OPINION
A & D Fire Protection, Inc. (A & D) filed its post-award bid protest complaint on June 20, 2006. Plaintiff seeks a declaratory judgment voiding the award of Contract No. GS-09P-03-KSD-0186, Order No. P-09-06-WP-0029, Project No. RCA 13863, to Hernandez Construction Corporation (Hernandez). Plaintiff has also requested a temporary restraining order and preliminary injunction against continued work performance on this contract for the design and replacement of a fire alarm system for a federal building in California. The court established, with the parties’ input, an expedited briefing schedule to decide plaintiffs motion for injunctive relief and the merits of this bid protest.
The court now has before it Plaintiffs Application for Temporary Restraining Order and Prehminary Injunction (TRO Mot.), Defendant’s Motion to Dismiss, and in the Alternative, Motion for Judgment on the Administrative Record (Def.’s Mot.), Intervenor Hernandez Construction Company’s Motion to Dismiss and/or Motion for Judgment on the Administrative Record (Int.’s Mot.), and Plaintiffs Motion for Judgment on the Administrative Record (Pl.’s Mot.). These mo
BACKGROUND
A & D was awarded an Indefinite Delivery-Indefinite Quantity (IDIQ) contract with the General Services Administration (GSA) on March 15, 2004. Administrative Record (AR) Tab 1 at 2. Contract No. GS-09P-03KSD-0195 (master contract) authorized A & D to engage in “Repair and Alterations, Renovations and other Construction Related Services” in Arizona, Nevada and/or California, for a minimum of $1000 per contract year and for an estimated maximum of $50,000,000. The master contract was for one base year and four option years.
The master contract referenced “each individual task order issued against the contract” for time of performance and other particulars. AR Tab 1 at 1. The contract informed A & D that “multiple awardees” might be considered for each task order. Id. at 43. When choosing a contractor from multiple awardees of master contracts for a particular task order contract, GSA was to follow the “fair opportunity” standard of Federal Acquisition Regulations System (FAR) 16.505(b), 48 C.F.R. § 16.505(b) (2005), and the general provisions of FAR 16.505(a), 48 C.F.R. § 16.505(a) (2005).
The acquisition plan to replace the fire alarm system for the Chet Holifield Federal Building in Laguna Niguel, California, known as Project RCA 13863 (the project), stated that “[t]here are seven Design-Build contractors on the list for the Tier 2, Zone 5 project, providing more than adequate opportunity for competition within the IDIQ framework.” Id. at 7. The plan also stated that the “Required [performance] capabilities have been demonstrated by the IDIQ Design-Build contractors in the evaluation and award process of the master Regional IDIQ contract.” Id. at 8. The acquisition plan required completion by August 15, 2007, because “[t]he existing fire alarm system is the original system installed ... 35 years ago ... [and] is obsolete and represents a risk to the building and its tenants.” Id. at 7-8. The acquisition plan included the phrase “Fair opportunity will be satisfied in accordance with FAR 16.505(b).” Id. at 7. The acquisition plan also stated that the “[p]roject will be solicited in accordance with FAR parts 15 and 36” to comply with performance based contracting standards. Id. at 9. The projected acquisition plan approval date was October 28, 2005; actual approval was given on October 31, 2005.
The final specifications for the project’s task order, identified by Contract No. GS-09P-98-KTD-0046, Delivery Order No. P~ 09-03-WP-0015, Project No. RCA 13863, were issued on November 4, 2005 and described the upcoming solicitation as a “negotiated lump sum bid project.” AR Tab 5 at 1, 7. GSA memoranda issuing and modifying the request for proposals (RFP) for the project, apparently addressed to the seven Design/Build contractors, stated that the RFP process would “be based on Best Value and therefore be a technical proposal.” Id. Tab 6 at 1 (Nov. 10, 2005), Tab 7 at 1 (Nov. 23, 2005), Tab 8 at 1 (Nov. 30, 2005), Tab 9 at 1 (Dee. 5, 2005). The final version of the RFP
I. It is the GSA’s intent to award the work so set forth in the summary of work and as indicated in the drawings and specifications.
