BANNUM, INC., Plaintiff-Appellant, v. UNITED STATES, Defendant-Appellee.
04-5008
United States Court of Appeals for the Federal Circuit
April 21, 2005
Senior Judge Eric Bruggink
Appealed from: United States Court of Federal Claims
Kevin M. Cox, Law Firm of Joseph A. Camardo, Jr., of Auburn, New York, for appellant.
Lisa B. Donis, Trial Attorney, Commercial Litigation Branch, Civil Division, United States Department of Justice, of Washington, DC, for appellee. With her on the brief were Peter D.
Before MICHEL, Chief Judge,* NEWMAN, and GAJARSA, Circuit Judges.
GAJARSA, Circuit Judge.
Bannum, Inc. appeals from the judgment of the United States Court of Federal Claims in favor of the United States, dismissing its post-award bid protest with prejudice. Bannum, Inc. v. United States, No. 03-1284 (Fed. Cl. Aug. 7, 2003) (final judgment incorporating bench ruling made during oral argument on August 6, 2003). Although it determined the government violated its regulation and the terms of a request for proposals in evaluating the bids at issue, the trial court ruled there was no significant prejudice to Bannum. We affirm.
I.
On February 24, 2002, the Department of Justice, Bureau of Prisons (“BOP“) issued a request for proposals (“RFP“) for a contract relating to Community Correction Center (“CCC“) services in the Florence, South Carolina area. On April 24, 2002, Bannum, Inc. (“Bannum“) bid on the contract. The Alston Wilkes Society (“Alston Wilkes“) submitted its bid the next day. As the “incumbent” contractor, from 1998 to 2003 Bannum rendered the same services at issue in the RFP.
The RFP provided that the bid selection would turn on “best-value” procurement. Under this system the BOP evaluated bids under five factors, each assigned a different point value: (1) past performance (400 points); (2) community relations (350 points); (3) technical (250 points); (4) management (250 points); and (5) cost (250 points). Past performance on other government contracts was the most important criteria.
The BOP valued past performance by reviewing Contract Evaluation Forms (“CEFs“) completed for other BOP contracts. The CEFs are “annual assessments” that grade contractors with “overall performance” scores. The BOP‘s CEF process is governed by
Agency evaluations of contractor performance prepared under this subpart shall be provided to the contractor as soon as practicable after completion of the evaluation. Contractors shall be given a minimum of 30 days to submit comments, rebutting statements, or additional information. Agencies shall provide for review at a level above the contracting officer to consider disagreements between the parties regarding the evaluation. The ultimate conclusion on the performance evaluation is a decision of the contracting agency. Copies of the evaluation, contractor response, and review comments, if any, shall be retained as part of the evaluation. These evaluations may be used to support future award decisions, and should therefore be marked “Source Selection Information.”
BOP procedures called for Management Center Administrators (“MCA“), under
Bannum admits that it knew, when it submitted its bid on April 24, 2002, that the BOP had not reviewed the CEFs and Bannum‘s rebuttals relating to other contracts “at a level above the contracting officer.” That is, Bannum knew that the BOP procedure called for reviewing CEFs at the MCA level. Nevertheless, Bannum identified 21 past contracts in its bid without mentioning any of its rebuttal letters or disagreement with existing CEFs. Bannum explains that it assumed the CEF and rebuttal review would take place in conjunction with the source selection on the RFP.
On October 9, 2002, the BOP scored Bannum‘s past performance based on 16 of Bannum‘s past contracts.1 The BOP determined Bannum‘s past performance warranted 74% of the possible 400 points, assigning 296 points for this portion of Bannum‘s bid. The BOP did not alter its CEF review process as Bannum had assumed it would.
On January 13, 2003, BOP awarded the contract to Alston Wilkes. BOP notified Bannum of the award on January 23, 2003.
