proposed hybrid approach (one side presenting its case under Rule 11, the other under Rule 10) unsatisfactory; and (v) neither party having submitted evidence regarding the expense of relitigation, that factor was consideered neutral. |
| April 20 | In Hamilton Square, LLC, a contract case, the Court of Federal Claims held that the plaintiff could utilize an expert's report that it had timely disclosed to the Government as a supplement to discovery under Rule 26(e), but the plaintiff had not been diligent in its pursuit of expert discovery on the liability issues and, therefore, it could not establish good cause to reopen expert discovery. |
| April 18 | In ASRC Federal Infrastructure Support, LLC, the Court of Federal Claims denied a motion by the incumbent/plaintiff for a preliminary injunction (seeking to block the transition to a new contractor and performance of two contracts until the underlying protest could be decided on the merits) because the plaintiff failed to establish the likelihood of success on the merits on most of its allegations, and the potential loss of the plaintiff's employees to the new contractor if the contract were allowed to proceed pending the outcome of the protest was not sufficient to establish irreparable harm in the area where the protester had established a likelihood of success on the merits and prejudice by the agency's misevaluation of the awardee's proposal in the Past Performance and Experience areas due to its over-reliance on the credentials of affiliates. |
| April 17 | In Rice Services, Inc., the Court of Federal Claims, relying in part on the Reilly's Wholesale factors, denied a challenge to the override of a CICA stay of a task order to provide cook and dining facility attendant support at the Cadet Mess at West Point in order to address chronic staffing shortages because there were rational bases for the agency's conclusions that continued performance of the task order during the pendency of the underlying GAO protest was in the best interests of the United States and that urgent and compelling circumstances that significantly affected the interests of the United States would not permit waiting for the GAO's decision on the protest. |
| April 16 | In Endure Industries, Inc., the ASBCA held that an incentive agreement did not constitute a contract because: (i) it lacked mutuality of intent since it specifically stated it was not a contract; and (ii) it lacked consideration since the Government did promise to buy anything from the appellant. The Board also held it lacked jurisdiction over the appellant's theory of an implied-in-fact contract because it was not previously presented to the Contracting Officer for a decision. Finally, the Board castigated the pro se appellant for several hallucinated citations in its brief, which had been generated using AI. |
| April 15 | In Global Connections to Employment, Inc., the Court of Federal Claims denied the Government's last-minute
motion to stay proceedings pending a decision by the AbilityOne Commission Ombudsman
concerning the services at issue in the bid protest: In plain language, there is no readily apparent excuse for the Government waiting until after normal business hours on the last possible day to seek leave from the Court to blow past the deadline for filing the Administrative Record, thereby disrupting every subsequent deadline. In addition, the Government seeks to leverage the Ombudsman’s forthcoming decision into a sixty- five day stay, none of it attributable to a request for remand, nor with the assent of Plaintiff. In sum, the Government ignored the Court’s scheduling Order, granted itself an enlargement, and disrupted the long-held standard that bid protests are resolved on an expedited basis. This conduct is unsupportable. |
| April 14 | The ASBCA denied almost all aspects of a 215 page motion for reconsideration filed by Sayar Development Inc. challenging many aspects of the Board's prior decision and adding a slew of additional, irrelevant issues, apparently written by AI. The Board sustained the motion with respect to one claim the Board had erroneously held had not been submitted to the Contracting Officer, but then dismissed that appeal now because the claim had not been certified. |
| April 13 | In Sand Point Services, LLC, the Court of Federal Claims struck an allegation in the Complaint because the Contracting Officer's alleged failure to consider all the factors in FAR 9.402-3(f) was insufficient, without more, to invalidate a partial default termination of a contract for demolition, repair, and renovation of barracks buildings. The court, however, declined to dismiss the allegation that the alleged failure to consider those factors, coupled with other indicia, meant the termination was merely pretextual and was based on an impermissible animus. |
| April 12 | In Capital FM (Pvt.) Ltd, an appeal conducted pursuant to Board Rule 52 (the expedited procedure for small claims) concernining the costs recoverable following a termination for convenience the CBCA held that: (i) the contractor, as the licensed distributor of programming created by the agency, was entitled to recover its severance costs for employees that had been hired exclusively to perform on the terminated contract; but (ii) the contractor was not entitled to any other of its claimed costs on the theory that the termiation was an abuse of discretion since (a) FAR 52.212-4, on which the termiantion was based, had been amended to apply to both commercial products and commercial services (and, thus, applied to this contract), (b) the language in the contract's termination clause permitting termination "at least" 30 days before end of a term meant the termination could occur at any time prior to that point, and (c) the agency's discretionary delay in issuing the termination notice until after the agency had already stopped using the contracted services was not objectionable. |
| April 11 | I'm back. In Korte Constr. Co., a decision labeled as nonprecedential, the Court of Appeals for the Federal Circuit affirmed the prior ASBCA decision granting the Government's motion for summary judgment because: (i) the contractor's interpretation of the contract's requirements for installing chilled water system improvements was unreasonable and did not give meaning to all parts of the contract; and (ii) to the extent the contract was ambiguous, the contractor had a duty to inquire about the ambiguities both because they were patent and because it knew that its interpretation of the RFP required disregarding the specification and drawings—"a paradigmatic patent ambiguity." |
| April 9 | The GAO sustained a protest by Effective Communications Strategies, LLC, because the agency
did not provide the protester sufficient time to submit its revised
proposals in response to solicitation amendments given the
frenetic pace of the agency’s evolving technical requirements. In Technatomy Corp., et al., (a) which involved unsuccessful post-award consolidated protests by 17 offerors against the agency's 32 awards following a prior decision on another set of consolidated protests that had resulted in a remand and reevaluation and (b) which contains so many issues that it defies my aim to provide brief case summaries, the Court of Federal Claims held, among a myriad of other issues, that: (i) the agency properly considered "fairness" (which is an implicit component of every award decision) in adding back two offerors who had been knocked out of the 30 original awards because the agency's errors in evaluating two other offerors' scores had placed them above the the ousted offerors, and the protesters' argument that the agency should have set aside a certain number of awards for SDVOSBs and applied the rule of two was foreclosed by the Blue & Gold Fleet doctrine; (ii) the agency was not required to seek clarification from any offeror who did not provide all the required documents with its proposal, but was permitted to request clarification of various other issues that would not require the agency to review additional documents; (iii) the agency's requests for additional information from certain offerors constituted clarifications (some of which were sought due to an ambiguity in the solicitation), rather than discussions, and the agency was not required to, and did not, conduct discussions or treat proposals disparately; and (iv) the agency's interpretation of, and evaluation in accordance with, a host of various solicitation requirements had rational bases. |
