CHE CONSULTING, INC., Plaintiff, v. The UNITED STATES, Defendant.
No. 15-1244C
United States Court of Federal Claims.
March 2, 2016
125 Fed. Cl. 234
SWEENEY, Judge
(Filed Under Seal: March 1, 2016) (Reissued for Publication: March 2, 2016)
Ryan K. Manger, St. Louis, MO, for plaintiff.
Sosun Bae, United States Department of Justice, Washington, DC, for defendant.
OPINION AND ORDER
SWEENEY, Judge
In this postaward bid protest, plaintiff CHE Consulting, Inc. (“CHE“), challenges the acquisition of hardware and software maintenance services by the Defense Logistics Agency (“DLA“) of the United States Department of Defense (“DOD“). Specifically, plaintiff lodges objections against the solicitation, the manner in which the procurement was conducted, and the award of the contract to Affigent, LLC (“Affigent“). Before the court are defendant‘s motion to dismiss the protest, in part, on standing grounds; the parties’ cross-motions for judgment on the administrative record; plaintiff‘s motion for leave to conduct discovery and to supplement the administrative record; and defendant‘s motion to strike two declarations offered by plaintiff. For the reasons set forth below, the court grants defendant‘s motion to dismiss, denies plaintiff‘s motion for judgment on the administrative record, and grants defendant‘s cross-motion for judgment on the administrative record. In addition, the court denies plaintiff‘s motion for leave to conduct discovery and to supplement the administrative record, and grants defendant‘s motion to strike.
I. BACKGROUND
A. Factual History
On September 21, 2015, the DLA Contracting Services Office in Philadelphia, Pennsylvania issued solicitation number SP4701-15-Q-0299, a Request for Quotations (“RFQ“) to provide Oracle Storage Area Network and Backup Equipment Maintenance Support.1 AR 3233. The DLA posted the
In the solicitation, the DLA explained that it intended to evaluate proposals and make an award without discussions. Id. at 34. It further indicated that it would make an award on a “Lowest Fair and Reasonable Price, Technically Acceptable” basis. Id. at 35. And, it specified that the period of performance for the contract would be from September 30, 2015, through May 31, 2016. Id. at 33.
The DLA received three proposals in response to the solicitation. Id. at 110, 125, 173. All three proposals were deemed technically acceptable because they were considered “consistent with the basis for award” and demonstrated each offeror‘s “ability to meet [every] aspect” of the solicitation requirements. Id. at 230. The DLA then concluded that Affigent should be awarded the contract because it proposed the lowest price of $393,172.32, its price was fair and reasonable, and it was responsible. Id. at 241-42, 311. The DLA and Affigent executed the contract on September 29, 2015. Id. at 311.
B. Procedural History
On October 23, 2015, plaintiff filed the present protest, contending that the solicitation, the manner in which the DLA conducted the procurement, and the DLA‘s contract award to Affigent were arbitrary, capricious, an abuse of discretion, and contrary to law. Plaintiff filed a motion for judgment on the administrative record, and defendant filed a cross-motion for judgment on the administrative record and motion to dismiss, in part, plaintiff‘s protest. In addition, plaintiff filed a motion for leave to conduct discovery and to supplement the administrative record, and defendant filed a motion to strike two declarations attached to plaintiff‘s dispositive motion. All motions are fully briefed, and the court heard argument on February 26, 2016.
II. LEGAL STANDARDS
A. Bid Protests
The United States Court of Federal Claims (“Court of Federal Claims“) has “jurisdiction to render judgment on an action by an interested party objecting to ... the award of a contract or any alleged violation of statute or regulation in connection with a procurement or a proposed procurement.”
When resolving a bid protest, the court reviews the challenged agency action pursuant to the standards set forth in
In evaluating whether an agency official‘s actions were rational, the “disappointed bidder bears a ‘heavy burden’ of showing that the award decision ‘had no rational basis.‘” Impresa, 238 F.3d at 1333 (citation omitted). Contracting officials may properly exercise wide discretion in applying procurement regulations.
