DELL FEDERAL SYSTEMS, L.P., BLUE TECH INC., RED RIVER COMPUTER COMPANY, INC., Plaintiffs-Appellees IRON BOW TECHNOLOGIES, LLC, GOVSMART, INC., IDEAL SYSTEM SOLUTIONS, INC., NCS TECHNOLOGIES, INC., Plaintiffs v. UNITED STATES, HPI FEDERAL, LLC, CDW GOVERNMENT LLC, Defendants-Appellants ALPHASIX CORPORATION, INSIGHT PUBLIC SECTOR, INC., INTEGRATION TECHNOLGY GROUPS, INC., STERLING COMPUTERS CORPORATION, Defendants
2017-2516, 2017-2535, 2017-2554
United States Court of Appeals for the Federal Circuit
October 5, 2018
Appeals from the United States Court of Federal Claims in Nos. 1:17-cv-00465-TCW, 1:17-cv-00473-TCW, Judge Thomas C. Wheeler. SEALED OPINION ISSUED: September 24, 2018. PUBLIC OPINION ISSUED: October 5, 2018*. * This opinion was originally filed under seal and has been unsealed in full.
JOSEPH ASHMAN, Commercial Litigation Branch, Civil Division, United States Department of Justice, Washington, DC, argued for defendant-appellant United States. Also represented by MARTIN F. HOCKEY, JR., ROBERT EDWARD KIRSCHMAN, JR., CHAD A. READLER; ELINOR KIM, Contract and Fiscal Law Division, United States Army Legal Services Agency, Fort Belvoir, VA.
JONATHAN MICHAEL BAKER, Crowell & Moring, LLP, Washington, DC, argued for defendant-appellant HPI Federal, LLC. Also represented by DANIEL RUBEN FORMAN, ELIZABETH ANN BUEHLER, ROBERT JOSEPH SNECKENBERG.
MICHAEL J. ANSTETT, Fried, Frank, Harris, Shriver & Jacobson LLP, Washington, DC, for plaintiff-appellee Blue Tech Inc. Also represented by JAMES J. MCCULLOUGH, BRENDAN CONNOLLY MCNAMARA, NEAHA P. RAOL.
DAVID MICHAEL NADLER, Blank Rome LLP, Washington, DC, for defendant-appellant CDW Government LLC.
Before MOORE, SCHALL, and WALLACH, Circuit Judges.
WALLACH, Circuit Judge.
After initially awarding a contract for computer hardware to original awardees including Dell Federal Systems, L.P. (“Dell“), Blue Tech, Inc. (“Blue Tech“), and Red River Computer Company (“Red River“) (collectively, “Appellees“), the U.S. Department of the Army (“the Army“) instituted a corrective action1 to reopen procurement and conduct additional discussions with offerors. J.A. 7009 (Corrective Action). Appellees challenged the decision to institute corrective action before the U.S. Court of Federal Claims, which granted Appellees’ cross-motions for judgment on the administrative record and permanently enjoined the Army from proceeding with its corrective action. See Dell Fed. Sys., L.P. v. United States, 133 Fed. Cl. 92, 107 (2017); see also J.A. 1 (Judgment).
Appellants HPI Federal, LLC (“HPI“), CDW Government, LLC (“CDW“), and the United States (“the Government“) (collectively, “Appellants“) appeal the opinion and order of the Court of Federal Claims. We possess jurisdiction pursuant to
BACKGROUND
I. The Solicitation
In May 2016, the Army solicited proposals for indefinite-delivery, indefinite-quantity contracts for “commercial-off-the-shelf” computer hardware such as desktop computers, tablet computers, and printers under Solicitation No. W52P1J-15-R-0122 (“the Solicitation“). J.A. 1341; see J.A. 1339-87. The total estimated contract value was $5 billion over a ten-year period. J.A. 1341. While the Army anticipated “mak[ing] at least eight [contract] awards, with up to five reserved for small business[es],” J.A. 1341, the Solicitation left open the possibility that “the [Army] . . . may make as many, or as few, awards as deemed appropriate,” J.A. 1384.