II. The following Source Selection Factors will be utilized in determining the successful Contractor:
1. Price
2. Non-price factors:
a. Contractor/Subeontractor Qualifications
b. Installation Plan/phasing plan
c. Quality of Equipment and Materials
All three non-price Source Selection Factors will carry equal weight and the Task Order RFP [bid] must contain responses to all three in order to be considered. GSA reserves the right to reject any bid that fails to respond to any of the three items.
AR Tab 9 at 16. The record shows that representatives of A & D and Hernandez attended the Pre-Proposal Meeting on November 10, 2005 at the Chet Holifield Federal Building. Id. at 18-19.
A & D submitted a proposal for the project on December 8, 2006, as did Hernandez. A & D’s base bid
In GSA’s evaluation of the proposals for the project, five bids were reviewed, with A & D and Hernandez being the two lowest bidders. The evaluation factors were weighted 25% for price, 25% for past performance, and 50% for the other non-price factors. Specifically, the non-price factors, weighted 25% each, were “Contractor/Subcontractor Qualifications, Installation/Phasing Plan and Quality of Equipment and Materials.” AR Tab 12 at 2. The evaluators stated that “[f]or this solicitation, technical quality is more important than price and as proposals become more equal in their technical merit, the evaluated price becomes more important.” Id. When weighting had been applied to the price and non-price factor scores, A & D’s score was ranked fourth of the five offerors. Id.
The evaluation team summarized the results of the scoring, reproduced here in relevant part:
Since technical quality is considered more important than price and for the reasons above, Hernandez Construction was clearly found to be the most technically beneficial offeror____ The three remaining offerors [including A & D] had major deficiencies and/or omissions. Since the solicitation stipulated that award could be made without discussions and in the opinion of the evaluation team that discussions would not result in significant changes, with respecte ] to the other offers, it is the determination of the evaluation team that the firm offering the greatest value to the Government is Hernandez Construction. Therefore, it is recommended by the team that Hernandez Construction be awarded the Fire Alarm Replacement Project.
Id. at 4.
Hernandez received award of the project, via contract GS-09P-03-KSD0186, Delivery Order No. P-09-06-WP-0029, Project RCA 13863, on January 5, 2006 at its bid price of $1,738,144. The contracting officer signing the contract was Sheryl E. Leverette. The IDIQ contractors were notified of the award on January 9, 2005 by email from Brian Stilley, the Deputy Property Manager at GSA’s Laguna office. A & D requested a
A & D renewed its request for a debriefing on Wednesday, March 8, 2006. AR Tab 16 at 1. Mr. Stilley, on that same day, promised a call to A & D that week. Id. Mr. Stilley’s email to A & D also mentioned that “I had left you a phone message,” but it is unclear whether this message concerned A & D’s request for a debriefing on the award to Hernandez, or was with regard to A & D’s question about another contract solicitation. See id. Mr. Stilley held an informal phone debriefing with A & D sometime around March 17, 2006. AR Tab 17 at 3, Tab 18 at 1, Tab 21 at 4. On March 29, 2006, A & D requested a debriefing meeting with Ms. Leverette, the contracting officer, and she responded that day, offering a meeting on March 30, 2006. AR Tab 17 at 3. A & D requested a schedule change to March 31, 2006, to which Ms. Leverette acceded. Id. at 1-2.
At the formal debriefing, A & D presented a variety of arguments as to why the GSA evaluators had inaccurately scored its proposal for the project. AR Tab 18 at 1, Tab 21 at 4-6. As a result of the debriefing, GSA rescored A & D’s proposal, primarily, it appears, changing the score regarding a key component of the fire alarm system proposed by A & D that had originally been judged to be incompatible with the main building’s needs. AR Tab 18 at 1, Tab 19 at 2. Because the component was indeed compatible, A & D, due to the rescoring, now placed fourth in non-price factors, and second overall when price and non-price factors were considered. AR Tab 18 at 1-2. Hernandez again scored first overall, and GSA informed A & D on April 25, 2006 that their “original decision regarding this procurement still stands.” AR Tab 19 at 2.