| April 8 | My trusty Chat GPT assistant advises me that the public network I am using as a guest on my road trip will not allow me the access I need to update SBA OHA decisions this week. Fortunately, it's been quiet elsewhere so far. I'll be back to my normal computer access on Sunday. |
| April 6 | I am on the road all
this week, so updates may be a bit spottier than normal. The Commerce Department has made minor changes to its acquisition regulation by updating or removing certain outdated and unnecessary regulatory language, by moving a subpart to better track the structure of the FAR, and by correcting a typographical error. |
| April 5 | On March 17-19, the SBA issued a slew of (my rough count is 43) brief decisions, all basically in the same form, each one lifting a firm's suspension from the 8(a) program. Here is one representative example: In the Matter of R&R Quality Constr. Svcs., Inc. |
| April 4 | In CB Portable Toilet Rental and Svcs., the ASBCA denied an EAJA application because: (i) it was submitted by an individual rather than the appellant; (ii) it was untimely because that individual's appeal to the CAFC had been dismissed for lack of jurisdiction, and, therefore, had not extended the 30-day time period within which the application should have been filed; and (iii) the application was for certain litigation fees, while the contractor had not employed an attorney. |
| April 3 | In DSME Constr. Co., Ltd., the ASBCA denied the Government's motion to dismiss the appeal with prejudice for citations to nonexistent cases in three of the appellant's briefs (an apparent result of multiple AI hallucinations) but did (i) strike the appellant's surreply brief, which appellant conceded contained eight such citations and (ii) denied the appellant's motion to file an amended surreply. |
| April 2 | In Brittani Wattiker, the CBCA denied a claim for misdescription of outboard boat motors bought at auction because the purchaser failed to inspect the items prior to the auction and did not submit the notice of the alleged misdescription within 15 days of the date of award or removal of the property. |
| April 1 | Executive Order 14398 aims to eliminate DEI activities by federal contractors and subcontractors. |
| March 31 | In Group III Mgt., Inc., the ASBCA denied the Government's motion to dismiss for lack of jurisdiction because the contractor had FedExed its notice of appeal to the Board and to the Contracting Officer in time for both to receive it within 90 days of the Contracting Officer's decision, and the Contracting Officer had received the appeal in time, even though the copy addressed to the Board had been returned despite the fact that the appellant had received a receipt indicating it had been delivered on time. The Board also denied the Government's motion to dismiss the appeal for failure to state a claim for compensable delay because the Complaint alleged all three required elements of such a claim: the extent of the alleged delay, the causal link between the government’s wrongful acts and the delay in the contractor’s performance, and the alleged harm to the contractor from the delay, all with sufficient specificity. Finally, the Board denied the Government's motion for summary judgment because issues of fact concerning a bilateral modfication precluded a finding in favor of the Government's accord and satisfaction defense. |
| March 30 | Effective May 4, the SBA
is
amending its Program Fraud Civil Remedies Act regulations in 13 CFR part 142
to reflect changes made to the Program Fraud Civil Remedies Act
of 1986 by the Administrative False Claims Act of 2023. These
changes, among other things, revise the name of the
administrative action from ‘‘Program Fraud Civil Remedies’’ to
‘‘Administrative False Claims’’ and increase the threshold for a
claim from $150,000 to $1,000,000. The OFPP's CAS Board is soliciting public comments by April 20 on proposed increases to the CAS thresholds and other matters related to the CAS program requirements. The CAS Board also is soliciting public comments on proposed changes to CAS 407 to conform to GAAP. |
| March 28 | In Noblis MSD, LLC, the Court of Federal Claims,
inter alia, denied two of the plaintiff's grounds for
protest, but found that the agency's evaluation of the awardee's Past Performance
prejudiced the plaintiff by giving unwarranted credit for the experience of the awardee's parent company,
a conclusion that the court arrived at only after an exhaustive analysis of the ways the experience of affiliates and subcontractors may be utilized
by evaluators in various types of solicitations:What emerges from this regulatory and decisional thicket is a framework governed more by solicitation-specific terms than by universal rules. But underlying all four permutations is a single, unifying principle: there is one offeror, which becomes the prime contractor when awarded the contract, and that entity alone is in privity with the government. Subcontractors and affiliates are separate legal entities whose experience and past performance remain their own. Because the FAR does not provide universal definitions of “contractor†and “subcontractor,†and because it grants agencies wide latitude in structuring their evaluation criteria, the answer to “Can I get credit for my affiliate’s or subcontractor's past performance?†is invariably: “It depends.â€The court ultimately denied the plaintiff's request for injunctive relief because the plaintiff had neglected to argue for, or even address, the factors necessary for such relief, but the court did afford the plaintiff the opportunity to seek bid and proposal costs.. |
| March 27 | In Abacus Technology Corp., the Court of Federal Claims denied the Government's motion to dismiss (as unripe) a protest against the in-sourcing of a contract currently being performed by the plaintiff because the evidence indicated the Government had made a final decision to in-source the work. |
| March 26 | In Stellar J Corp., which involved a contract to construct improvements to an historic trail, the CBCA denied a claim for additional backfill and excavation costs related to the construction of a retaining wall because: (i) the contractor had confirmed its bid, knowing it contained an error; and (ii) the claimed costs improperly relied on "for-information-only-quantities," which were not supposed to be separate pay items and were related to an area covered by the Variation in Estimated Quantity clause, which only permitted recovery for variations of greater than 15%, when the actual variation was only 4%. |
| March 25 | In VSBC Appeal of T.S. Conard, Inc., the SBA's OHA vacated the denial of a firm's SDVOSB status and remanded the case to the SBA because its denial decision had not explained why the agency had concluded that the firm had not established it was owned and controlled by an SDV. |
| March 24 | In Steel Point Solutions, LLC, an unsuccessful post-award protest in a solicitation for an IT professional services contract, the Court of Federal Claims held that: (i) the source selection decision and technical evaluation report issued on the same day as the contract awards (and a few days after draft congratulatory emails had been sent to the eventual winners) did not constitute post hoc rationalizations; (ii) the plaintiff's and competitor's proposals were not substantially indistinguishable in either of the two evaluation areas that the plaintiff complained of disparate treatment; and (iii) the Past Performance evaluation criteria did not require the agency to track down information (specifically a CPARS report) not included in the plaintiff's proposal, especially where the missing report did not result in a significant evaluated weakness. |
