OPINION AND ORDER
BayFirst Solutions, LLC (BayFirst) filed its pre-award bid protest complaint on February 27, 2012. In its amended complaint, BayFirst challenges the actions of the United States Department of State (State Department or Agency) taken “in furtherance of issuing a task order to Alutiiq International Solutions, LLC (Alutiiq) under Alutiiq’s existing [Indefinite Delivery/Indefinite Quantity (ID/IQ) ] contract with the Agency.” Compl. ¶ 1 (punctuation altered). The contemplated acquisition is for diplomatic security protection management services. Id. ¶ 2. BayFirst requests that the court
[e]njoin the State Department from proceeding with the proposed award of a task order under Alutiiq’s existing ID/IQ contract, or any other contract vehicle and enjoin any future transition activities in*498 furtherance thereto [and] [d]eclare that the proposed award of a task order under Alutiiq’s existing ID/IQ contract and transition activities were improper and violative of federal laws and regulations.
Id. at 8.
The administrative record (AR) of this procurement was filed on March 9, 2012, corrected to replace illegible pages on March 20, 2012, and supplemented with five additional pages per the court’s oral ruling on March 29, 2012. Briefing was filed according to an expedited schedule and oral argument was held on March 29, 2012. As discussed below, the court cannot sustain plaintiffs protest. Defendant’s motions to dismiss and for judgment on the administrative record are therefore granted, and plaintiffs motion for judgment on the administrative record is denied.
BACKGROUND
Contract work similar to the contract work at issue in this protest was awarded to Harding Security Associates, Inc. (Harding) in 2006, pursuant to a five-year contract (one base year and four option years). That contract was set aside for 8(a) small business concerns. In 2009, however, Harding was purchased by a large business and lost its 8(a) small business status. AR at 1. At that point, the Agency sought a waiver from the Small Business Administration so that Harding could continue as the incumbent contractor on the contract, even though it had lost its 8(a) certification, but the waiver was denied. Id. n. 1.
The Agency then issued a solicitation in 2010 (Solicitation) which sought to replace Harding with a small business contractor. BayFirst submitted a proposal in response to the Solicitation, and included Harding as its subcontractor for that bid. The Agency awarded to another offeror, and BayFirst protested that award at the Government Accountability Office (GAO). After losing at GAO, BayFirst filed a complaint in this court on August 15, 2011. Meanwhile, the Agency kept issuing short extensions of a bridge contract awarded to Harding. See AR at 149, 254, 256, 272, 280, 290.
Shortly after the complaint was filed in this court, the Agency considered ending its contractual relationship with Harding and obtaining the same services under a task order with Alutiiq. This court eventually issued an injunction of the contract award to BayFirst’s competitor in December 2011. BayFirst Solutions, LLC v. United States,
The current contract with Harding is set to expire on May 20, 2012. AR at 3. The Agency took various steps to begin the transition from Harding to Alutiiq, including introducing the current Harding employees to Alutiiq representatives at a meeting held on February 24, 2012. Pl.’s Mot. at 18. In response to the transition activities, BayFirst filed its protest in this court on February 27, 2012. The parties agreed that certain transition activities would halt while the court considered BayFirst’s protest.
The Agency’s transition of the contract services to Alutiiq, although not yet finalized, envisions issuing a task order to Alutiiq to provide continuity of services from May 21, 2012 until a new solicitation issues and a follow-on contract can be awarded, with award of the follow-on contract tentatively scheduled to occur before the end of August 2012. The task order would include a base period of slightly over three months, May 21, 2012 to August 31, 2012, and an option period of six months, September 1, 2012 to February 28, 2013. AR at 8. The total value of the task order is projected to be $[]. Id. The court agreed to render a decision on this
BayFirst, a bidder that responded to the Solicitation and which now states that it intends to bid on the follow-on contract, alleges that the proposed issuance of a task order to Alutiiq would deprive BayFirst of one of its “greatest assets.” Compl. ¶ 23. According to BayFirst, a task order awarded to Alutiiq would “prevent[] the BayFirst team from bidding on the new [follow-on contract] solicitation because [BayFirst] will no longer be able to offer the [Harding] incumbent employees.” Id. In other words, BayFirst argues that it would lose the competitive advantage of being able to offer the Harding incumbent employees for the follow-on contract, because these employees would either become Alutiiq employees or would leave their contract positions at the State Department.