Ultimately, “[t]he arbitrary and capricious standard applicable [in bid protests] is highly deferential.” Advanced Data Concepts v. United States, 216 F.3d 1054, 1058 (Fed. Cir. 2000). Thus, when a protestor claims that the procuring agency‘s decision violates a statute, regulation, or procedure, it must show that the violation was “clear and prejudicial.” Impresa, 238 F.3d at 1333 (internal quotation marks omitted). Indeed, this court will “interfere with the government procurement process ‘only in extremely limited circumstances.‘” EP Prods., Inc. v. United States, 63 Fed.Cl. 220, 223 (2005) (quoting CACI, Inc.-Fed. v. United States, 719 F.2d 1567, 1581 (Fed. Cir. 1983)).
If the court concludes that a protestor has met its burden under
B. Motions to Dismiss
Defendant moves to dismiss plaintiff‘s protest, in part, for lack of standing pursuant to Rule 12(b)(1) of the Rules of the United States Court of Federal Claims (“RCFC“). In ruling on a motion to dismiss, the court assumes that the allegations in the complaint are true and construes those allegations in the plaintiff‘s favor. Henke v. United States, 60 F.3d 795, 797 (Fed. Cir. 1995). However, the plaintiff bears the burden of proving, by a preponderance of the evidence, that the court possesses jurisdiction. McNutt v. Gen. Motors Acceptance Corp., 298 U.S. 178, 189 (1936); Reynolds v. Army & Air Force Exch. Serv., 846 F.2d 746, 748 (Fed. Cir. 1988). If the court finds that it lacks jurisdiction over a claim, RCFC 12(h)(3) requires the court to dismiss that claim.
C. Motions for Judgment on the Administrative Record
The parties both move for judgment on the administrative record pursuant to RCFC 52.1. In ruling on such motions, “the court asks whether, given all the disputed and undisputed facts, a party has met its burden of proof based on the evidence in the record.” A & D Fire Prot., Inc. v. United States, 72 Fed. Cl. 126, 131 (2006) (citing Bannum, Inc. v. United States, 404 F.3d 1346, 1356 (Fed. Cir. 2005)2). Because the court
D. Supplementation of the Administrative Record
Finally, the parties have filed motions concerning what materials should be considered by the court in this protest. Generally, “the focal point for judicial review should be the administrative record already in existence, not some new record made initially in the reviewing court.” Camp v. Pitts, 411 U.S. 138, 142 (1973). An administrative record typically contains the materials developed and considered by an agency in making a decision subject to judicial review. See id. at 142-43 (remarking that an agency‘s finding must be “sustainable on the administrative record made” by the agency at the time of its decision); Cubic Applications, Inc. v. United States, 37 Fed.Cl. 345, 349-50 (1997) (“[T]he primary focus of the court‘s review should be the materials that were before the agency when it made its final decision.“). The administrative record “should be supplemented only if the existing record is insufficient to permit meaningful review consistent with the [Administrative Procedure Act].” Axiom Res. Mgmt., Inc. v. United States, 564 F.3d 1374, 1381 (Fed. Cir. 2009); accord id. at 1380 (“[S]upplementation of the record should be limited to cases in which the ‘omission of extra-record evidence precludes effective judicial review.‘” (quoting Murakami v. United States, 46 Fed.Cl. 731, 735 (2000), aff‘d, 398 F.3d 1342 (Fed. Cir. 2005))).
If a protestor asserts that discovery is necessary, it must provide “concrete and specific reasons,” and not simply “nebulous assertions.” DataMill, Inc. v. United States, 91 Fed.Cl. 722, 732 (2010). Further, a protestor alleging that discovery is necessary to obtain evidence of bad faith must assert “sufficient well-grounded allegations of bias to support supplementation.” Inforeliance Corp. v. United States, 118 Fed.Cl. 744, 748 (2014) (internal quotation marks omitted). Moreover, the protestor “must persuade the Court that discovery could lead to evidence which would provide the level of proof required to overcome the presumption of regularity and good faith.” Beta Analytics Int‘l, Inc. v. United States, 61 Fed.Cl. 223, 226 (2004).