A & D continued to communicate with GSA about the reseoring decision, which A & D complained was flawed. AR Tab 20, Tab 21. GSA conducted a review of the procurement and produced a document entitled “Conclusions,” AR Tab 22 at 1, which considered many of A & D’s arguments requesting further rescoring of A & D’s proposal and rebutted them. AR Tab 22 at 1. GSA drafted a response to A & D’s complaints on June 6, 2006 which asserted that “GSA has met all requirements for notification and debriefing for this project” and that “all laws and regulations have been followed” in the procurement for the project. Id. at 3. GSA also contacted the evaluation team and confirmed that the average non-price score for each bidder, corrected upward to reflect the res-coring in April, reflected a consensus of the evaluation team as to the proposals submitted by the five contractors. AR Tab 23 at 1-7. Defendant now asserts that during the procurement review process, even when equal weight, as opposed to 25% and 75%, was given to price and non-price factors, respectively, and even taking into account A & D’s corrected technical score, Hernandez continued to provide the “best value” to the government.
On June 12, 2006, GSA informed A & D that GSA’s “Procurement Review Group reviewed] the procurement to ensure that award was made to the proper contractor. They determined that the record supports the award decision, and that GSA evaluated the proposals in accordance with the factors set forth in the solicitation.” AR Tab 25 at 3. A & D continued to complain that the procurement decision was flawed, and received an email on June 12, 2006 stating that no further response would be forthcoming from GSA. Id. at 1. Hernandez has completed the design of the replacement fire alarm system and commenced installation. GSA has made progress payments for approximately ten percent of the contract price. A & D filed its bid protest complaint in this court on June 20, 2006.
DISCUSSION
I. Standard of Review
A. Motion to Dismiss for Lack of Jurisdiction
The court’s “[d]etermination of jurisdiction starts with the complaint, which must be
As a threshold jurisdictional matter, the plaintiff in a bid protest must show that it has standing to bring the suit. Info. Tech. & Applications Corp. v. United States,
B. Motion for Judgment on the Administrative Record
RCFC 52.1 provides for judgment on the administrative record.
C. Bid Protests
As the Federal Circuit has stated, “the proper standard to be applied in bid protest cases is provided by 5 U.S.C. § 706(2)(A) [ (2000) ]: a reviewing court shall set aside the agency action if it is ‘arbitrary, capricious, an abuse of discretion, or otherwise not in accordance with law.’ ” Banknote Corp. of Am. v. United States,
The higher the degree of discretion allotted the contracting officer, the more difficult it is for a protestor to prove that the procurement decision was arbitrary and capricious. Burroughs Corp. v. United States,
“ ‘If the court finds a reasonable basis for the agency’s action, the court should stay its hand even though it might, as an original proposition, have reached a different conclusion as to the proper administration and application of the procurement regulations.’ ” Honeywell, Inc. v. United States,
D. Temporary Restraining Orders, Preliminary Injunctions and Declaratory Judgments
The court must weigh four factors before granting a temporary restraining order or a preliminary injunction:
(1) immediate and irreparable injury to the movant; (2) the movant’s likelihood of success on the merits; (3) the public interest; and (4) the balance of hardship on all the parties.