In March 2003, in response to alternative dispute resolution in the Government Accountability Office (“GAO“) – not involving this specific action – the BOP re-evaluated its recent Community Correction Center award decisions. For this bid a contracting officer re-scored Bannum‘s past performance on the basis of 15 contracts and awarded Bannum 312 points rather than the original 296. Nonetheless, Alston Wilkes still received higher points than Bannum in each factor.
This was not a de novo review and the record does not show that this contracting officer accounted for every Bannum rebuttal. Instead, the March 2003 review relied on rebuttals available in the record maintained by BOP. On one past contract, J200c-361, the officer simply discarded the CEF because the CEF form was not signed. There is no evidence how the review on that contract, accounting for Bannum rebuttals, might have improved Bannum‘s past performance score for this bid. For contract J200c-433 – in contrast to instances where the contracting officer specifically noted that Bannum did not submit a rebuttal – the contracting officer simply noted there was no rebuttal in the file. On another contract, J200c-310, this officer simply reported the MCA‘s score after reviewing Bannum‘s rebuttal. The officer made no attempt to independently review the CEF in view of the rebuttal.
On May 28, 2003, Bannum filed this bid protest in the United States Court of Federal Claims, asking the court to set aside the contract award to Alston Wilkes and compel the BOP to re-evaluate Bannum‘s bid.
Bannum and the government filed cross-motions for judgment on the administrative record. On August 6, 2003, the trial court heard argument and granted judgment for the government. Although the court ruled the BOP had violated both
II.
A.
A bid protest proceeds in two steps. First, as discussed below, the trial court determines whether the government acted without rational basis or contrary to law when evaluating the bids and awarding the contract. Second, as discussed further in Section III, if the trial court finds that the government‘s conduct fails the APA review under
This court reviews the trial court‘s determination on the legal issue of the government‘s conduct, in a grant of judgment upon the administrative record, without deference. Info. Tech. & Applications Corp. v. United States, 316 F.3d 1312, 1318-19 (Fed. Cir. 2003); Advanced Data Concepts, Inc. v. United States, 216 F.3d 1054, 1057 (Fed. Cir. 2000). That is, this court reapplies the “arbitrary and capricious” standard of § 706 to the BOP‘s procurement decision. See
B.
As noted above the lower court ruled that the BOP‘s failure to comply with
The trial court focused on the BOP‘s process by which the MCA, rather than someone “at a level above the contracting officer,” reviewed CEFs and contractor rebuttals. The government, however, urges the court to adopt the reasoning expressed by another Court of Federal Claims decision, in a related case, holding that the same CEF review process applied by the BOP ‘substantially’ complies with
The FAR specifically required the BOP to “provide for review at a level above the contracting officer to consider disagreements between the parties regarding the evaluation.”
The regulation explains that the review is provided “to consider disagreements between the parties regarding the evaluation.”
This understanding comports with guidance from the Office of Federal Procurement Policy (“OFPP“) concerning the contractor‘s right to have performance evaluations reviewed. In language that mirrors
Other agencies implementing
The commentators agree that the reviewer is required to bring specific knowledge to the task. For example, discussing the agency performance review system for “cost-plus-award-fee” (CPAF) contracts, the commentators discuss performance assessment in terms of a “review of those evaluations by a board of higher-level personnel.” J. Cibinic and R.C. Nash, Jr., Formation of Government Contracts 1166 (George Washington University 3d ed. 1998). Cibinic and Nash explain:
On larger procurement contracts . . . this step is advisable in order to ensure that the evaluations are internally consistent and that they reflect an overall view of the contractor‘s accomplishments. A board of this type would be expected to discern, for instance, not only that one evaluator has downgraded a contractor, but also that the contractor‘s performance was marginal because of a conscious decision to devote effort to some other important task.
Id. at 1166-67. To the extent this review implicates the same concern as review under
The government also sees performance evaluation under
For all these reasons the lower court‘s reasoning in the related case, which the government urges this court to adopt, is unpersuasive. Review by the MCA does not satisfy
Bannum further argues that the BOP violated the FAR in failing to assess Bannum‘s rebuttals, on the prior contracts, when assessing its bid. The trial court rejected this argument, and we likewise find it unconvincing. As the Comptroller General decided in 2001, a bid protest is not the proper forum, under
III.