DISCUSSION
I. Bid Protest Jurisdiction
This court “shall have jurisdiction to render judgment on an action by an interested party objecting to a solicitation by a Federal agency for bids or. proposals for a proposed contract or to a proposed award or the award of a contract or any alleged violation of statute or regulation in connection with a procurement or a proposed procurement.” 28 U.S.C. § 1491(b)(1) (2006). The jurisdictional grant is “without regard to whether suit is instituted before or after the contract is awarded.” Id. As a threshold jurisdictional matter, however, the plaintiff in a bid protest must show that it has standing to bring the suit. Info. Tech. & Applications Corp. v. United States,
II. Standard of Review for Judgment on the Administrative Record
Rule 52.1(e) of the Rules of the United States Court of Federal Claims (RCFC) provides for judgment on the administrative record. To review a motion, or cross-motions, under RCFC 52.1(c), the court asks whether, given all the disputed and undisputed facts, a party has met its burden of рroof based on the evidence in the record. Bannum, Inc. v. United States,
III.Bid Protest Review
The court first examines whether the plaintiff in a bid protest has standing to bring the suit. ITAC,
As the United States Court of Appeals for 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) [ (2006) ]: 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 arbitrary and capricious standard applicable [in bid protests] is highly deferential [and] requires a reviewing court to sustain an agency action evincing rational reasoning and consideration of relevant factors.” Advanced Data Concepts,
[W]hen a bidder alleges bad faith, [i]n order to overcome the presumption of good faith [on behalf of the government], the proof must be almost irrefragable. Almost irrefragable proof amounts to clear- and convincing evidence. In the cases where the court has considered allegations of bad faith, the necessary irrefragable proof has been equated with evidence of some specific intent to injure the plaintiff.
Id. (citations and quotations omitted).
Examples of arbitrary and capricious agency action include when “the agency ‘entirely failed to consider an important aspect of the problem, offered an explanation for its decision that runs counter to the evidence before the agency, or [the decision] is so implausible that it could not be ascribed to a difference in view or the product of agency expertise.’” Ala. Aircraft Indus., Inc.-Birmingham v. United States,
If, on the other hand, the government procurement action fails review under the standards cited above, the court “proceeds to determine, as a factual matter, if the bid protester was prejudiced by that conduct.” Bannum,
IV. Protest Grounds Summary and Relevant Legal Issues
Plaintiff’s protest grounds may be discerned both from the amended complaint and subsequent filings.
These protest grounds raise several issues. The first issue is whether, as defendant contends, BayFirst lacks standing to bring this bid protest. The second issue is whether, as persuasively argued by defendant, 41 U.S.C.A. § 4106(f) (West, Westlaw through P.L. 112-81) acts to bar some of the challenges brought by plaintiff in this bid protest. Third, with respect to any of BayFirst’s protest grounds which survive defendant’s jurisdictional challenges, the court must decide whether the record supports plaintiffs allegations of impropriety. The court begins with the issue of stаnding, which is a threshold jurisdictional matter.
Y. BayFirst’s Standing to Bring this Bid Protest
Both parties agree that the proper standard used to determine standing is provided by Weeks Marine. BayFirst must show that it was an actual or prospective bidder and that it has suffered or will suffer a “ ‘non-trivial competitive injury which can be addressed by judicial relief.’ ” Weeks Marine,
Standing, this court has typically held, is predicated on an initial review of the complaint and the allegations therein. Linc Gov’t Servs., LLC v. United States,
The court notes, however, that plaintiffs requested relief is not perfectly crafted to fit within the authority of this court. The relief requested in the complaint largely focuses on obtaining an injunction of the task order award to Alutiiq, or a declaratory judgment that the Agency’s transition activities and proposed issuance of a task order to Alutiiq are invalid, both of which are proper requests for relief. Compl. at 8. In plaintiffs motion, on the other hand, BayFirst requests two alternative forms of relief. First, plaintiff asks the court to “direet[] the State Department to issue and award a new solicitation by May 20, 2012.” Pl.’s Mot. at 22. In the alternativе, plaintiff asks that the court “direct[ ] the State Department to re-solicit the original solicitation for further bids.” Id.