United States Ass’n of Importers of Textiles & Apparel v. United States Dep’t of Commerce,
II. Analysis
A. Jurisdiction
1. Bar on Protests of Individual Task Orders for Multiple Award IDIQ Contracts
Congress passed the Federal Acquisition Streamlining Act of 1994 (FASA), Pub.L. No. 103-355, 108 Stat. 3243 (1994), in an effort to reform federal procurement activities “by greatly streamlining and simplifying [the federal government’s] buying practices.” 140 Cong. Rec. H9240, H9240 (1994) (statement of Rep. Conyers). In the interest of efficiency, bid protests were targeted by FASA as one of the areas in need of reform: “The revised contracting procedures and the new, accelerated notice of contract awards, contract debriefings, and bid protests are all designed to reduce staff time, lessen the amount of paperwork required, and shrink the bureaucracy.” Id. at H9245 (statement of Rep. Harman). In particular, when a procurement envisioned a multiple award IDIQ contract, creating, through competition, a pool of contractors for certain work projects, the issuance of individual task orders to these contractors would not be subject to protests. Pub.L. No. 103-355, § 1054 (now codified at 41 U.S.C. § 253j(d) (2000)). The bar on protests of individual task orders states that “[a] protest is not authorized in connection with the issuance or proposed issuance of a task or delivery order except for a protest on the ground that the order increases the scope, period, or maximum value of the contract under which the order is issued.” 41 U.S.C. § 253j(d). The Section 253j(d) bar on protests of task orders has not been much tested in this court, and bears some discussion.
a. The Bar on Bid Protests was Intended to Bar Bid Protests in this Court
FASA is silent as to whether the language “[a] protest is not authorized” in Section 253j(d) refers to a bid protest in the United States Court of Federal Claims. This court has twice discussed Section 253j(d)’s bid protest bar as a general matter. First, in La-bat-Anderson Inc. v. United States,
Last year, the court revisited Section 253j(d)’s bid protest bar in Group Seven Assocs., LLC v. United States,
The court finds no reason to disagree with the analysis of Section 253j(d)’s bid protest bar in Labatr-Anderson and Group Seven, as it applies to task orders on multiple award IDIQ contracts. This court cannot frustrate the intent of Congress, which was to exempt from protest the issuance of individual task orders to contractors who had already received awards, subject to protest, of their master IDIQ contracts. In the place of agency protests, Government Accountability Office (GAO) protests or judicial review, Congress saw fit to offer disappointed task order bidders recourse to the agency’s task and delivery order ombudsman. 41 U.S.C. § 253j(e) (2000); 48 C.F.R. § 16.505(b)(5).
b. Subsequent Legislation Has Not Overruled the Task Order Bid Protest Bar
This court’s bid protest jurisdiction was expanded by the enactment of the Administrative Dispute Resolution Act of 1996 (ADRA), Pub.L. No. 104-320, 110 Stat. 3870 (1996) (codified in relevant part at 28 U.S.C. § 1491(b)(1)). AFGE,
c. A & D’s Master Contract Incorporated the Task Order Bid Protest Bar
A & D’s master contract incorporated by reference both FAR 16.505(a)(9), 48 C.F.R. § 16.505(a)(9), and FAR 16.505(b)(5), 48 C.F.R. § 16.505(b)(5). AR Tab 1 at 43
d. No Other Basis for Jurisdiction Exists for the Bid Protest of a Task Order on a Multiple Award IDIQ Contract
Athough plaintiff has not alleged jurisdiction under any authority other than 28 U.S.C. § 1491(b), the court has also considered whether this court’s jurisdiction under the Contract Disputes Act of 1978(CDA) and the Tucker Act, codified at 41 U.S.C. § 609(a)(1) (2000) and 28 U.S.C. § 1491(a)(2) (2000) respectively, would allow this court to reach the merits of this case. First, the court reads the task order bid protest bar of 41 U.S.C. § 253j(d) to squarely deny the right of plaintiff to contest, in this court, the project’s award to intervenor-defendant. Second, as a general matter, the court does not agree with the theory that actions, that are in essence bid protests of task order awards, can be re-characterized as contract disputes in order to create jurisdiction in this court or in an agency board of contract appeals. But see Ralph C. Nash & John Cibinic, Task Order Contracts: The Breach of Loss of the Fair Opportunity to Compete, 16 No. 10 Nash & Cibinic Report 49 (Oct.2002) (“Taking a case to the agency board of contract appeals appears to be a viable way to contest the lack of a fair opportunity to compete for task orders.”). Such a stratagem attempts to evade the bar of task order bid protests clearly enunciated in Section 253j (d). But see Cmty. Consulting Int’l, ASBCA 53489,