| March 23 | In AccelGov, LLC, an unsuccessful post-award protest, the Court of Federal Claims held there was a rational basis for the agency to assign the plaintiff's proposal a "low confidence" rating in the Management Approach evaluation factor on the basis of a finding of severe understaffing of one proposed position in one of seven supposedly equally important subfactors because adjectival ratings are not meant to be treated as numerical rankings that must be averaged to come up with the final score: "[A] stool missing any of its four legs, no matter which leg—and no matter how perfectly the other legs are constructed—is not a functional stool." The court also held that the agency the did not treat offerors differently by ranking the awardee higher in this same factor even though it was found to have proposed too few staff in another position. |
| March 21 | In United Defense, LLC, an unsuccessful preaward protest, the Court of Federal Claims held that the plaintiff lacked standing to complain of a Procurement Integrity Act (PIA) violation because its Technical Approach proposal received an “Unacceptable†rating for reasons unrelated to the alleged PIA violation, rendering it ineligible for award. |
| March 20 | In HII ShipCycle, LLC, a successful protest of the plaintiff's disqualification from a competition for the dismantlement and disposal of a nuclear-powered aircraft carrier, the Court of Federal Claims held that where the plaintiff had notified the Government of problems it was having submitting its final proposal revisions electronically and had requested a very brief extension of the submission deadline, the Contracting Officer erred in denying the plaintiff's request without considering any of the circumstances, especially where the Contracting Officer was aware that there were only three offers in the competitive range and that the plaintiff's previous offer had received the highest possible rating in past performance, had only minor technical issues, and had the lowest price: "[T]he contracting officer knew of the Protester’s technological difficulties, knew the contents of the initial proposals, and failed to ever acknowledge the Protester’s request, even in later documented decisions. That does not reflect consideration of factors relevant to the procurement. Consequently, the contracting officer’s failure to consider the request was arbitrary and capricious." |
| March 19 | Federal Acquisition circular (FAC)
2026-01 has been published and includes the following item:
FAR Case 2025-007: The FAR has been revised 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. Catching up on a decision I overlooked last year. In Paragon Defense Solutions, Inc., an appeal decided on the record under Rule 12.2, the ASBCA's small claims (expedited) procedures, the Board denied an appeal of what the contractor characterized as an improper termination, holding that this was a purchase order issued pursuant to FAR Part 13, and while the contractor had performed sufficiently to convert the order into an option contract, that option had simply lapsed because the contractor had failed to deliver conforming items within the required time. |
| March 18 | In Racer Machinery Int'l, the ASBCA substituted the Canadian Commercial Corporation (CCC) for its subcontractor as the appellant, even though the CCC had filed its notice of appeal late, because, although the subcontractor was not in privity with the Government and, therefore, must have its appeal dismissed for lack of jurisdiction, the Contracting Officer's Show Cause letter and his subsequent decision terminating the contract for default (which contained the notice of appeal rights) had been sent to both the sub and CCC and, according to the Board, was worded so as to suggest the subcontractor had a right to appeal, which misled CCC into thinking that was so. I question this conclusion. It is the function of the CCC to act as a conduit directing federal contracts to subcontractors, and, given that the CDA has been the law for more than 45 years now, I think it is well past time for such a professional entity to be held to know that a subcontractor does not have privity with the Government. |
| March 17 | In VSBC Protest of Crosstown Courier Service, Inc., the SBA's OHA denied the petition for reconsideration of its prior decision principally because the challenged transfer of an SDVOSB's ownership as part of a merger into a firm with the same name was accomplished as single transaction and not in two transactions as the protester had complained, and the firm continued to be controlled by an SDV after that transaction and was a qualified SDVOSB at the time of proposal submission. |
| March 16 | In Matter of ACC Int'l, Inc., the SBA's OHA upheld the SBA's decision to graduate a firm from the 8(a) program because, using information provided by the firm, itself, the SBA correctly determined that its owner was no longer economically disadvantaged since his average annual adjusted gross income over the past three years exceeded $400,000, even including the amount he had reinvested in the business to avoid that outcome (and other reinvestment amounts came too late). The OHA also held that the firm had not rebutted the presumption that its owner was no longer economically disadvantaged because it had not shown that his disqualifying income level had been both unusual and unlikely to occur in the future. |
| March 15 | In First Street Contractors, LLC, the ASBCA denied cross motions for summary judgment as to three claims in a contract to replace the existing grit dewatering equipment at a wastewater treatment plant because of genuine issues of fact concerning: (i) whether the contractor reasonably interpreted and relied on the contract documents to conclude that the existing concrete floor openings were larger than the grit pumps, and whether the existing concrete floor openings being smaller than the grit pumps was reasonably foreseeable based upon all the information available at the time of bidding; (ii) whether, based upon extrinsic evidence, a reasonable contractor in the contractor's position would have interpreted the ambiguous contract to require that valves larger than three inches be glass lined; and (iii) whether the Government's direction that the contractor provide continuous temporary grit pump watch services required work beyond the contract’s requirements. |
| March 14 | In Penna Group, LLC, which has an unusual fact pattern, the ASBCA held that after it had formally dismissed a case with prejudice based upon the appellant's representations that the parties had settled the dispute and that the Government had paid the full settlement amount to the appellant's attorneys, the Board no longer had any jurisdiction over the case, including a motion to vacate its prior decision by the receiver in a Texas state court bankruptcy action on the alleged grounds that the the appellant's owner did not have the authority to enter into a settlement and had hidden the existence of the receivership from the Board. The Board held more generally, that under the CDA, the Board does not possess the authority to entertain a third-party challenge to the terms of a settlement agreement. Finally, under the explicit terms of the state court's receivership order, the Texas district court retained exclusive jurisdiction of the issues underlying the motion to vacate. |
| March 13 | In Threat Tec, LLC, the Court of Federal Claims denied the plaintiff's request for a preliminary injunction against the Government's override of a CICA stay by awarding a bridge contract during a GAO protest because, based on the court's limited time to consider hastily filed, abbreviated briefing by both sides, the plaintiff had not met its burden to establish standing (its eligibility to perform the contract at issue) or its likelihood of success on the merits, including its Procurement Integrity Act allegations that it had failed to address in its reply brief after the Government and intervenor had spent considerable time rebutting them in their briefs. Although the court denied the Government's motion to dismiss the case outright, as we know, the denial of a preliminary injunction usually means the remaining request for a permanent injunction is dead in the water. |