As defendant notes, plaintiff does not provide legal authority to support its requests that the court direct the Agency “to issue and award a- new solicitation by May 20, 2012[or] to re-solicit the original solicitation for further bids.” Pl.’s Mot. at 22. The court agrees with defendant that neither of these remedies requested by plaintiff in its motion for judgment on the administrative record appears to be within the power of the court. This court has the power to strike down the cancellation of the Solicitation and to return the procurement to its prior status, and the power to enjoin the issuance of a task order to Alutiiq, but the Agency retains the discretionary power to take any legal action thereafter. Parcel 49C Ltd. P’ship v. United States,
VI. Jurisdiction Withdrawn by the Ban on Task Order Protests
Pursuant to § 4106(f) as recently amended and in relevant part:
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.A. § 4106(f). This court has consistently interpreted the ban as prohibiting task order protests in this court on any grounds other than the specific excepted allegations of excessive scope, period or value of the proposed task order.
There seems to be some variation in this court’s approach to interpreting the term “in connection with” when applying the ban on task order protests in particular cases. In one case, the court considered certain milestones in the agency’s decisionmaking process to be “connected” with a decision to issue a task order:
An agency’s procurement process involves several phases, including the (1) identification of a procurement need, (2) decision to acquire the need, and (3) development of an acquisition plan through which to acquire goods or services that will satisfy the need. The process is sequential, with the agency’s fundamental, underlying decision to proceed forward with an acquisition having a direct connection to the occurrences*503 that follow. In the absence of this decision to acquire a specific need, a procurement simply cannot take plаce. All subsequent procurement actions flow directly from the agency’s decision to procure goods or services in the first instance.
DataMill, Inc. v. United States,
In another case, this court divided the preliminary stages of a procurement into a ‘needs identification’ stage as well as a ‘contract vehicle selection’ stage, and determined, albeit arguably in dicta, that the earlier stage of decision-making in a procurement is not “in connection with” the proposed or actual issuance of a task order.
It appears that these variations in interpretation of the task order protest ban, none of which is binding on this court, arise in the complex and distinct fact patterns of individual bid protests. It may be that each protest requires a fact-intensive inquiry as to the agency’s decision-making process, and a careful analysis of thе connectedness of each challenged procurement decision to the issuance or proposed issuance of a task order. The court adopts that approach in this case. The court notes that when a procurement decision is connected to the proposed issuance or issuance of a task order, and the protest ground challenging that action does not fall within the enumerated exceptions presented in 41 U.S.C.A. § 4106(f), the court has no jurisdiction over that particular challenge. See, e.g., Omega World Travel, Inc. v. United States,
A. Plaintiff’s Challenges that Are Clearly Connected to the Proposed Issuance of a Task Order
1. The Scope Challenge
Plaintiff alleges that the proposed task order to Alutiiq exceeds the scope of Alutiiq’s ID/IQ contract. Pl.’s Mot. at 8-15; Pl.’s Reply at 25-27. This challenge falls within this court’s jurisdiction under the task order protest ban exception provided in § 4106(f)(1)(A). The standard to be applied to such a challenge is provided by AT & T Communications, Inc. v. Wiltel, Inc.,
BayFirst has offered a detailed analysis of the Alutiiq ID/IQ contract, but has not shown that the proposed task order materially departs from the scope of the ID/IQ contract. Further, despite plaintiffs arguments to the contrary, bidders for that ID/IQ contract would have reasonably anticipated that the services currently provided by Harding could be ordered through the ID/IQ contract awarded to Alutiiq. A comparison of Alutiiq’s ID/IQ contract and Harding’s bridgе contract reveals that the proposed task order does not exceed the scope of Alutiiq’s ID/IQ contract.
The purpose of Alutiiq’s ID/IQ contract is sufficiently broad:
The purpose of this solicitation is to provide the Department of State with contractor personnel necessary to effectively support the Bureau of Diplomatic Security Antiterrorism Assistance Programs and other offices [here and abroad] as required. The contractor shall provide program management personnel as required to support current Department tasking and to support other offices via task orders.