Even assuming CDA jurisdiction would lie for this suit, plaintiff has not alleged that a contract claim has been presented to the contracting officer. Failure to present a contract claim for a sum certain to the contracting officer prevents this court from taking jurisdiction over a CDA claim. See Davis/ HRGM Joint Venture v. United States,
e. Task Order Contracts for Construction May Be Issued Pursuant to FAR 16.505
Plaintiff asserted at oral argument for the first time that the master IDIQ con
The court agrees that the shorthand references throughout the master contract do indeed employ the word “construction” to describe the solicitation and award of the regional IDIQ contract to A & D (and presumably to the six other contractors awarded similar master contracts). See AR Tab 1 at 2 (“Item(s) Accepted” block referring to “IDIQ Construction Contract, Tier 2”). The fuller description of the services encompassed by the master contract is found on the notice page of the solicitation of the master contract, as incorporated into the master contract: “Indefinite Delivery — Indefinite Quantity (IDIQ) Contract for Repair and Alterations, Renovations and other Construction Related Services.” Id. at 7. Thus, the master contract is perhaps most properly described as a contract for construction-related services. But the distinction is not material.
There does not appear to be any impediment to using supplies and services IDIQ contracts, described by FAR subpart 16.5, see 48 C.F.R. §§ 16.504, 16.505 (2005), for contracts which are specifically for construction services or construction-related services. See Abatement Contracting Corp. v. United States,
FASA permits IDIQ contracting for “procurement of services or property,” Pub.L. No. 103-355, § 1054(a) (codified at 41 U.S.C. § 253h(a) (2000)), and is silent as to whether construction services or construction-related services constitute “services” under FASA. The federal government was already using IDIQ contracts in the construction arena by the time FASA was passed. See Denise Farris, Checking Your Indefinite Delivery/Indefinite Quantity (IDIQ) IQ, 22-Fall Construction Law 24 (2002) (“ID[IQ] contracts have been used routinely and effectively by the [the United States Department of Defense] for installation maintenance, minor repair, and construction projects since [IDIQ’s] inception in 1981.”). FASA does not appear to exclude construction services or construction-related services task order contracts from the general category of task order contracts for services.
The court has found no statutory or regulatory requirement which precludes FAR 16.505(a)(9) from applying to construction services or construction-related services contracts. For these reasons, the court rejects plaintiffs argument that FAR 16.505 cannot apply to this master contract and task order award, despite its incorporation by reference into the master contract.
Defendant urges a second jurisdictional argument: A & D lacks standing for this bid protest because its failure to properly submit a bid bond rendered its bid nonresponsive. Def.’s Mot. at 15-18. The court will first review the facts pertinent to A & D’s bid and the bid bond requirement. The court will then consider whether, under pertinent law and regulation, A & D had standing to bring this bid protest.
The solicitation for the project included a requirement for a bid bond, sometimes referred to as a bid guarantee. The specific solicitation language mandating the submission of a bid bond by offerors was as follows: “Bid Bond: Require[sic] for 20% of contract value.” AR Tab 9 at 1. The solicitation required that proposals be submitted by mail or hand-delivery, and stated that “Facsimile or e-mail submission are not permitted.” Id. The master contract incorporated by reference FAR 52.228-1 (Variation), AR Tab 1 at 16, which states in relevant part that “[f]ailure to furnish a bid guarantee in the proper form and amount, by the time set for opening of bids, may be cause for rejection of the bid.” 48 C.F.R. § 52.228-l(a) (2005). FAR 52.228-1 references FAR 28.101-2, which mandates bid guarantee solicitation clauses for contracts where bid guarantees are required. 48 C.F.R. § 28.101-2(a) (2005). A nearby FAR provision, FAR 28.101-4(b), states that noncompliance with bid guarantee requirements must lead to rejection of bids, in certain circumstances. 48 C.F.R. § 28.101~4(b) (2005).