The trial court was required to determine whether these errors in the procurement process significantly prejudiced Bannum. Alfa Laval Separation, Inc. v. United States, 175 F.3d 1365, 1367 (Fed. Cir. 1999); Statistica, Inc. v. Christopher, 102 F.3d 1577, 1581 (Fed. Cir. 1996); Data Gen. Corp. v. Johnson, 78 F.3d 1556, 1562 (Fed. Cir. 1996). Prejudice is a question of fact. Advanced Data Concepts, 216 F.3d at 1057. To establish “significant prejudice” Bannum must show that there was a “substantial chance” it would have received the contract award but for the errors in using its CEF scores on prior contracts. Info. Tech., 316 F.3d at 1319; Alfa Laval, 175 F.3d at 1367.
A.
1.
Court of Federal Claims Rule 56.1 (“RCFC 56.1” or “Rule 56.1“) sets forth the standard by which the court reviews factual determinations in a judgment on the administrative record. The issue before this court is whether the trial court correctly found that Bannum suffered no actionable prejudice by the BOP‘s FAR and RFP violations. We hold RCFC 56.1 requires the Court of Federal Claims,
This clear error review is consistent with the APA review dictated by
2.
This court has not squarely considered the standard to review factual findings by the Court of Federal Claims under RCFC 56.1. In Banknote Corp. of Am., Inc. v. United States, 365 F.3d 1345, 1352-53 (Fed. Cir. 2004) (“Banknote II“), the court decided a bid protest under RCFC 56.1 involving contractual interpretation. The court ruled, as a matter of law, that the agency‘s conduct complied with
Although it never reached the factual question of prejudice, the Banknote II court added that it is the trial and appellate courts’ task to “determine whether there are any genuine issues of material fact as to whether the agency decision lacked a rational basis or involved a prejudicial violation of applicable statutes or regulations.” This language equates a RCFC 56.1 judgment to a summary judgment under RCFC 56 and is unnecessary to the Banknote II holding. Because the court decided the issue by an interpretation of the solicitation, e.g., making a legal determination, the court in Banknote II did not need to consider whether the trial court overlooked a genuine dispute or improperly considered the facts of that case.4
The trial court‘s analysis in Banknote I comports with a proper reading of Rule 56.1. The court must distinguish the trial court‘s judgment on the administrative record from a summary judgment requiring the absence of a genuine issue of material fact. The Court of Federal Claims adopted Rule 56.1 under its statutory authority to prescribe the procedural and practice rules for its proceedings.5 See
Second, by its plain language Rule 56.1 confirms this understanding. It specifically provides that “RCFC 56(a)-(b) applies, with the exception that any supplementation of the administrative record shall be
Third, viewed in the context of this action the judgment on an administrative record is properly understood as intending to provide for an expedited trial on the record. The statute conferring the Court of Federal Claims‘s jurisdiction over bid protests expressly requires the trial court to give “due regard” to “the need for expeditious resolution of the action.”
Finally, the underlying cases cited in Banknote II do not support the proposition that in reviewing the factual matters in a judgment under Rule 56.1 this court “reappl[ies] the summary judgment standard in an independent review to determine whether the moving party is entitled to judgment as a matter of law.” For this conclusion, Banknote II relies on JWK Int‘l Corp. v. United States, 279 F.3d 985 (Fed. Cir. 2002) (“JWK II“). Banknote II, 365 F.3d at 1353.