AR at 18. The Harding contract is for a similar purpose:
The purpose of this contract is to provide the Department of State (DOS) with contractor personnel necessary to support the Bureau of Diplomatic Security’s (DS) Office of Overseas Protective Operations. The Contractor shall provide personnel to assist DS in the management and administration of personal protective services, financial manаgement, acquisition support, information management, and administrative programs.
AR at 164. Both contracts require that the contractor provide contractor employees who have knowledge of overseas security issues affecting State Department personnel. Compare AR at 19 with id. at 164. Both contracts require that the contractor provide administrative personnel who have financial management skills. Compare AR at 19 with id. at 165. The court concludes that the proposed task order does not materially depart from the scope of the Alutiiq ID/IQ contract, under the binding precedent of AT &T.
Plaintiff argues that there is a material difference between the position classifications listed in the Alutiiq ID/IQ contract and those listed in the Harding contract, and between the focus of the ID/IQ contract (anti-terrorism training) and the focus of the task order (overseas personnel protective services contracting). Pl.’s Mot. at 9-15; Pl.’s Reply at 25-27; Oral Argument Transcript (Tr.) at 53-55. For these reasons, plaintiff asserts that a bidder on the ID/IQ contract would not have anticipated the issuance of a task order to support the Office of Overseas Protective Operations. The court disagrees.
The employee positions identified in Aluti-iq’s ID/IQ contract are reasonably analogous to the positions identified in the proposed task order. See AR at 365. The ID/IQ contract contains language indicating that the awardee might be tasked to provide additional types of contract employees to other offices within the Bureau of Diplomatic Security, and that other project assignments, with other purposes, would be within the scope of this contract. See, e.g., AR at 7-8, 26. The court concludes that a bidder for Alutiiq’s ID/IQ contract would have reasonably anticipated that a task order for twenty employees to support a different office within the Bureau of Diplomatic Security, the proposed task order challenged here, would be within the scope of that ID/TQ contract. In the court’s view, the type of work and positions to be filled by Alutiiq under the task order are well within the broad scope of its ID/IQ contract. See AT & T, 1 F.3d at 1205 (noting that “a broad original competition may validate a broader range of later [orders for contract work] without further bid procedures”). For these reasons, plaintiffs scope challenge to the proposed issuance of a task order to Alutiiq fails.
2. The Removal from 8(a) Competition Challenge
Plaintiffs argument that 13 C.F.R. § 124.506 has been violated is another protest ground that is “in connection with” the proposed issuance of a task order to Alutiiq.
Even if the court could consider this protest ground, plaintiff’s argument is fundamentally flawed. The proposed task order, including the six month option period, is valued at $[]. Thus, this task order’s dollar amount falls below the competitive acquisition threshold identified in § 124.506(a)(2)(ii), which is currently established at $4,000,000. See Small Business Size Regulations, 76 Fed. Reg. 8222, 8260 (Feb. 11, 2011) (announcing that the competitive acquisition threshold identified in § 124.506(a)(2)(h) would be raised from $3,500,000 to $4,000,000 on March 14, 2011). The regulation that plaintiff alleges has been violated here, § 124.506(b), only applies to acquisitions valued above the competitive acquisition threshold identified in § 124.506(a)(2)(h). Because the regulation cited by plaintiff does not apply to the task order proposed by the State Department, its restrictions on government contracting are irrelevant. Thus, even if the court had jurisdiction over this challenge, plaintiff has not identified a clear violation of a procurement regulation. For all of these reasons, the court rejects plaintiffs challenge to the removal of the contract work from the 8(a) prоgram.
3. Plaintiffs Allegations of Unfairness and Disparate Treatment
Plaintiff relies on a variety of general pronouncements in the FAR, which largely concern the fair and impartial treatment of offerors, to challenge the proposed issuance of a task order to Alutiiq.