| March 12 | In VSS Int'l, although the CBCA denied most parts of the Government's motion for summary judgment as to the contractor's various claims due to disputed issues, it held that the contractor had not established a Type I Differing Site Condition because the contractor did not contend that existing subsurface or latent physical conditions differed from those specified in the contract or that the worksite had unknown physical conditions of an unusual nature that differed materially from what would be ordinarily encountered, but instead alleged only that there was a difference between the contract’s specifications and the Government's directions with regard to the manner in which the work would be conducted, essentially repeating the contractor's breach and changes claims. |
| March 11 | In Cutter Enterprises, LLC, the ASBCA, in a lengthy and detailed opinion, upheld the default termination of a construction contract to alter aircraft hangar buildings because the contractor: (i) failed to provide the appropriate level of project management and quality control, which led to delays; (ii) did not follow the specifications on multiple occasions; (iii) did not maintain adequate schedules, which led to a failure to identify and track a critical path; (iv) failed, when requested, to provide assurances or any explanations for the delays sufficient to allow the Contracting Officer to understand their cause or how they would be prevented in the future; and (v) failed to prove that any of the many alleged causes for its delays were excusable or attributable to the Government. |
| March 9 | Partially because I am a lifelong football fan, I feel compelled to
post the opening paragraphs from the Court of Federal Claims' decision denying the request for reconsideration of its
prior decision
concerning the application of the "late is late" rule in the protest of
Kropp Holdings, Inc.:
|
| March 7 | In Fire Creek Co. and Aleut Management Services, LLC, which involved unsuccessful consolidated protests, the Court of Federal Claims held that, properly interpreted, the OASIS+ 8(a) IDIQ solicitation required each offeror to submit a minimum of two qualifying projects ("QP") performed by an entity that was an 8(a) certified firm at the time of offer submission, while both plaintiffs had relied upon firms that had been 8(a) certified at the time they had performed the qualifying work but were no longer certified at the time of offer submission. Thus, the plaintiffs had been properly determined to be nonresponsive. |
| March 6 | In Sheela Inc., an unsuccessful protest, the Court of Federal Claims held that: (i) the agency's Past Performance evaluation using CPARs complied with the solicitation's requirements and did not treat plaintiff disparately from other offerors; (ii) absent evidence sufficient to overcome the presumption that the Government's officials act in good faith, the mere fact that three of the evaluators were personally familiar with the plaintiff's prior work did not establish bias; and (iii) challenges to the price evaluations of other offerors failed because solicitation did not require a cost analysis and the plaintiff had not established prejudice. |
| March 5 | In Viakorp Corp., the CBCA dismissed (as late) an appeal of a default termination filed more than 90 days after receipt of the Contracting Officer's decision. The contractor had argued that it had not received the decision until eight days after it was emailed, which was not only implausible, but also unavailing, because the appeal was still late even when counted from that date. |
| March 4 | In NAICS Appeal of Venergy Group, LLC, the SBA's OHA held that in a solicitation to construct a boiler plant, the apellant's choice of NAICS 236220 ("Commercial and Institutional Building Construction") was preferable to the Contracting Officer's choice of NAICS 238220 ("Plumbing, Heating, and Air-Conditioning Contractors") . |
| March 3 | In Size Appeal of Stripes Global, Inc., the SBA's OHA denied a size protest, holding that: (i) the ostensible subcontractor rule does not apply to procurements for manufactured items; (ii) the class waiver for the NAICS code controlling this solicitation meant the Limitations on Subcontracting rule did not apply; and (iii) the challenged firm met all four prongs of the nonmanufacturer rule--in particular, there was no requirement that the challenged firm be licensed by the State of California for the procurement and, therefore, no validity to the allegation that the challenged firm was reliant on, and, therefore, affiliated with, another firm for this alleged licensing requirement. |
| March 2 | In AAR Government Services, Inc., an unsuccessful protest of an award to a higher-priced, higher-technically-rated offeror (which illustrates the court's refusal to substitute its subjective judgments for those of the agency), the Court of Federal Claims held that: (i) the agency conducted adequate discussions and used (and adequately documented) several different acceptable techniques to evaluate price reasonableness; and (ii) there were rational bases for the agency's Past Performance evaluations of the plaintiff and the awardee, including the rating of one of plaintiff's Past Performance examples as as "Marginal" and the rating for its subcontractor as "Unknown." |
| February 28 | In Louis J. Blazy, the CBCA denied the pro se appellant's “Motion For Procedural Determination on the Validity of the Contracting Officer’s Final Decisions and Stay Merits Proceeding,†which had been submitted after the appeal proceedings were well underway, because: (i) even if, as appellant alleged, the Contracting Officer who had issued the decisions being appealed lacked a warrant, the underlying claims were deemed denied since they were followed by a valid appeal more than 60 days after the claims had been submitted; and (ii) like all appeals, these will proceed de novo, i.e., independent of the validity of the underlying decisions by the Contracting Officer. |
| February 27 | In CWS FMTI LLC and Mainsail-Oasis Joint Venture LLC, which involved unsuccessful consolidated protests of the plaintiffs' (mentor-protégé joint ventures') disqualification from the GSA OASIS+ solicitation, the Court of Federal Claims held that, read together, two solicitation provisions unambiguously required that every offeror competing for a socioeconomic set-aside group must provide two qualifying projects from set-aside businesses to demonstrate their experience. The plaintiffs had argued that only one of those two provisions was applicable. The court also noted that, even if the solicitation were ambiguous, as alleged by the plaintiffs, that ambiguity was patent, and the plaintiffs had failed to timely object to it. |
| February 26 | In GIP Indianapolis, LLC, an appeal submitted on the written record under Board Rule 19 and using the accelerated procedure in Board Rule 53, the CBCA held that the Government was not entitled to deductions for alleged overpayments of rent because the terms of bilateral lease amendments unambiguously established both the operating cost rent and the operating cost base and, therefore, controlled over any prior provisions or agreements concerning the rental amount. |
| February 25 | In
Louis J. Blazy, the CBCA
sua sponte sanctioned a pro se appellant for a plethora of nonexistent
citations in his “Motion For Procedural Determination on the
Validity of the Contracting Officer’s Final Decisions and Stay
Merits Proceeding,†which appear to be the result of AI
hallucinations, even though the appellant denied he had used AI: Appellant’s motion contained four citations to decisions that appeared not to exist. For each citation, the Board issued an order directing appellant to produce a copy of the decision. Appellant did not submit copies of the requested decisions because those decisions, upon which he relied, do not exist. Appellant offered general, unpersuasive, confusing, and vague explanations for why he cited the non-existent decisions. He stated that “certain legal research databases . . . may not fully integrate with the . . . search codes used by the Court of Federal Claims.†He referred to errors in “publicly available sources,†“editorial errors†in unnamed “secondary reference sources,†and “mistakes in [unidentified] commercial contract law digests, and training compilations.†In one instance, appellant stated that a non-existent citation was used as “shorthand†for the citation of another case which he offered as a substitute, without explaining his definition of “shorthand†or how such “shorthand†translated to a citation for another decision. |