III. DISCUSSION
A. The Parties’ Cross-Motions for Judgment on the Administrative Record and Defendant‘s Motion for Partial Dismissal
1. The Parties’ Respective Positions
a. Plaintiff‘s Factual Allegations and Legal Arguments
Plaintiff claims to be “a small business and preeminent provider of computer hardware engineering services to the federal government, various state governments and private industry.” Pl.‘s Mot. 7. It contends that it is the “only third party provider with an agreement from the Original Equipment Manufacturer (‘OEM‘), Oracle,” to provide “replacement microcode, microcode updates, firmware, firmware updates, and engineering changes on select Oracle (SUN/STK) equipment assets,” and that it holds a GSA FSS “agreement for Oracle (STK) hardware maintenance services, as well as other products.” Id. at 7-8. Plaintiff further states that it has been providing computer hardware maintenance services at DLA facilities for more than twelve years, and that its recent work with the DLA includes three one-year term contracts for maintenance services on STK robotic tape libraries and tape drives in Richmond and Fort Belvoir, Virginia. Id. at 8. According to plaintiff, the most recent contract was completed on July 25, 2015 (“July 2015 contract“). Id.
In support of its motion for judgment on the administrative record, plaintiff makes
Second, plaintiff argues that the DLA violated the Competition in Contracting Act (“CICA“) by soliciting hardware maintenance services without giving capable third-party providers an opportunity to bid. Id. at 27-29. According to plaintiff, the DLA failed to “conduct a full and open competition prior to selecting Affigent” in violation of the CICA even though it knew that plaintiff was “willing and able” to compete. Id. at 27 (relying on
Third, plaintiff argues that the DLA improperly limited its posting of the RFQ to Oracle ESI agreement holders in violation of the CICA and Federal Acquisition Regulation (“FAR“) Subpart 6.3. Id. at 29-30. Specifically, plaintiff argues that (1) the DLA failed to “justify in writing the use of non-competitive procedures, as required by the process laid out in FAR Subpart 6.3, prior to entering into a contract or even commencing negotiations for a contract,” id. at 29; (2) by awarding the contract under a DOD ESI “Blanket Purchase Agreement and/or a broader GSA [FSS] contract,” the DLA improperly excluded third-party providers like plaintiff, id. at 6, 29-30; and (3) the DLA violated the CICA “by awarding an FSS contract outside of [Affigent‘s] FSS contract” because plaintiff could not locate the hardware maintenance services listed in either Affigent‘s FSS or ESI agreements, id. at 30.
Finally, plaintiff argues that the DLA violated the CICA by posting the award, and presumably also the RFQ, under a misleading NAICS Code. Id. at 30-31. According to plaintiff, “[t]he official public medium for providing notice of contracting actions by federal agencies is the FedBizOpps website, which has been designated by statute and regulation as the government-wide point of entry.” Id. at 30. In this case, plaintiff argues that it was “improper and misleading” for the DLA to use NAICS Code 541519 in the RFQ because (1) it relates to “computer related services, including computer disaster recovery services or software installation service,” rather than “hardware maintenance,” id. at 31; and (2) “it applies to equipment manufacturing—not maintenance,” id. As a result, plaintiff contends, it was prevented from learning about the contract award. Id.
b. Defendant‘s Arguments
Defendant first moves to dismiss the bulk of plaintiff‘s claims for lack of standing. As a threshold matter, defendant concedes that plaintiff has standing to challenge whether the DLA acted lawfully by including both software and hardware services in the procurement. See Def.‘s Mot. 10; Oral Argument at 2:40:42.4 However, with respect to plaintiff‘s remaining claims, defendant argues that there is no statute, regulation, or case law that prohibited the DLA from consolidating its hardware and software support requirements into one contract and that because plaintiff only provided hardware support, it would not have been a technically acceptable offeror. Def.‘s Mot. 10. In other words, defendant argues, because plaintiff did not have a substantial chance of winning the contract, a prerequisite to establishing standing, its remaining claims should also be dismissed. Id. at 10-11.