Even if the court could consider this protest ground, the court does not consider that the cited pronouncements in the FAR provide enforceable rights to bidders in all procurement scenarios. See, e.g., Galen,
The court acknowledges that there may be instances where the general pronouncements in the FAR admonishing contracting officers to act with fairness and integrity provide a gauge with which to measure equitable treatment of offerors. In eases, for example, where similarly situated offerors have received disparate treatment, the regulatory framework cited by plaintiff might be of some utility. See BayFirst I,
Nonetheless, if jurisdiction for this challenge existed, and the court were to apply the fairness standards in the FAR cited by plaintiff, the court finds nothing unfair in the Agency’s proposed transition of contract services from Harding to Alutiiq. Plaintiff suggests that “[t]he Agency seeks to foreclose the possibility that BayFirst will be able to compete on a level playing field by transitioning the BayFirst team employees to Alutiiq prior to the issuance and award of the new contract.” Pl.’s Mot. at 7. Yet, incumbent contractors such as Harding have no permanent right to their incumbency, especially, as in this case, if they are no longer eligible for the small business sefraside program that provided the legal basis for their сontractual relationship with the government. BayFirst seeks, it appears, to benefit from the continuation of Harding’s incumbency after May 20, 2012, a date after which Harding has no legitimate right to provide the contested contract sendees to the State Department. BayFirst has not established that the Agency’s treatment of the BayFirst team (Bay-First and Harding) has violated the principles of fairness set forth in the FAR.
If this court had jurisdiction over plaintiffs fairness challenge to the transition plan of the Agency, which it does not, the only logical standard of review, well-established in precedent binding on this court, is whether the State Depaz’tment has acted in bad faith. Plaintiff has repeatedly (but indirectly) insinuated that bad faith has infected the State Department’s transition plan, see, e.g., Pl.’s Reply at 24 (implying that the Agency was “orchestrating a procurement in a targeted effort to exclude a potentially successful protestor from competing”), but has also repeatedly refused to formally allege bad faith, id. at 22 (“BayFirst did not claim bad faith, only disрarate treatment....”). As this court recently noted, bid protest
For all of these reasons, plaintiffs challenge to the fairness of the State Department’s transition plan fails.
B. The Agency’s Decision to Cancel the Solicitation Is Not Connected with the Proposed Issuance of a Task Order
Although this is a close question, the court views the State Department’s decision to cancel the Solicitation as a decision not “in connection with” the proposed issuance of a task order. Therefore, plaintiffs improper cancellation challenge is not barred by 41 U.S.C.A. § 4106(f). Notwithstanding this determination, it is noted that the record before the court could be read either way, and the law is not entirely clear on the application of the task order protest ban. Therefore, it is appropriate for the court to set forth a brief discussion of its legal analysis of this issue.
The court considers first the reasons why BayFirst’s improper cancellation claim could be barred by § 4106(f). The Agency began considering the proposed issuance of a task order to Alutiiq before it canceled the Solicitation, and continued to consider this option as its best option after the Solicitation was cancelled. Thus, temporally, the two events are certainly “connected.” It also appears that the decision to cancel the Solicitation was to a great extent facilitated by the Agency’s tentative plans to transition the Harding contract services to Alutiiq by means of a task order. In other words, because the cancellation of the Solicitation would make little sense if no viable short-term contracting vehicle was at hand, the cancellation of the Solicitation and the proposed transition of contract services to Alutiiq appear to be intertwined. Thus, the record supports, to a large extent, a connection between the cancellation of the Solicitation and the proposed issuance of a task order to Alutiiq.
Further, it is by no means clear that the task order protest ban was meant by Congress to encourage this court to separately analyze multiple grounds in a protest that presents a direct challenge to the proposed issuance of a task order. The text of the statute merely states, in relevant part, that “[a] protest is not authorized in connection with the issuance or proposed issuance of a task or delivery order.” 41 U.S.C.A. § 4106(f)(1). If a procurement process is viewed as a continuum of acts and decisions by the procuring agency which culminates in the proposed issuance of a task order, the statutory ban casts a wide net and bars challenges to the cancellation of a previously-issued solicitation, because that decision clears the way for the issuance of a task order. Thus, given the record before the court and the lack of precedential guidance as to the interpretation of § 4106(f), the court could reject plaintiffs improper cancellation claim for lack of jurisdiction, because the cancellation of the Solicitation could be viewed as a decision made in connection with the proposed issuance of a task order.