| February 24 | In Meltech Corp., the ASBCA held that the Government was entitled to a credit because the contractor switched to thinner roof panels than those in the approved 100% design specifications, even if the substituted panels met the performance requirements. |
| February 20 | In Thomas Daniel Baker, the CBCA dismissed an appeal for failure to prosecute because, after the Board resumed operations following a shutdown due to a lapse in federal funding, the appellant ghosted the Board, failing to respond to mutiple Board orders. |
| February 19 | In Lift Up Trucking, LLC, the ASBCA held that: (i) it lacked jurisdiction over a maintenance contractor's claim requesting specific performance (e.g., that the agency be required to remedy an allged tick infestation at the site); (ii) the contractor failed to allege the required sum certain in its claim that Government should assume responsibility for future delays or costs for possible overgrowth of vegetation; and (iii) the contractor admittedly did not perform certain required services so was not entitled to any payment under the related invoice. |
| February 18 | Catching up a bit with an older decision. In Contract Dispute of Prow’ess Construction Corp., the FAA's Office of Dispute Resolution for Acquisition held, inter alia, that it had the authority to award nominal damages of $1,000 where the Government had established its claim for substandard work but had failed to prove quantum. |
| February 16 | The GAO sustained a protest by Moorish-Wallace Construction Co. d/b/a Ryba Construction Co. because a solicitation amendment adding a wage determination was a material amendment, so the agency was not free to waive a bidder's failure to acknowledge it. |
| February 13 | In
Geoffrey Wattiker and Brittani Wattiker, the CBCA dismissed the husband of a husband and wife team of appellants for lack of standing because only the wife was the contractor who was challenging an auction sale as
having included misrepresentations. Subsequently, the Board denied
the appellant's request for reconsideration. In VSBC Protest of Sigo Valiant JV, the SBA's OHA held it lacked jurisdiction over the protester's request for the agency to conduct a "status investigation" of a firm, which the protester had sent to the agency along with a request that the agency forward it to the OHA. |
| February 12 | In
Gemeni Tech Services LLC, the Court of Federal Claims
held that the agency had violated the court's
previous injunction by revising the solicitation and
requesting revised proposals instead of re-evaluating the prior
proposals. In NAICS Appeal of Tribal Providers, the SBA's OHA held that, in a solicitation for teleradiology services, the Contracting Officer's choice of NAICS 621512 ("Diagnostic Imaging Centers") was preferable to the appellant's choice of NAICS-621111 ("Offices of Physicians (except Mental Health Specialists)") because the procurement was not for physicians' services generally, but for the very specific health services of producing diagnostic images. In Liberty Technical Services, LLC, an appeal submitted on the record using accelerated procedures and involving a contract to provide water treatment supplies and services at three VA medical centers, the CBCA denied the contractor's claims, holding, inter alia, that the contract's unambiguous requirement that the contractor "shall provide all supplies and technical support services†to fulfill the contract requirements included equipment not specifically identified in the contract that the parties, nevertheless, agreed was necessary for performance, especially where, within eight days of starting performance of the contract, the contractor confirmed that it had purchased the now-disputed controllers, pumps, and tanks but did not claim at that time that any of these items were not included in the contract. Although not necessary to its decision, the Board also discussed in detail the many deficiencies in the evidence of quantum submitted by the contractor. |
| February 11 | In VSBC Appeal of Vialytix, LLC, the SBA's OHA upheld the decision that a firm was not an eligible SDVOSB because the SDV did not unconditionally own and control the firm, but instead jointly owned it with his wife. |
| February 10 | In Wolverine Tube, Inc., the ASBCA addressed cross motions for summary judgment regarding T for C costs recoverable by
a contractor that had continued to incur costs after a Stop Work Order was issued
and corrective action undertaken as a result of a GAO protest (which ultimately resulted in award to another contractor),
finding that issues of fact precluded summary judgment on most
items of disputed costs. In Watts Constructors, LLC, which was decided in 2025, the ASBCA held that the six year limitations period barred the contractor's claim relating to alleged delays caused by the tardy issuance of a modification by the Government because the contractor was aware at the original time of that event that it was impacting the contractor's work on the project. Now, the Board has denied the contractor's motion for reconsideration. |
| February 9 | In Advantaged Solutions, Inc., an unsuccessful protest by the original awardee against the results of corrective action, the Court of Federal Claims held that: (i) under Blue & Gold Fleet, the plaintiff waived its protest that the agency's de-scoping of solicitation had resulted in one that did not meet its minimum needs because the plaintiff had failed to object during the original solicitation process when that de-scoping had occurred; (ii) the agency properly undertook corrective action because it had treated proposals unequally in the original evaluation by faulting the competitor's proposal for identical language that it had found acceptable in the plaintiff's proposal; (iii) since the plaintiff's proposal was found acceptable and evaluated favorably both during the original and the corrective action evaluations, the agency was not required to conduct discussions with it during corrective action; and (iv) the agency's finding during corrective action that the competitor's proposal was acceptable was unobjectionable because it contained identical language to the protester's proposal, which had been found acceptable. |
| February 8 | In Strong Structural Steel, Ltd, the Court of Federal Claims held it lacked jurisdiction over a claim by a subcontractor for steel bollard wall panels that it had manufactured for the southern border wall but were unused when construction was halted because the subcontractor lacked privity of contract with the United States . |
| February 6 | In Syneren Technologies Corp., et al., the Court of Appeals for the Federal Circuit affirmed the prior CoFC decision in a protest against the agency's decision to undertake corrective action because agencies have the inherent authority unilaterally to terminate awards for convenience and and take corrective action while a bid protest is pending, provided that the agency gives notice. |
| February 5 | In
VSBC Protest of Fairfield Refrigeration & Cooling Equipment,
the SBA's OHA denied a protest of a firm's SDVOSB status because
the protest merely alleged that the protested firm “may or may not†be in violation of a few SBA regulations, with "absolutely no evidence" in support
of that allegation. Here's one you don't see every day. Originally, in Size Appeal of Veteran Elevated Solutions, LLC, the OHA held that the Area Office erred in finding the challenged firm complied with the ostensible subcontractor rule because, contrary to the Area Office's findings: (i) Otis Elevator, a large business, was the challenged firm's subcontractor; and (ii) Otis would be performing the contract's primary and vital requirements. Now, more than nine months later, the OHA grants the original protester's request that the OHA issue an order declaring the protested firm ineligible for award after both the agency and the protested firm failed to respond to the protester's queries as to whether the agency had gone ahead with the award. |