The Solicitation stated that the competition would be conducted in accordance with the procedures outlined in Federal Acquisition Regulations (“FAR“) Part 15, “Contracting by Negotiation,” and the Army would therefore award contracts to the lowest priced, technically acceptable offerors. J.A. 1384; see
To evaluate the offerors’ bids, the Army‘s evaluation team consisted of a Source Selection Authority (“SSA“), a Source Selection Evaluation Board (“SSEB“), and a Procuring Contracting Officer (“CO“). J.A. 1303. The SSEB would “review and evaluat[e] proposals against the [S]olicitation requirements and the approved evaluation criteria,” J.A. 1307, and document their evaluation results in a Source Section Decision Document report, J.A. 5573. Based upon that report, the SSA would either “[m]ake a determination to award without discussions or enter into discussions” and make “the final source selection decision . . . before contracts [were] awarded or announced.” J.A. 1304.
The Army reserved the right “to conduct discussions and to permit [o]fferors to revise proposals if determined necessary by the [CO].” J.A. 1379; see J.A. 1468 (stating, in an amendment to the Solicitation, “the [Army] intends to award without conducting discussions“); see also
II. Source Selection and Award
The Army received fifty-eight proposals, with fifty-two from small businesses. J.A. 5574. Three proposals were rejected as non-responsive, and of the fifty-five proposals that were evaluated, nine were deemed acceptable for the Technical Approach and Past Performance evaluation factors, see J.A. 5574; see also J.A. 5575-77 (detailing each party‘s rating for each evaluation factor), with all nine final prices found to be fair and reasonable, see J.A. 5579-80. The SSEB said it did “not have a meaningful reason to open discussions” with offerors because doing so “would significantly delay award.” J.A. 5534. In February 2017, the Army awarded nine contracts: five contracts under the small business category, including to Blue Tech and Red River, and four under the full and open competition category, including to Dell. J.A. 5573, 5580; see J.A. 5579 (identifying which awardees relate to each category).
III. Post-Award Protests and the Army‘s Corrective Action
Following the award decision, HPI, CDW, and nineteen other unsuccessful offerors
al protests also argued that the Army should have engaged in discussions with offerors to resolve these spreadsheet-related misunderstandings, as required by Defense Federal Acquisition Regulations Supplement (“DFARS“) 215.306(c),3 and to resolve claimed misunderstandings relating to the completion of the Excel spreadsheets. See, e.g., J.A. 6367-69; see also
In response to the GAO protest, the Army conducted an internal review, see J.A. 7018, and issued its Notice of Corrective Action, informing GAO that it had decided “that it would be in the Army‘s best interest to take corrective action to resolve all the protests,” J.A. 7009 (emphasis added). The Army stated that such corrective action would “consist of the following: (1) opening discussions with all of the remaining offerors, including those who filed protests, (2) requesting final revised proposals, and (3) issuing a new award decision.” J.A. 7009.
The Army also released its MFR documenting its rationale for proposing corrective action in light of the GAO protests. See J.A. 7018-21 (MFR). First, the CO ex-
plained how the Army‘s counsel found that because the procurement was valued in excess of $100 million, the Army was likely required to conduct discussions with offerors pursuant to
As a result of the Army‘s proposed corrective action, the GAO dismissed the unsuccessful offerors’ protests as moot. See J.A. 7022-23. The Army subsequently notified offerors that “[d]iscussions with all offerors in the competitive range are now open” and invited offerors to present their “best and final proposal,” J.A. 7047 (letter to originally successful offeror), and the Army advised originally unsuccessful offerors to “address the deficiencies in [their] proposal[s],” J.A. 7076, and to revise their final prices “to their best and final prices,” J.A. 7077. In addition, “to remedy [any] potential competitive [dis]advantage” to offerors whose prices were disclosed by the original award notice, the Army sent all offerors a Microsoft Excel spreadsheet of the final proposed prices, with offerors not identified. J.A. 7378; see J.A. 7379-80 (listing prices).