The court believes, however, that the record and analogous bid protest decisions support a different conclusion. The cancellation of the Solicitation may be viewed as a discrete procurement decision and one which could have been the subject of a separate protest. This approach is not unlike the one employed by the court in MORI, where a preliminary procurement decision, one which should have occurred before any contract vehicle was selected, was held to be subject to challenge and not barred by § 4106(f), even though the agency eventually issued a task order to fulfill its needs.
Finally, the court notes that procurement activities, especially those interrupted by multiple protests, often present complex factual scenarios. Dividing these scenarios, topically or chronologically, into discrete, ripe procurement decisions can be challenging for litigants and this court. It is even more challenging to divide these procurement scenarios into discrete chains of “connected” events. On the one hand, the Federal Circuit has a broad view of the agency actions that are “in connection with” a proposed procurement and are thus subject to protest. Distributed Solutions, Inc. v. United States,
The court concludes that jurisdiction lies for plaintiffs claim that the State Department’s cancellation of the Solicitation was improper.
VII. The Agency’s Cancellation of the Solicitation Survives Review
BayFirst alleges that the Agency violated 48 C.F.R. § 1.602-2(b) and 48 C.F.R. § 3.101-1 when it canceled the Solicitation. Pl.’s Mot. at 15-20; Pl.’s Reply at 22-25; Tr. at 50. As stated earlier in this opinion, the court questions whether these general “fairness” pronouncements in the FAR are appropriate fodder for the ‘violation of procurement regulations’ prong of this court’s bid protest jurisdiction. In this particular instance, BayFirst asks the court to determine whether the discretionary act of cancelling the Solicitation was fair. There is some support for plaintiffs fairness test for solicitation cancellations, in precedent not binding оn this court. See FFTF Restoration Co., LLC v. United States,
Plaintiffs unfairness allegations primarily focus on the Agency’s decision to cancel the Solicitation rather than to re-evaluate the proposals, including BayFirst’s proposal, that were submitted in response to the Solicitation.
First, and foremost, in BayFirst I the court neither directed the Agency to reevaluate the proposals submitted in response to the Solicitation nor refrained from criticizing the Solicitation. The Agency’s decision to cancel the Solicitation does not offend the court’s injunction or disregard the court’s legal conclusions. Second, although the contracting officer’s declaration neglects to fully illuminate every aspect of the chronology of events leading up to and continuing after the cancellation of the Solicitation, the court finds no misdirection or falsehoods in that document.
The court notes that there is another decision of this court which applied the arbitrary and capricious standard in a bid protest challenging the cancellation of a solicitation. See Def. Tech., Inc. v. United States,
Finally, the court notes that plaintiff has intimated, but not alleged, that the cancellation of the Solicitation was infected by the Agency’s bad faith. See Pl.’s Reply at 23 (asserting that the Agency engaged in “gamesmanship”); id. at 24 (characterizing the Agency’s actions as similar to “deliberate delay”); Tr. at 6 (“[BayFirst] believe[s] that ... the State Department [has] come up with a pretextual way to prevent the BayFirst team from receiving an award in this case_”). As stated earlier in this opinion, the court cannot allow plaintiff to allege bad faith, albeit informally, without holding plaintiff to the evidentiary standard required to prove bad faith on the part of the government. Cf. Galen,
CONCLUSION
Because plaintiff has not succeeded on the merits of either of its claims within this court’s jui’isdiction, the court need not consider the other factors that would or would not support BayFirst’s requests for injunc-tive relief. Plaintiffs motion for judgment on the administrative record is denied. Defendant’s motion to dismiss is granted, on jurisdictional grounds, for all of plaintiffs claims other than BayFirst’s scope challenge to the Agency’s proposed issuance of a task order to Alutiiq and BayFirst’s claim that the cancellation of the Solicitation was improper. Defendant’s motion for judgment on the administrative record is granted as to the task order scope claim and the improper cancellation claim.