Then, in support of its motion for judgment on the administrative record, defendant makes three arguments. First, defendant argues that the DLA properly consolidated software and hardware requirements. Id. at 11-14. According to defendant, the issue is not whether any regulation or statute authorizes the DLA to consolidate requirements, but whether any regulation or statute precludes such consolidation: “Absent such a statutory or regulatory violation, agencies have broad discretion to decide what to procure and how to procure it.” Id. at 12. In addition, defendant argues that, pursuant to Defense Federal Acquisition Regulation Supplement (“DFARS“) 207.170-3, “agencies are not required to provide market research,
Second, defendant argues that the DLA did not violate the CICA. Id. at 14-16. According to defendant, plaintiff‘s claim that the DLA failed to provide it with an opportunity to bid even though it was aware of its interest in doing so is of no moment because the only individual who purportedly knew of that interest was a DLA employee who worked in the Program Management Office, not the Contracting Services Office: “The fact that one individual in the Program Management Office, not representative of DLA‘s knowledge in a procurement capacity, knew of CHE‘s interest is irrelevant and unnecessary to the Court‘s review of this action.”5 Id. at 14. In fact, defendant claims that the contracting officer did not learn about plaintiff until after the contract was awarded. Id. Moreover, defendant contends that even if plaintiff can establish that the DLA knew of plaintiff‘s interest, the CICA does not require agencies to inform specific companies regarding the existence of a solicitation in which they might be interested. Id. In further defense of its actions, defendant notes that the DLA provided a detailed LSJ authorizing and approving the procurement. Id. at 15. According to defendant, the LSJ relies on a provision of the FAR that permits “other than full and open competition,” and
Finally, defendant argues that the DLA did not err in its publication of the RFQ. Id. at 16-19. According to defendant, the DLA properly posted the solicitation on the GSA e-Buy website, making it “accessible and open to any firm with an active and current GSA registration under the utilized Schedule and [Special Item Number (“SIN“) ], not just ESI agreement holders.” Id. at 17. Moreover, defendant argues that plaintiff cannot now claim that the DLA posted the award using an incorrect NAICS code because plaintiff failed to exhaust its administrative remedies as to this argument. Id. at 18. Alternatively, defendant argues that even if plaintiff had exhausted such remedies, the DLA appropriately exercised its discretion in selecting the posting code for the award, as supported by the fact that a representative of the Small Business Administration “reviewed and signed off on DLA‘s choice” of NAICS code. Id. 18-19.
2. Analysis
a. The DLA Did Not Violate the CICA or the FAR When It Consolidated the Procurement of Hardware and Software Services
As noted above, defendant concedes that plaintiff has standing to challenge the lawfulness of the DLA‘s decision to consolidate the procurement of hardware and software maintenance services into one contract. Thus, the court first addresses plaintiff‘s contention that the DLA‘s decision to consolidate these services into one contract constituted bundling, as well as plaintiff‘s argument that consolidation violated the CICA and the FAR.