A & D’s bid, as reproduced in the administrative record, contains no bid bond. AR Tab 10. There is circumstantial evidence
If A & D submitted no bid bond, whether by facsimile or by mail or hand-delivery, A & D’s bid must be considered nonresponsive. See, e.g., Harris Excavating, B-284,820, 2000 CPD ¶ 103,
Even if A & D had submitted its bid bond by mail or hand-delivery, a facsimile or photocopy of the bid bond would not normally have been an adequate substitute for an original bond and A & D’s bid would still have been nonresponsive.
GAO has considered protests by disappointed bidders who allege that they submitted required bid materials that are later not
Standing is an element of this court’s jurisdiction over bid protests. See Myers Investigative & Sec. Sens., Inc. v. United States,
Even if plaintiff had shown that A & D faxed a bid bond to GSA on December 8, 2006, this faxed submission would have violated the submission terms of the solicitation itself. Submission of proposals by facsimile was not permitted by the solicitation. AR Tab 9 at 1. Proposals submitted by means forbidden by a solicitation’s terms must be rejected, because they are nonresponsive. See, e.g., Integrated Bus. Solutions, Inc., B-292,239, 2003 CPD ¶ 122,
The only plausible reading of the solicitation document as a whole is that all materials a bidder was required to submit on December 8, 2006, including the bid bond, had to be hand-delivered or mailed according to the terms of the “Proposals due by:” paragraph. Otherwise, where would the bidder send the bid bond? By when? The only instruction bidders received as to what to do with their bid bonds was found in the “Proposals due by:” paragraph. Therefore, all of the terms of the submission guidelines found in that paragraph, not just the time, date and address terms, applied to the bid bond. See Banknote,
All bid materials due on December 8, 2006, including the bid bond, were not permitted to
It is of no consequence that A & D’s bid appears to have been scored by GSA, and even re-scored later, as a potential awardee for the project. Even where an agency has awarded a contract, the successful bidder may lose the contract if its bid bond is found to be defective during subsequent protest proceedings. Hugo Key & Son, Inc.; Alco Envtl. Servs., Inc., B-251,053, B-251,053.4, B-251,053.5, 93-2 CPD ¶ 21,
B. Relief
The court does not have jurisdiction over this bid protest due to the operation of 41 U.S.C. § 253j(d) and plaintiffs lack of standing. The court need not reach the parties’ arguments for judgment on the administrative record, or their arguments regarding the appropriateness of injunctive relief in these circumstances. The merits of those arguments are beyond this court’s review.
The court remains troubled, however, that the irregularities in the solicitation of this task order are not subject to protests here, at GAO or at GSA. The streamlining of federal procurements allowed by the ban on protests of task order contracts may be abused when the principles of fair competition are subverted. See 140 Cong. Rec. H9240, H9241 (1994) (statement of Rep. Conyers) (“I am proud of the fact that [FASA] makes these [streamlining] reforms without undermining key features of the current procurement statutes that protect the taxpayers. These features, such as full and open competition, help drive down costs.”). Task order contracting is to be, by statute and by regulation, fairly administered. See 41 U.S.C. § 253j(b) (2000) (“When multiple contracts are awarded ..., all contractors awarded such contracts shall be provided a fair opportunity to be considered, pursuant to procedures set forth in the contracts....”); 48 C.F.R. § 16.505(b)(l)(ii)(B) (“[The contracting officer must] [n]ot use any method ... that would not result in fair consideration being given to all awardees prior to placing each order.... ”).