| February 4 | In Meltech Corp., the ASBCA held that the construction contractor had encountered a Type I differing site condition because the specifications did not alert it to the presence of a (hidden) five-inch crown in the existing roof structure that would interfere with its ability simply to install the new roof over the existing one without removing it, which is what the specifications (and the pre-bid Q&A) indicated the contractor could do. |
| February 3 | In Amentum Technology Inc; SOS International LLC, the GAO sustained each of two consolidated protests because: (i) the agency's assignment of decreased confidence to one protester's proposal allegedly due to statements it made in the oral presentation was unsupported by anything in the contemporaneous record, including the audio recording of the oral presentations; and (ii) the differing evaluations of the other protester's and the awardee's proposals regarding "upskilling" was unsupported by the record and unfairly utilized a different and higher standard of review to evaluate the protester's proposal, which amounted to an unequal evaluation. |
| February 2 | In Eleit Technology, Inc., a successful post-award protest by the incumbent against the award of a BPA under FAR Part 8.4, the Court of Federal Claims held that: (i) the agency failed to document any distinguishing features among the proposals, turning what should have been a qualitative evaluation into one for technical acceptability; and (ii) the record was insufficient to establish that the Government had adhered to the solicitation's "recency" requirement in evaluating the awardee's experience. |
| January 30 | In
Meltech Corp., the ASBCA denied the
contractor's claim for alleged delays caused by additional security
measures controlling base access implemented by the Government because
those security measures were reasonable, applied worldwide, and were
accompanied by a pamphlet explaining how to comply with them, while the
delays were caused by the contractor's own actions, e.g., its delays
in providing the correct paperwork, such as badging applications: [T]the evidence reveals [the contractor's] numerous failures in following the new procedure set forth by the government for the new base access process. The FMVCC complained that delays in [the contractor's] badging applications were largely due to it submitting paperwork at the last minute, incomplete paperwork and document submissions, and paperwork that required the FMVCC staff to retype their document on [the contractor's] behalf. The FMVCC complained to USACE that while the FMVCC processed thousands of applications every month for over a hundred different organizations, it had to delay other applicants to accommodate [the contractor's] last-minute applications. . . . The FMVCC sent two separate letters to USACE outlining the badging delays complained by [the contractor], which appear to be unique to [the contractor] due to its inability to follow directions. . . . |
| January 29 | In Mega Star Logistic Services Co. , the CBCA dismissed one appeal as moot because the appellant did not dispute that the Government had paid the appellant what it claimed it was owed, and the Board held it lacked jurisdiction over a second claim because the appellant had not filed a notice of appeal of the Contracting Officer's decision. Subsequently, the appellant's motion for reconsideration was denied. |
| January 28 | In Peanut Wagon, Inc., which involved a dispute over
the meaning of phrase "original cost" in determining the fair value the contractor was entitled to for
its post-award installation of an HVAC system in a concession contract,
in which it had a possessory interest at the contract's termination, the Court of Federal Claims held that, when examined in accordance with all its
provisions, Black's Law Dictionary, GAAP, and changes to an older
contract format, the contract unambiguously defined "original
cost" as book value, i.e., historical cost minus straight line
depreciation, and that determination governed whether the
contractor was entitled to several categories of its claimed
costs, e.g., indirect costs. Effective February 27, the CBCA is making amendments to its rules of practice and procedure to incorporate language that accounts for technological developments, to clarify differences between efiling and filing pleadings through the Board’s Electronic Docketing System (EDS), to change definitions where necessary to integrate EDS filing, to delete obsolete terminology, and to enhance integration of the Board’s new procedural rules proposed pursuant to recent amendments to the Administrative False Claims Act (AFCA) and the Contract Disputes Act (CDA). Also effective February 27, the CBCA is issuing new rules of procedure to effectuate the new administrative scheme set forth in the AFCA, as amended by the NDAA for FY 2025. specifically the administrative process for deciding claims brought by authorities seeking to impose civil penalties against persons who make, submit, or present false claims and statements to executive agencies. |
| January 27 | In
Size Appeal of The Underdogs
Unlimited, LLC, the SBA's OHA held that the Area Office was correct in
making an adverse inference after the protested firm failed to provide
requested information concerning its compliance with the ostensible
subcontractor rule, which was the subject of the size protest:Here, [the original size protester] sufficiently called into question Appellant's ability to perform the primary and vital requirements of the Solicitation in the absence of a subcontractor and sufficiently identified the absence of any subcontractors within Appellant's proposal. Subsequently, the Area Office requested Appellant provide documentation (licensure/certification) to demonstrate it could perform the primary and vital requirements of the contract in the absence of using a subcontractor. The Area Office further requested information from Appellant to evaluate Appellant's use of any subcontractors under the ostensible subcontractor rule and limitations on subcontracting under 13 C.F.R. § 125.6. Appellant did not provide the requested information or documentation and relied upon its assertion that it would comply with all subcontracting requirements. |
| January 26 | In VSBC Protest of General Services Administration, the SBA's OHA denied a protest against a JV's SDVOSB status because, although the JV agreement did not explicitly contain provisions concerning financial reporting required by 13 C.F.R. §§ 128.402(c)(11), (12), it did contain provisions requiring extensive financial reports, and, more importantly, a provision explicitly requiring its Managing Member to prepare and submit the reports “required by the . . . applicable regulation.†|
| January 23 | In VSBC Protest of General Services Administration, the SBA's OHA held that the SDVOSB member of joint venture is only required to own 51% of it if the joint venture is a separate legal entity, whereas, informal arrangements, such as this one, are not required to break down the ownership interests of their members. |
| January 22 | In VSBC Protest of General Services Administration, the SBA's OHA denied a protest of a firm's status as an SDVOSB because an amendment to its joint venture agreement made before final proposal revisions was plainly in compliance with the applicable SBA requirements for joint ventures requiring quarterly financial statements and project-end profit and loss statements (13 C.F.R. §§ 128.402(c)(11) & (12)). |
| January 20 | In Globe Trailor Mfg., Inc., a Rule 11 proceeding regarding the quantum due appellant for work performed prior to a T for C, the ASBCA held: (i) there would be no recovery at all for attorneys' fees that were not segregated between those incurred for preparing the termination settlement proposal (which would have been recoverable) and those for preparing constructive change claims (which would not); (ii) an affidavit allegedly in support of other attorneys' fees was of no evidentiary value because of the large number of unexplained redactions it contained; and (iii) an accord and satisfaction barred the recovery of legal fees related to an agreed settlement. |