IV. The Relevant Proceedings
Two of the nine initial awardees, specifically Dell and Blue Tech, sued the Government in the Court of Federal Claims, seeking to enjoin the Army‘s corrective action, see J.A. 290, and five other initial awardees, including Red River, joined as intervenors, Dell, 133 Fed. Cl. at 100.4 The cases were consolidated. Id. The Appellees then sought a permanent injunction, arguing that the corrective action was unlawful, and the proposed corrective action to reopen the competition was not reasonable under the circumstances. See id.5
In its Opinion and Order, the Court of Federal Claims granted the Appellees’ request for declaratory relief and a permanent injunction of the Army‘s corrective action. Id. at 107; see id. at 104-07 (analyzing the four-pronged test
for injunctive relief in favor of Appellees); see Centech Grp., Inc. v. United States, 554 F.3d 1029, 1037 (Fed. Cir. 2009) (outlining the four-pronged permanent injunction test as (1) success on the merits, (2) irreparable harm, (3) the balance of hardships, and (4) the public interest). As to success on the merits, the Court of Federal Claims determined that, while it agreed that the Army had rationally identified procurement defects, the “Army‘s contemplated corrective action [wa]s overbroad.” Dell, 133 Fed. Cl. at 104 (capitalization modified); see id. (noting that “the Army rationally identified two procurement defects“: (1) “ambiguities in the Equipment Submission Form” and (2) “the Army‘s failure to hold discussions“); id. at 104 (stating that “[e]ven where an agency has rationally identified defects in its procurement, its corrective action must narrowly target the defects it is intended to remedy” (internal quotation marks and citation omitted)), 106 (holding that the Army‘s corrective action “is not rationally related to any procurement defects“). The Court of Federal Claims also found all three other prongs of the permanent injunction test weighed in favor of
DISCUSSION
On appeal, Appellants contend that we should reverse the Court of Federal Claims’ grant of a permanent injunction because (1) the Court of Federal Claims applied the wrong standard in considering success on the merits because it assessed whether the Army‘s proposed corrective action was “narrowly targeted” to remedy a procurement defect, Gov‘t‘s Br. 21,7 and (2) under the proper legal framework, “the Army‘s corrective action is rationally related to the procurement defect,” id. at 26 (capitalization modified). We begin with the governing standards and then address Appellants’ arguments in turn.
I. Standard of Review and Legal Standard
We review “the [Court of Federal Claims‘] determination on the legal issue of the government‘s conduct, in a grant of judgment upon the administrative record, without deference.” Per Aarsleff A/S v. United States, 829 F.3d 1303, 1309 (Fed. Cir. 2016) (citation omitted). We review “[p]rotests of agency procurement decisions . . . under the standards set forth in the Administrative Procedure Act (‘APA‘).” Id. (citing
1305, 3105, 3344, 4301, 5335, 5372, 7521 (2012). The APA provides that “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.” Croman Corp. v. United States, 724 F.3d 1357, 1363 (Fed. Cir. 2013) (internal quotation marks and citation omitted); see
In evaluating a bid protest case, the Court of Federal Claims “may award any relief that the court considers proper, including declaratory and injunctive relief.”
II. Injunctive Relief
A. The Court of Federal Claims Abused Its Discretion in Granting a Permanent Injunction Because It Improperly Assessed the Success on the Merits Prong
The Court of Federal Claims summarized the question before it as “whether holding post-award discussions is a rational remedy for failing to hold pre-award discus-
sions.” Dell, 133 Fed. Cl. at 105. It held that “the Army‘s corrective action is not rationally related to any procurement defects.” Id. at 106. However, in so holding, the Court of Federal Claims applied a heightened standard, requiring that a reasonable “corrective action must narrowly target the defects it is intended to remedy.” Id. at 104 (internal quotation marks and citation omitted). The Court of Federal Claims thus enjoined the corrective action because it felt there was “a more narrowly targeted post-award solution that the Army entirely failed to consider: clarifications and reevaluation.” Id. at 105. Appellants argue that the Court of Federal Claims erred in determining that Appellees had demonstrated success on the merits by employing an incorrect standard. See Gov‘t‘s Br. 21-22; see also Dell, 133 Fed. Cl. at 107. Specifically, Appellants argue that the Court of Federal Claims applied a “more exacting [standard] than the APA‘s ‘rational basis’ review threshold for procurement protests, and impermissibly restrict[ed] the great deference the Tucker Act requires courts to afford agency procurement officials” by its use of a “narrowly targeted” standard. Gov‘t‘s Br. 22. We agree with Appellants.