Accordingly, it is hereby ORDERED that
(1) Plaintiffs Motion to Supplement Administrative Record, filed March 28, 2012, is GRANTED;
(2) Plaintiffs Motion for Judgment Pursuant to Rule 52.1, filed March 15, 2012, is DENIED;
(S)Plaintiffs Motion for Permanent Injunction and Declaratory Relief, filed February 27, 2012, is DENIED;
(4) Defendant’s Motion to Dismiss, and, in the Alternative, Cross-Motion for Judgment upon the Administrative Record, filed March 21, 2012, is GRANTED;
(5) The Clerk’s Office is directed to ENTER final judgment in favor of defendant, dismissing the complaint with prejudice, as to plaintiffs scope challenge to the proposed issuance of a task order to Alutiiq and as to the alleged impropriety of the cancellation of the Solicitation, and without prejudice, as to all of plaintiffs other claims because they are beyond this court’s jurisdiction;
(6) On or before April 25,2012, counsel for the parties shall CONFER and FILE with the Clerk’s Office a redacted copy of this opinion, with any material deemed proprietary marked out and enclosed in brackets, so that a copy of the opinion can then be prepared and madе available in the public record of this matter; and
(7)Each party shall bear its own costs.
Notes
. The court did not require a second amended complaint, given the constraints of the accelerated briefing schedule of this bid protest.
. This regulation was significantly amended on March 14, 2011. See Small Business Size Regulations, 76 Fed.Reg. 8222, 8260 (Feb. 11, 2011).
. The court is not aware of precedential guidance as to whether standing should be considered before or after the task order protest ban embodied in § 4106(f). Both are jurisdictional issues and must be decided before the merits of this case can be considered. Because the discussion of § 4106(f) naturally flows into a discussion of the merits of one of plaintiff's claims, the court begins its jurisdictional inquiry with the issue of BayFirst’s standing to bring this suit. A similar approach was taken by this court in Omega World Travel, Inc. v. United States,
. Plaintiff has indicated that BayFirst's 8(a) status will change on June 13, 2012, which might affect BayFirst’s eligibility to bid on the follow-on contract. Pl.'s Reply at 24.
. The ban has two versions, § 4106(f) for civilian contracts and 10 U.S.C.A. § 2304c(e) (West 2010 & Supp.2011) for military contracts.
. The court in MORI Associates, Inc. v. United States,
. Even if the task order’s value had been above the competitive acquisition threshold, the court agrees with defendant that plaintiff has failed to allege a clear violation of § 126.504(b). The Agency never proposed issuing a sole source 8(a) contract to Alutiiq—it proposed issuing a task order. Plaintiff has cited no authority for its argument that the proposed issuance of a task order violates § 126.504(b), which addresses sole source acquisitions.
. Plaintiff also cites these same regulations to support its allegation that the Solicitation was improperly canceled. That protest ground will be separately considered below.
.Neither of the Federal Circuit cases cited by plaintiff can be read to hold that these regulations create enforceable rights for bidders. See R & W Flammann GmbH v. United States,
. The court notes that the cancellation decision is distinct from the Agency's decision to issue a task order to Alutiiq. Thus, plaintiff cannot found its challenge to the cancellation of the Solicitation on the allegedly improper removal of contract requirements from the 8(a) program or any alleged violation of 13 C.F.R. § 124.506. Cf. Tr. at 50-51 (Mr. Block) (noting that one of plaintiff’s challenges to the cancellation of the Solicitation asserts that "combining the cancellation with the issuance of a task order violates [13 C.F.R. § 124.506]”). The cancellation, as a discrete act, removed nothing from the 8(a) program and does not, in any way, implicate 13 C.F.R. § 124.506.
. Plaintiff includes the terms "arbitrary, capricious, an abuse of discretion” in one heading of its reply brief, and includes the terms "arbitrary and capricious” in one sentence of a section оf
. The court disagrees with plaintiff’s assertion that paragraph thirteen of that document is untrue. Tr. at 15-16.
. When GAO considers an allegation that the cancellation of a solicitation was pretextual, GAO applies "closer scrutiny" but will uphold the cancellation as long as the decision to cancel the solicitation was reasonable. e-Management,