| January 16 | In VSBC Appeal of Datawize Technologies LLC, the SBA's OHA held that the denial of a firm's status as a certified SDVOSB was erroneous because the Operating Agreement gave the qualifying veteran the power to alter, amend, restate, or repeal the Agreement, or to adopt a whole new Operating Agreement, so any negative control given to the minority shareholder by other provisions was illusory. |
| January 14 | In VSBC Appeal of Borek's Concrete Co., the SBA's OHA held that, although the reasons advanced for rejecting a firm's application for certification as an SDVOSB were erroneous, the conclusion was correct because a non-SDV could exercise negative control over the firm given its Bylaws which required that 60% of shareholders were necessary for a quorum, and 75% of shareholders were necessary to amend the Bylaws, when its SDV only had a 51% ownership interest. |
| January 13 | Executive Order
14372
aims to increase the production of warfighting equipment by "underperforming" government contractors by prohibiting stock buy-back and corporate distributions by the contractor and capping executive compensation until the underperformance is remedied:Within 60 days of the date of this order, the Secretary shall take steps to ensure that any future contract with any new or existing defense contractor, including any renewal, contains a provision prohibiting both any stock buy-back and corporate distributions by the contractor during a period of underperformance, non-compliance with the contractor’s contract, insufficient prioritization of the contract, insufficient investment, or insufficient production speed as determined by the Secretary. Additionally, the Secretary shall ensure such future contracts stipulate that executive incentive compensation for contractors will not be tied to short-term financial metrics, such as free cash flow or earnings per share driven by stock buy-backs, and instead will be linked to on-time delivery, increased production, and all necessary facilitation of investments and operating improvements required to rapidly expand our United States stockpiles and capabilities. Further, the Secretary shall ensure such future contracts allow the Secretary, upon a finding by the Secretary that a contractor has engaged in underperformance, non-compliance with the contractor’s contract, insufficient prioritization of the contract, insufficient investment, or insufficient production speed, to require that executive base salaries of the contractor be capped at current levels, with increases allowed for inflation, consistent with applicable law, for a time period sufficient to allow the Secretary to scrutinize the incentive portion of executive compensation to ensure it is directly, fairly, and tightly tied to the above metrics. |
| January 9 | In Kallidus Technologies, which involved multiple claims related to an IDIQ task order award for building renovation at a National Guard site, the ASBCA held, inter alia, that: (i) the Government constructively changed the original specifications for windows (which were not patently ambiguous) by ordering the contractor to adhere to revised specifications in a cure notice, and the contractor's expert's prospective time impact delay analysis was accepted as largely unrebutted by the Government; and (ii) the contractor's claim for allegedly changed requirements re cable tray would be denied because, read as a whole, the contract required cable tray, even though those requirements were not located in the section of the specs where they usually are found. The Board addressed quite a few additional claims for allegedly changed work, with mixed results for the contractor. |
| January 8 | In OSC Solutions, Inc., the Court of Appeals for the Federal Circuit affirmed the prior ASBCA decision and rejected all of the contractor's legal theories (e.g., that this was a requirements contract or an implied-in-fact contract) because nothing in the disputed BPA or the purchase orders under it permitted the contractor to recoup its labor costs by any means other than actual product sales. |
| January 7 | The GAO sustained a protest by Solutiions71, LLC because the agency did not meaningfully consider the possibility of an impaired objectivity OCI created by the award of a task order for an enterprise level geographic information system to a firm whose corporate affiliate held a related contract that would require the affiliate to provide recommendations and review the firm's work under the order. |
| January 6 | In
Warfighter Defense, Inc., the ASBCA held that, in the context of an RFQ, the appellant never accepted the Government's purchase order by performing, but
only responded by proposing different terms, so no contract was formed under under FAR 13.004. In Targe Logistic Services Co., an appeal involving solely the amount due following a termination for convenience, the Board denied the Government's motion to add the affirmative defense of prior material breach, which would be relevant only if the contract had been terminated for default, and the parties can still litigate whether the appellant is entitled to certain costs as part of its termination settlement. The Board also held that whether the appellant had insurance to cover its risk of loss was a relevant issue, and the appellant will be compelled to respond adequately to the Government's discovery requests concerning that issue. In Malika and Refa Environmental Solutions, the ASBCA denied the Government's motion to dismiss for lack of jurisdiction (based upon its allegation that the appellant's response to one interrogatory suggested that the real party interest was a different corporate entity than the one that had filed the claim, obtained the Contracting Officer's decision, and filed the appeal) because the Government's allegation was outweighed by a sworn declaration from the appellant's CEO that the appellant was the party that had filed the claim and was prosecuting the appeal. In Ameresco, Inc., the ASBCA denied the Government's motion to dismiss two counts in the Complaint for lack of jurisdiction as allegedly not having been presented to the Contracting Officer in the original claim because: (i) numerous facts that were stated in that claim alleged unreasonable contract administration and, thus, supported the new theory of breach of the implied duty of good faith and fair dealing first alleged in the Complaint; and (ii) and certain facts alleged for the first time in the Complaint were not inconsistent with those alleged in the original claim. |
| January 5 | In VSBC Protest of General Services Administration, the SBA's OHA held that issue preclusion (collateral estoppel) required the dismissal of a protest because it involved the same allegations (that a firm's JV agreement lacked certain required provisions) by the predecessor Contracting Officer on same procurement against the same firm previously decided against the agency in a prior OHA decision, which held that the firm's Operating Agreement together with its JV agreement contained all the necessary provisions. |
| January 4 | In Siemens Government Technologies, Inc, the Court of Fedeal Claims denied the Government's motion to dismiss (for lack of jurisdiction) the plaintiff's claim for its development costs in seeking a task order that ultimately was not issued under its IDIQ contract because FASA's bar does not apply where the claims are not “directly and casually connected†to the issuance of a task order and the requested relief would leave the task order unaffected. The court also denied (at this stage) the Government's motion to dismiss the bid protest claim that the Government breached the implied- in-fact contract to treat the plaintiff fairly in the task order procurement because the court had not yet decided the viability of the CDA claim so this bid protest claim remained a viable alternative theory. |
| January 3 | Markon LLC won its GAO protest because, inter alia, the agency's cost realism evaluation of the protester's proposal was not conducted in accordance with the solicitation's requirements, relying, instead, on oral instructions given to bidders that were not incorporated into the solicitation. |
| January 1, 2026 | Happy New Year!