The Court of Federal Claims based its decision on an error of law because corrective action only requires a rational basis for its implementation. Although the Court of Federal Claims has previously and occasionally employed a “narrow targeting” test to evaluate the appropriateness of a corrective action, see, e.g., Amazon Web Servs., Inc. v. United States, 113 Fed. Cl. 102, 115 (2013) (employing, by the
Instead, we have consistently reviewed agencies’ corrective actions under the APA‘s “highly deferential” “rational basis” standard. Croman, 724 F.3d at 1363 (internal quotation marks and citation omitted); see id. at 1367 (affirming the Court of Federal Claims’ grant of summary judgment in favor of the Government where the agency‘s corrective action “decisions were rationally based and not contrary to law“); see, e.g., Raytheon Co. v. United States, 809 F.3d 590, 595 (Fed. Cir. 2015) (explaining that, “for us to uphold the [agency‘s] decision to reopen the bidding process, it is sufficient . . . that the grounds relied on by the [agency] . . . rationally justified the reopening under governing law” (emphasis added)); Chapman Law Firm Co. v. Greenleaf Constr. Co., 490 F.3d 934, 938 (Fed. Cir. 2007) (affirming Court of Federal Claims’ inquiry, which considered the “reasonableness of the Government‘s . . . proposed corrective action“).9 The rational basis test asks “whether the contracting agency provided a coherent and reasonable explanation of its exercise of discretion.” Banknote Corp. of Am., Inc. v. United States, 365 F.3d 1345, 1351 (Fed. Cir. 2004) (internal quotation marks and citation omitted); see id. at 1355-56 (upholding a “best value” award decision and finding a procurement official acted “within the scope of [his] discretion” in making “a reasonable judgment” to weigh equally a solicitation‘s “price and technical factors” despite “the solicitation‘s silence regarding the relationship between the [two]” because “the additional cost of [an unsuccessful bidder‘s] proposal would not offset its strong technical evaluation“).
When determining whether a court committed legal error in selecting the appropriate legal standard, we determine which legal standard the tribunal applied, not which standard it recited. See Int‘l Custom Prods., Inc. v. United States, 843 F.3d 1355, 1359 (Fed. Cir. 2016) (stating that “a single reference to an incorrect legal standard does not undermine a final decision, only its application does” and holding that, despite referencing an incorrect legal standard, the court under review did not err because it “repeatedly applied the correct . . . standard“). Here, although the Court of Federal Claims framed its standard of review and conclusions in terms of rationality and reasonableness, see Dell, 133 Fed. Cl. at 101, 105, 106, it actually applied a heightened “narrowly targeted” standard, see id. at 105-06 (performing a fact-intensive analysis under a heightened “narrowly targeted” review of the Army‘s corrective action, and finding “there is a more narrowly targeted post-award
This error is due in part to the Court of Federal Claims’ improper reliance on its decision in Amazon Web. See Dell, 133 Fed. Cl. at 104. In Amazon Web, the Court of Federal Claims held that a corrective action was overbroad, explaining that “even where a protest is justified, any corrective action must narrowly target the defects it is intended to remedy.” 113 Fed. Cl. at 115 (citation omitted). The Court of Federal Claims’ reliance on Amazon Web is incorrect for two reasons. First, as we outlined above, the Court of Federal Claims gave greater weight to the defective legal standard as recited in Amazon Web than our holdings in Chapman, Croman, Raytheon, and Banknote. Federal Circuit precedent is “binding on this court as it is binding on the Court of Federal Claims.” Crowley v. United States, 398 F.3d 1329, 1335 (Fed. Cir. 2005). Second, binding precedent aside, Amazon Web, in any event, is factually distinguishable. The defects in Amazon Web were associated with only the agency‘s evaluation process, see 113 Fed. Cl. at 109, 116, and not with the agency‘s original solicitation and proposals, as is the case here. Moreover, in Amazon Web, the Court of Federal Claims found no rational basis based upon the agency‘s lack of “a narrowly tailored” corrective action that sought to amend the Solicitation despite no alleged defects with the solicitation or proposals. See id. at 116. Here, we have both alleged and undisputed procurement defects, and unlike Amazon Web, the Army has not pro- posed changing its original requirements when reevaluating the offerors’ proposals. For these reasons, the Court of Federal Claims improperly relied upon Amazon Web to find that the corrective action was not “narrowly targeted” and therefore overbroad and not reasonable.