The court is not confident that the procedures developed and implemented by GSA for soliciting and awarding this project furthered FASA’s goal of balancing efficiency with competition, and simplicity with fairness. For example, despite the assertion contained in the GSA award report that the solicitation stipulated that award could be made without discussions, bidders on the project were not informed whether or not award could be made without discussions; nor were they informed as to the weight of price and non-price evaluation factors. The sample task order RFP form included in the master contract indicated that if both types of factors were to be considered in a task order RFP, approximately equal weight
Similarly, the “fair consideration” to be offered to bidders such as A & D appears to have been impaired. See 48 C.F.R. § 16.505(b)(l)(ii)(B). GSA claims to have conducted a price-blind technical evaluation of proposals for the project, but A & D’s bid price is clearly marked on one of the evaluators’ score sheets for A & D’s proposal. Compare AR Tab 12 at 2 with id. at 19. A & D asked for and was promised a post-award debriefing on January 10, 2006, but did not receive a debriefing until at least two months later. Even without delving into plaintiffs complaints with respect to alleged defects in GSA’s evaluation of A & D’s bid on technical, non-price factors, GSA’s treatment of A & D’s proposal does not have all the hallmarks of fairness.
Unfortunately, such questions are not for this court. The court is unaware of whether the GSA ombudsman was solicited for a review of this procurement. In any event, perhaps Congress’ interest in procurement reform will someday be rekindled by cases which bear the mark of improprieties, but which stand beyond the reach of judicial review.
CONCLUSION
For the foregoing reasons, plaintiffs complaint must be dismissed for lack of jurisdiction. Accordingly, it is ORDERED that:
(1) Defendant’s and Intervenor-Defendant’s Motions to Dismiss, both filed on June 30, 2006, are GRANTED;
(2) Defendant’s and Intervenor-Defendant’s Motions for Judgment on the Administrative Record, both filed on June 30, 2006, are DENIED as moot;
(3) Plaintiffs Motion for Judgment on the Administrative Record, filed on July 7, 2006, is DENIED as moot;
(4) Plaintiffs Application for Temporary Restraining Order and Preliminary Injunction, filed on June 20, 2006, is DENIED as moot;
(5) Defendant’s Motion to Strike Declaration of James Ballow Submitted with Plaintiffs Motion for Judgment upon the Administrative Record, filed on July 12, 2006, is DENIED;
(6) On or before August 18, 2006, counsel for each party shall FILE UNDER SEAL with the Clerk’s Office a redacted copy of this opinion, with any material deemed proprietary enclosed in brackets, so that a copy of the opinion can then be prepared and made available in the public record of this matter;
(7) The Clerk shall ENTER judgment for defendant and intervenor-defendant, DISMISSING the complaint, without prejudice; and
(8) Each party shall bear its own costs.
Notes
. The court notes that the various sections of the FAR which were incorporated by reference into the master contract were found in the FAR published in 2003. There have been no substantive changes to the pertinent provisions of the regulations discussed in this opinion. Because renumbering has occurred in at least one instance, the court cites to the 2005 version of the FAR for ease of reference.
. In addition to the work covered in the base bid, offerors were asked to bid on four optional work projects in replacing fire alarm systems in small buildings or areas at the Chet Holifield Federal Building site. Thus, Option 1 was for the pump house, Option 2 was for the maintenance building, Option 3 was for the air conditioning plant building, and Option 4 was for the "NARA” space within the main building.
. This first showing of prejudice to the protestor, in order to prove standing, must occur before reaching the merits of the bid protest review. See Info. Tech. & Applications Corp. v. United States,
. The rule governing procedure for motions for judgment on the administrative record was formerly numbered RCFC 56. 1, until June 20, 2006. The substantive nature of the review of such motions was not changed when the rule was moved to RCFC 52.1.
. Indeed, in plaintiff’s motion for judgment on the administrative record, plaintiff requests relief in the nature of a permanent injunction. PL’s Mot. at 25-26.