I have left the last few entries from the 2025 blog below, but you can fine the entire 2025 blog here. In Fort Sam Acquisition, LLC, the Court of Federal Claims granted the Government's motion to dismiss a suit for failure to state a claim involving the meaning of a rent calculation provision in four ground leases on Joint Base San Antonio because the plaintiff's interpretation of the provision (i.e., that it allowed the plaintiff to deduct certain claimed expenses from the rent it owed the Government) was "facially unreasonable." |
| December 31, 2025 | Solvere Technical Group, LLC won its GAO protest because: (i) the agency's interpretation of the Personnel Approach evaluation factor was directly contrary to the interpretation it had advanced (and the GAO had rejected) in another GAO protest concerning a substantially identical provision; and (ii) the fact that the solicitation specifically allowed offerors to submit TBD for proposed non-key personnel meant the protester should not have been penalized for doing so in the technical and cost evaluations. In Four LLC, the CBCA denied the Government's motion to dismiss because it was based on the theory that the procuring agency could not be held liable in damages for another agency's actions while acting as its agent, when the contractor's complaint was that based on another theory entirely, i.e., that the procuring agency breached a contractual warranty. NASA proposes to amend its regulations in order to fully implement the Administrative False Claims Act (AFCA), as amended by the FY 2025 NDAA. This updated rule establishes clear and comprehensive administrative procedures for investigating, evaluating, and imposing civil penalties and monetary assessments on individuals or entities that knowingly make, submit, or present false claims, representations, or misleading statements to NASA. The AFCA offers a streamlined, agency-level enforcement remedy that enables NASA to more effectively address smaller, lower-dollar fraud cases, safeguard critical Federal funds, and strongly deter fraudulent conduct. Comments are due by February 2026. |
| December 30 | In
Harbor Services, Inc., the CBCA denied the
Government's to dismiss an appeal as untimely filed because the contractor
reasonably believed that the Contracting Officer's statements that the
contractor should submit revisions to its original claim in order to allow
further negotiations (even though those negotiations never took place) meant the original decision was not final, and a
subsequent email from the Contracting Officer was not sufficiently clear
to revive his original decision. In VSBC Appeal of Florida Suncoast Transportation, LLC , the SBA's OHA upheld the denial of a firm's certification as an SDVOSB because its Articles of Organization designated a non-SDV as its CEO (the highest officer), and there was no designation of a Managing Member. |
| December 29 | In Flatland Realty, LLC, a decision labeled as nonprecedential, the Court of Appeals for the Federal Circuit partially affirmed and reversed a prior ASBCA decision and held, inter alia, that the Government's revocation of a lease was a prior material breach that excused the contractor's further performance, including the contract requirement that it remove property or have it deemed abandoned. |
| December 26 | In Abdul Mutakaber and Hamidullah, son of Mohammad Rajab, the Court of Appeals for the Federal Circuit affirmed prior companion CBCA decisions involving situations where the Government had terminated leases of properties from Afghan owners and the Taliban had taken over the properties prior to them being re-occupied by the owners. Specifically, the court held that: (i) the leases did not obligate the Government to return physical possession of the properties to the owners upon termination of the leases; (ii) the parties expressly agreed to allocate to the lessors the risk of damage and injury to the properties arising from third-party actions or events beyond the Government’s control or fault; (iii) the implied covenant of good faith and fair dealing could not impose on the Government a duty expressly denied by the lease provisions; and (iv) Afghan law did not impose a duty on the Government to return the properties upon lease termination. |
| December 24 | In Vinsys IT Hub LLC, an unsuccessful protest, the Court of Federal Claims held that under 13 C.F.R § 124.3, the agency had properly established that the solicitation was for a new, rather than a follow-on, contract, and, therefore, under 13 C.F.R. § 124.504, the agency was only required to notify the SBA that the new contract would not be an 8(a) set-aside, rather than obtaining the SBA's approval, which would have been required were the new contract a follow-on to the previous 8(a) contract. |
| December 23 | In Toro Defense Contracting, LLC, the Court of Federal Claims dismissed the case without prejudice because of a failure of pleading--the two-page Complaint failed (a) to allege the elements that would entitle the contractor to relief for delays or differing site conditions or even (b) to cite to any relevant contract or FAR provisions. |
| December 22 | I have converted most of the pages on the site to the new format. The exceptions are the Procurement Review—Statutes, Regulations, Executive Orders pages for 2007–2022, which are very tedious and time consuming to convert. I will convert those a bit at a time. I am also knocking out various bugs as I find them on the newly converted pages. Whenever you spot a bug, please let me know about it. |
| December 19 | In Brasfield & Gorrie, LLC, one of many recent cases involving Project labor Agreements ("PLA")—this one a protest against an amendment to a solicitation for a large scale construction contract to add a requirement for a PLA pursuant to E.O. 14063—the Court of Federal Claims held, inter alia, that: (i) the agency's failure to identify the agency’s needs for a PLA specific to the procurement, its failure to analyze the benefits from a PLA requirement, and its reliance solely on executive order presidential policy to justify a PLA requirement were arbitrary and capricious; (ii) the PLA requirement effectively excluded bidders, and the agency failed to make a rational determination that the PLA requirement furthered the agency's needs for the solicitation to comply with CICA’s mandate for full and open competition; (iii) the agency's failure to invoke a statutory exception to CICA’s full and open competition requirement was arbitrary and capricious in violation of CICA; (iv) for these failures, the agency was enjoined from proceeding with the inclusion of the PLA in this solicitation; but (v) the court lacked jurisdiction over the plaintiff's motions for a ruling from the court invalidating EO 14063 entirely. |