We disagree with the Appellees’ main counterargument that we should view the “narrowly targeted” requirement not as a heightened standard but rather as an application of the rational basis standard. See Blue Tech‘s Br. 24-25; Dell‘s Br. 16-19. Specifically, Appellees argue that corrective action cases are too “fact specific” for only one agreed-upon application of the legal standard, and they advocate a “reasonable under the circumstances” analysis. Blue Tech‘s Br. 24 (quoting WHR Grp., Inc. v. United States, 115 Fed. Cl. 386, 397 (2014)); see id. (“[G]iven the substantial differences . . . from procurement to procurement, ‘there can be no universal test as to what constitutes appropriate corrective action.‘“); Dell‘s Br. 19-23 (similar); Red River‘s Br. 4 (referring to the tests as “two sides of the same coin“). Not only is WHR Group a decision of the Court of Federal Claims that is not binding on us, Dellew, 855 F.3d at 1382, but WHR Group does not
B. The Army‘s Corrective Action Had a Rational Basis
The Court of Federal Claims concluded, inter alia, that despite it being “reasonable” for the Army to “consid-er[] its failure to conduct discussions to be a procurement defect,” the only time to have those discussions was pre-award, and therefore reopening procurement post-award was overbroad and improper.10 Dell, 133 Fed. Cl. at 103; see id. at 106 (stating that “it was [not] rational for the Army to fail to consider [more narrowly tailored] clarifications and reevaluation of proposals as a more natural expedient for the minor clerical errors it had identified“), id. (“The Army instead opened wide-reaching discussions with all remaining offerors and allowed all offerors to submit modified proposals with new prices, despite hav-
ing disclosed the [Appellees‘] winning prices.“). The Government argues that we should reverse the Court of Federal Claims’ permanent injunction because the Army‘s corrective action to reopen procurement was in fact reasonably related to the Solicitation‘s procurement defects, J.A. 7009, both because such a corrective action is directly and reasonably related to its “likely violat[ion]” of
Reviewing the corrective action under the proper legal standard, we hold the Army‘s original notice of corrective action was reasonable, and through our reversal of the lower court‘s injunction, this is the corrective action we analyze and reinstate. See J.A. 7009 (Notice of Corrective Action). The Army‘s corrective action “consists of the following: (1) opening discussions with all of the remaining offerors, including those who filed protests, (2) requesting final revised proposals, and (3)
Contrary to the Court of Federal Claims’ incorrect characterization of the identified spreadsheet defects as “relatively minor,” we find that the identified defects in the Solicitation that led to “the majority of the offerors” being disqualified due to their submission of technically unacceptable offers—were highly material. Dell, 133 Fed. Cl. at 104. An offeror‘s understanding of what computer equipment it may or may not propose is certainly material to this procurement for computer equipment and accessories. The offeror‘s computer equipment models are the primary technical elements upon which the offerors are being evaluated, see J.A. 1388-421, and the ambiguity pertained to filling out the Equipment Submission Form, which allows the offerors to identify their computer equipment, see J.A. 386, 7020. Correcting the solicitation ambiguity to allow the offerors to properly identify their equipment, therefore, goes well beyond omitted clerical information.11
Pursuant to the APA, an agency‘s actions must be “in accordance with law.”