As a preliminary matter, the court finds that the DLA‘s consolidation of its of hardware and software services contracts did not constitute bundling. Case law that interprets the pertinent statutes and regulations makes it clear that “to constitute bundling, a solicitation must: (1) consolidate two or more requirements that were previously procured under separate smaller contracts into a single contract, and (2) likely be unsuitable for award to a small business.” Benchmade Knife Co. v. United States, 79 Fed.Cl. 731, 739 (2007) (citing
Second, plaintiff does not demonstrate that the consolidated contract would “likely be unsuitable to a small business.” To the contrary, a small business concern was not only deemed technically acceptable, but was ultimately awarded the contract, as it was found to be “responsible” and its price was determined to be “fair and reasonable.” AR 110, 241-42, 311. In addition, the other two offerors were small businesses.6 Further, the Small Business Administration reviewed and approved the NAICS code that the DLA used to post the solicitation. Id. at 323. Thus, because the contract was not “unsuitable for award to a small-business concern,”
Equally unpersuasive are plaintiff‘s arguments that there were other means by which the DLA could have procured the desired services. The DLA had the right to award the contract under the FSS program. As the Federal Circuit has explained, “[t]he FSS was established by the [GSA] to provide Government agencies with a ‘simplified process for obtaining commercial supplies and services at prices associated with volume buying.‘” Kingdomware Techs., Inc. v. United States, 754 F.3d 923, 925 (Fed. Cir. 2014) (quoting
In addition, plaintiff‘s contention that the LSJ contained a false statement is erroneous. The LSJ stated that “[a]t the current time ORACLE has no agreements with 3rd party support organizations to resell hardware and software system support.” AR 106. Plaintiff argues that this statement is false because the DLA had a contract with plaintiff. Although plaintiff did have a contract with the DLA, the contract was limited to hardware system support. Thus, the statement in the LSJ that the DLA did not have any agreements to obtain both hardware and software system support was true, as plaintiff does not provide both types of support.”7
In short, the DLA did not violate the CICA or the FAR when it consolidated the procurement of hardware and software maintenance services into one contract. Accordingly, the court denies plaintiff‘s motion for judgment on the administrative record and grants defendant‘s cross-motion for judgment on the administrative record on this issue.
b. Plaintiff Lacks Standing to Bring Its Remaining Challenges to the Procurement
With respect to its remaining challenges to the procurement, plaintiff lacks standing to raise them in this court.
c. Alternatively, Plaintiff‘s Remaining Challenges to the Procurement Lack Merit
Even if plaintiff possessed standing to bring its remaining challenges to the procurement, those challenges are without merit.
i. The DLA Did Not Err When Posting the Solicitation and Had No Obligation to Notify Plaintiff of the Solicitation
First, plaintiff advances several arguments related to its lack of contemporaneous knowledge of the DLA‘s issuance of the solicitation—a fact not disputed by defendant—in support of its position that it is entitled to a permanent injunction of the contract award because the manner in which the DLA issued the solicitation was arbitrary, capricious, an abuse of discretion, and contrary to law. These arguments are unconvincing. The DLA posted the solicitation to the GSA e-Buy website, and as defendant correctly argues, if plaintiff had an active GSA e-Buy registration under the relevant schedule and SIN, it would have been able to access the solicitation. Further, there is no merit to the argument that by using a “generic NAICS code,” the DLA “disguised the true nature of th[e] procurement,” which was to purchase hardware maintenance services. Pl.‘s Reply 17. The solicitation contemplated the procurement of software maintenance services in addition to hardware maintenance services. Thus, if the DLA had posted the solicitation using an NAICS code encompassing only hardware maintenance services, as plaintiff argues it should have, the DLA would have used an incorrect code. By contrast, the code used by the DLA broadly covered “other computer related services,” which properly encompassed the solicitation‘s requirement for both hardware and software services. Moreover, even if the DLA had erred and used an incorrect NAICS code, plaintiff fails to demonstrate that it suffered prejudice. Plaintiff does not provide software services, which were required by the contract regardless of the NAICS code used. Thus, plaintiff would still not have been eligible to receive the contract.