In JWK II, this court explained – in the opening paragraph – that it affirmed the trial court‘s judgment for the government in view of the conclusion that the government acted in accordance with the law. JWK II, 279 F.3d at 986; see also id. at 988 (discussing contracting officer‘s decision not to enter into cost discussions with JWK). That holding mirrored the Court of Federal Claims‘s analysis below, in which the trial court granted judgment for the government on legal grounds. The trial court ruled that the government had not acted contrary to law under the APA standard at
The trial court‘s JWK opinion explains, in detail, why each of the protestor‘s APA challenges failed to show fault in the government‘s conduct. That detailed discussion contrasts with the lack of analysis of why the factual record, for the same conduct, failed to support a claim of prejudice. Instead, at various points the lower court simply tacked onto various conclusions, that there was no APA violation, boilerplate determinations that prejudice was not shown. See, e.g., JWK I, 49 Fed. Cl. at 391 (“Moreover, based upon the review of the administrative record there is no evidence that JWK was in any way prejudiced by the agency‘s review of the past performance factors.“); id. at 392 (“Moreover, based upon the record the Court can find no indication that JWK was prejudiced.“); id. at 395 (“The Court finds no indication in the administrative record that JWK was prejudiced in any way by this
This court‘s opinion in JWK II likewise provided a cursory discussion of a failed showing of prejudice, but that discussion was unnecessary to the result. Moreover, although the JWK II opinion recites a summary judgment-type review of the facts, JWK II, 279 F.3d at 987, when considering prejudice this court did not draw all reasonable inferences in favor of the non-moving party. To the contrary, the court reviewed the evidence of prejudice on the merits:
In the absence of an alleged error, there must be a “substantial chance” that JWK would have received the award. Statistica, Inc. v. Christopher, 102 F.3d 1577, 1581 (Fed. Cir. 1996). JWK argues that if the contracting officer had entered into cost discussions and it had been given the opportunity to offer cost caps on its proposed labor rate escalation, then it could have bid a lower cost and been awarded the contract. But cost was the least important criterion, and even with the cost realism adjustment, JWK‘s bid was still lower than LTM‘s. It was more important that JWK received lower ratings in the technical and management areas than LTM, because the contracting officer decided that LTM‘s superiority in those areas outweighed the marginal cost difference between the two. That was a permissible judgment under the source selection regulation,
FAR § 15.308, 48 C.F.R. § 15.308 (2001).
JWK II, 279 F.3d at 988-89 (emphases added). If the court were applying a summary judgment review and determining whether a genuine issue of disputed fact existed, then on the facts set forth in the quoted language it would have had to infer prejudice, hold the protestor survived summary judgment, vacate the trial court judgment and remand for trial on the merits. In short, this court‘s review of the factual record for prejudice in JWK II was unnecessary to its result, and in any event applied a different standard that did not draw inferences in favor of the non-moving party.
The Court of Federal Claims, therefore, when making a prejudice analysis in the first instance, is required to make factual findings under RCFC 56.1 from the record evidence as if it were conducting a trial on the record. In such circumstances this court reviews such findings for clear error, consistent with RCFC 52. As the court noted in Advanced Data Concepts, 216 F.3d at 1058, the substantial evidence standard incorporated into
B.
The trial court did not clearly err in finding that Bannum was not significantly prejudiced by the BOP‘s violations.
Bannum necessarily relies on the difference between the 104 points the BOP docked it based on the CEFs, and the 74.5 points by which Alston Wilkes won the bid. Had the BOP deducted fewer than 29.5 points for past performance, Bannum would have prevailed. But neither Bannum nor the record explains why Bannum had a substantial chance of scoring at least 74.5 points higher on past performance had the BOP reviewed the CEFs in accordance with the FAR. The independent review pursuant to the separate GAO proceeding increased Bannum‘s past performance award by 16 to 312 points, an amount insufficient to alter the award outcome. There is nothing besides Bannum‘s conjecture to support the contention that another review, comporting with the FAR, would provide it a substantial chance of prevailing in the bid. Bannum‘s argument rests on mere numerical possibility, not evidence. In sum, we find no clear error in the trial court‘s determination and will not disturb it. Accordingly, the judgment of the Court of Federal Claims is affirmed.
AFFIRMED
COSTS
Each side will bear its own costs.