The Appellees contend that the Army‘s decision to conduct discussions was an unreasonable corrective action, “even assuming the [Court of Federal Claims] applied the ‘wrong standard.‘” Blue Tech‘s Br. 27 (capitalization modified). Specifically, they argue the action was unreasonable because the defects were identified after the initial award decisions were made, in effect arguing that the reasonableness inquiry is different in the pre- and post-award context. See id. at 27-28 (“[T]he posture of this procurement is fundamentally different from what it would have been had the Army engaged in discussions before announcing nine of the offerors’ proposed prices.“); Dell‘s Br. 30 (“Even accepting that the Army should have held discussions earlier in the process, it does not follow that the proper remedy for that error is to hold far-reaching discussions now.“); Red River‘s Br. 8 (“While failure to conduct pre-award discussions could be properly remedied by conducting discussions before the awards were announced and the awardees’ prices disclosed, the same is not true in the post-award environment.“). However, the Appellees cite no precedent, nor do we find any, to support the imposition of a pre- and post-award dichotomy in our reasonableness analysis for corrective action. Since opening discussions was a reasonable corrective action, see supra, pursuant to the express terms of the Solicitation, “[i]f discussions are opened, all proposals, to include small business proposals previously removed for unacceptability . . . will be included,” J.A.
While the Appellees take issue with alleged anti-competitiveness of the Army‘s release of all offerors’ pricing in order to maintain fairness in the corrective action rebidding, see Blue Tech‘s Br. 28; Dell‘s Br. 31-32; Red River‘s Br. 5, this does not alter our analysis. Here, the relevant timeline of events lends itself to a unique procedural posture. After the Army notified all offerors of the award, it sent debriefing letters in February 2017 to the unsuccessful offerors “in accordance with
We find no binding authority preventing, on the facts of this case, the release of the pricing information of all offerors. Moreover, we find that the Government provides a reasonable explanation for its actions. Under these circumstances, the Government concluded it would, upon rebidding, level the playing field for those successful offerors who did not propose the lowest price and now deserve a chance to revise their proposals to fairly compete during the rebidding process. See Oral Arg. at 8:54-9:51 (Q: “It seems that the Army . . . decided in fairness that since [offerors] now have a target to shoot at—namely, they now know what the awardee listed for everything, so they know how to come in under it—[did] it seem only fair . . . to list everyone else‘s [prices]?” A: “Yes, your Honor. . . . In this case, . . . the initial awardees, they were not the lowest priced offerors. So, if the offerors who were not initially technically acceptable, they get a chance to revise their proposals, the initial awardees may likely be pushed out of the competition.” Q: “When they did release all of the numbers that each person gave in the proposal, did they strip [the] name[s] of the proposer?” A: “That‘s right your Honor.“). We find this to be reasonable action in light of a defective procurement, which the parties concede was defective. See supra n.10; see also Oral Arg. at 29:57-30:07 (conceding, by Dell‘s counsel, that “[w]e won the procurement submitting a technically acceptable offer, . . . [but] to a defective procurement“).
The FAR explains that, when conducting discussions, “[a]t a minimum, the [CO]
Nevertheless, the Appellees maintain that clarifications are the only reasonable corrective action. See, e.g., Dell‘s Br. 29, 31. However, requests for clarifications are “limited exchanges,” designed to “clarify certain aspects of proposals” or “resolve minor or clerical errors” in the offerors’ proposals.
Finally, Appellees argue that the Army‘s failure to consider other “[m]ore [l]imited” corrective actions is arbitrary and capricious. Dell‘s Br. 33. The Army was not legally required to address every option, but rather to provide a reasonable corrective action and adequately explain its reasoning for doing so. See Chapman, 490 F.3d at 938. The Army rationally decided to ameliorate a defective solicitation by re-opening the procurement, following the applicable regulation, and engaging in discussions to award new contracts. Even if we agreed with Appellees that the Army had other, better options available, we nevertheless
Accordingly, we hold that the original corrective action was rationally related to the procurement defect and that the Court of Federal Claims abused its discretion in finding that Appellees demonstrated, inter alia, success on the merits. Because proving success on the merits is a necessary element for a permanent injunction,13 we reverse the Court of Federal Claims’ grant of an injunction. The Army may proceed with its proposed corrective action, which we hereby reinstate.
CONCLUSION
We have considered the parties’ remaining arguments and find them unpersuasive. Accordingly, the Judgment of the U.S. Court of Federal Claims is
REVERSED