In addition, although the NAICS code that the DLA used in this instance may have differed from those it used in the past, the DLA was under no obligation to apprise plaintiff of this fact or of the existence of the solicitation. When an agency awards a contract under the FSS program, “no requirement mandates that contractors receive any advance notice of the agency‘s needs or the selection criteria.” Ellsworth Assocs., Inc. v. United States, 45 Fed.Cl. 388, 395 (1999) (citing
ii. The DLA Was Not Required to Publish the Solicitation on the FedBizOpps Website
Next, contrary to plaintiff‘s assertion, the DLA was not required to publish the solicitation on the FedBizOpps website. Plaintiff relies on
When a proposed acquisition is funded entirely using DOD funds and potentially involves bundling, the contracting officer shall, at least 30 days prior to the release of a solicitation or 30 days prior to placing an order without a solicitation, publish in FedBizOpps.gov (or any successor site) a notification of the intent to bundle the requirement. In addition, if the agency has determined that measurably substantial benefits are expected to be derived as a result of bundling, the notification shall
include a brief description of those benefits.
iii. The DLA Did Not Draft the Solicitation to Exclude Plaintiff
Finally, plaintiff‘s argument that the DLA drafted the solicitation to exclude plaintiff and favor Oracle‘s resellers is also unavailing. Because agencies have wide discretion when using the FSS program, the DLA acted well within its authority by designing the solicitation and conducting the procurement as it did. Pursuant to Part 8 of the FAR, which “governs agency acquisitions made pursuant to the FSS program,” Cybertech Grp., 48 Fed.Cl. at 648, “[t]he GSA schedule contracting office issues publications, titled Federal Supply Schedules, containing the information necessary for placing delivery orders with schedule contractors,”
In this case, the DLA chose to issue a solicitation to acquire hardware and software support services in a consolidated contract. The DLA was entitled to place an order against the FSS and obtain these services from Oracle‘s resellers directly, without conducting a competition. It was also well within the DLA‘s rights to issue a solicitation and assess proposals, as it did here. Further, because the DLA was allowed to place an order with Oracle‘s resellers directly, it was entitled to favor Oracle‘s resellers in the solicitation. For these reasons, plaintiff‘s claim that the solicitation improperly favored Oracle‘s resellers lacks merit.9
In short, even if plaintiff possessed standing to bring its remaining challenges to the procurement, those challenges would be rejected by the court.
B. Plaintiff‘s Motion for Leave to Conduct Discovery and to Supplement the Administrative Record, and Defendant‘s Motion to Strike Plaintiff‘s Declarations
Plaintiff also moves for leave to conduct discovery and to supplement the administrative record. Plaintiff seeks to supplement the administrative record with six electronic-mail messages between itself and the DLA regarding its desire to submit a proposal during the procurement. Further, plaintiff moves to supplement the administrative rec-
In addition, plaintiff seeks discovery to obtain (1) communications between the DLA “and other interested parties” before the solicitation was provided to Affigent, Pl.‘s Disc. Mot. 2; (2) “all documents relating to the IGCE,” id. at 10; (3) “a further explanation of Defendant‘s choice to include and require [that] software maintenance be performed under the same contract as hardware maintenance,” id. at 11; and (4) “all descriptive information provided in the GSA e-Buy posting to explain how the public was notified of the contract opportunity,” id. at 12. Plaintiff argues that this discovery would provide “necessary information identifying the Contracting Officer‘s knowledge of prospective offerors beyond Oracle resellers.” Id. at 9. In response, defendant argues that the documents and information that plaintiff seeks are “not essential for effective judicial review.” Def.‘s Disc. Resp. 1.