. This court has jurisdiction over task order protests when they fit squarely into one of the exceptions enumerated in 41 U.S.C. § 253j(d), such as when a task order is alleged to be at variance with the scope of the master IDIQ contract. See, e.g., Northrop Grumman Corp. v. United States,
. This court recently reviewed its expanded jurisdiction under ADRA and under quite different circumstances took jurisdiction over a protest of a later stage of competition in a multiple award contract. OTI Am., Inc. v. United States,
. The regulation does not explicitly reproduce the total breadth of the bid protest bar, because it directly discusses only the bar on protests filed with the agency or GAO. 48 C.F.R. § 16.505(a)(9) ("No protest under subpart 33.1 [of the FAR, encompassing agency and GAO protests] is authorized in connection with the issuance or proposed issuance of an order under a task-order contract or delivery-order contract, except for a protest on the grounds that the order increases the scope, period, or maximum value of the contract (10 U.S.C. 2304c(d) and 41 U.S.C. 253j(d)).”). Thus, it is only the reference to 41 U.S.C. § 253j(d) in FAR 16.505(a)(9) that incorporates into A & D’s master contract FASA’s task order bid protest bar as it applies to protests brought in this court.
. For the same reasons, the court would reject an argument that 41 U.S.C. § 253j(d) does not apply to construction services or construction-related services task order contracts.
. The applicability of these FAR sections will be discussed infra note 13.
. Defendant’s Motion to Strike Declaration of James Ballow Submitted with Plaintiff's Motion for Judgment upon the Administrative Record asked the court to strike some of the circumstantial evidence cited here. The administrative record is devoid of indicia as to whether GSA received a facsimile bid bond from A & D, or whether GSA notified A & D of the missing or inadequate bid bond before March 31, 2006. "Supplementation of the record is ... allowed in limited circumstances where the record is insufficient for the court to render a decision.” Cardinal Maint. Serv., Inc. v. United States,
. As previously stated, a bid bond for the project was required by FAR 52.228-1. AR Tab 1 at 16. This regulation states that "[fjailure to furnish a bid guarantee in the proper form and amount, by the time set for opening of bids, may be cause for rejection of the bid." 48 C.F.R. § 52.228-1. Defective bid bonds may be corrected under certain circumstances prescribed by FAR 28.101-4(b), which in turn depends on FAR 15.306(a)(2) for guidance as to which circumstances permit correction of defective bid bonds. 48 C.F.R. § 28.101-4(b).
Task orders issued pursuant to FAR 16.505(b), as is the case here, are not subject to the policies in FAR subpart 15.3, the subpart which includes FAR 15.306(a)(2). See 48 C.F.R. § 16.505(b)(1)(H). However, procedural elements of subpart 15.3 are still operative for FAR 16.505(b) solicitations. Id. Thus, if A & D had timely mailed or hand-delivered a facsimile bid bond to GSA, utilizing a submission method approved by the solicitation, and if the bid bond thus submitted was arguably merely defective and subject to correction by means prescribed by FAR 15.306(a)(2), 48 C.F.R. § 15.306(a)(2) (2005), the court would have been required to review the circumstances of the solicitation to see if the defect could have been cured.
This review would have examined whether or not GSA could have awarded the task order without giving A & D an opportunity to supply an original copy of its bid bond, to determine whether A & D’s bid would, in those circumstances, necessarily have been rejected. If A & D's mailed or hand-delivered facsimile bid bond would necessarily have been rejected as nonresponsive, A & D would have lacked standing to bring a bid protest. If A & D’s mailed or hand-delivered facsimile bid bond might have been subject to correction, on the other hand, A & D’s standing to bring a bid protest would have been unaffected by the bid bond issue.
. Bid bonds are normally required to be submitted as original documents, rather than in photocopy or facsimile form. See Jay-Brant Gen. Contractors, B-274,986, 97-1 CPD ¶ 17,