Finally, defendant moves to strike Mr. Garett‘s and Mr. York‘s declarations, arguing that the declarations include statements of “purported fact and opinion regarding CHE‘s previous experience providing Oracle hardware maintenance services” for the DLA, none of which is properly part of the administrative record. Def.‘s Mot. to Strike 1. Defendant further contends that the declarations detail the communications between plaintiff and the DLA regarding the procurement; contain allegations that reinstatement fees included in the bill of materials for the procurement are punitive actions taken by Oracle against customers; include assertions that software support was not critical for the contract and that the SOW included inappropriate line items, thus indicating that it was “set by” Oracle; and contain contentions that the wrong NAICS code was used when posting the award. Id. at 1-2. According to defendant, this extrarecord evidence is irrelevant and unnecessary for judicial review. Id. at 2-3. Further, defendant argues, the opinions offered in the declarations lack a reasoned basis and constitute improper expert opinion. Id. at 4. In response, plaintiff contends that the declarations provide information that is necessary for the court‘s effective review of the protest. Pl.‘s Resp. to Def.‘s Mot. to Strike 1. Specifically, plaintiff contends, the declarations supply relevant communications between the parties leading up to the procurement, offer support for the “harm caused to Plaintiff by its unlawful exclusion,” and provide factual information concerning certain line items included in the solicitation and the NAICS code used to post it. Id.
Plaintiff‘s motion to supplement the administrative record is without foundation. The court‘s review in a bid protest is limited to the administrative record. As described earlier, supplementation of the administra-
Further, the court finds discovery unnecessary in this case. Indeed, plaintiff fails to show how the discovery it seeks would demonstrate a violation of a statute or regulation. Rather, the discovery that plaintiff requests pertains primarily to legal issues resolved by this motion. For example, allegations that the DLA violated the CICA by publishing the solicitation under an incorrect NAICS code, that the DLA was obligated to advise plaintiff of the issuance of the solicitation and provide plaintiff with a copy of the solicitation, and that the DLA violated the rules pertaining to bundling are all legal issues, not fact issues. Moreover, to the extent that plaintiff seeks discovery based upon innuendos of bad faith, plaintiff‘s request must be denied for two reasons. First, merely hinting at bad faith falls short, as “[g]overnment officials are presumed to act in good faith, and it requires ‘well-nigh irrefragable proof’ to induce a court to abandon the presumption of good faith dealing.”10 T & M Distribs., Inc. v. United States, 185 F.3d 1279, 1285 (Fed. Cir. 1999) (quoting Kalvar Corp. v. United States, 543 F.2d 1298, 1301-02 (Ct. Cl. 1976)); see also Impresa, 238 F.3d at 1338 (explaining that agency decisions, including those of contracting officers, are entitled to a presumption of regularity “unless that presumption has been rebutted by record evidence that the agency decision is arbitrary and capricious“). Second, plaintiff‘s counsel conceded at oral argument that plaintiff is not alleging bad faith in this procurement, despite allegations that suggest such a claim. Accordingly, plaintiff‘s motion for leave to conduct discovery and to supplement the administrative record is denied, and defendant‘s motion to strike is granted.
IV. CONCLUSION
In sum, the court finds that plaintiff has standing to challenge the lawfulness of the DLA‘s decision to consolidate its hardware and software contracts, but that its challenge is not meritorious. Further, the court finds that plaintiff lacks standing to bring its remaining challenges to the procurement because plaintiff did not have a substantial chance of receiving the contract. Finally, even if plaintiff had standing, the court finds that plaintiff‘s allegations of error lack merit. Accordingly,
- Defendant‘s motion to dismiss in part for lack of standing, pursuant to RCFC 12(b)(1), is GRANTED.
- Plaintiff‘s motion for judgment on the administrative record is DENIED.
- Defendant‘s cross-motion for judgment on the administrative record is GRANTED.
- Plaintiff‘s motion for leave to conduct discovery and to supplement the administrative record is DENIED.
- Defendant‘s motion to strike the declarations attached to plaintiff‘s motion for judgment on the administrative record is GRANTED.
No costs. The clerk is directed to enter judgment accordingly.
The court has filed this ruling under seal. The parties shall confer to determine agreed-to proposed redactions. Then, by no later than Tuesday, March 15, 2016, the parties shall file a joint status report indicating their agreement with the proposed redactions, at-
IT IS SO ORDERED.
MARGARET M. SWEENEY
Judge
