MEMORANDUM OPINION AND ORDER
This matter is before the court on defendant’s motion to dismiss for lack of subject matter jurisdiction, RCFC 12(b)(1), and failure to state a claim, RCFC 12(b)(6). Plaintiff seeks declaratory and injunctive relief invalidating the decision of the United States Air Force (“the Air Force”) not to solicit a small business set-aside follow-on contract after the expiration of plaintiffs contract. Plaintiff labels this decision as unreasonable and in violation of applicable procurement law. Argument on the jurisdictional issue of standing is deemed unnecessary, although argument should inform the proceedings in connection with plaintiffs challenge to the
1. Background
The following facts are drawn from the complaint. RhinoCorps Ltd. Co. (“plaintiff”) is a small business incorporated in New Mexico. Plaintiff filed suit against the United States for problems stemming from acquisition of services that the Air Force had procured from plaintiff under an expired contract (the “ARSS contract”).
On May 29, 2003, what is now called the 709th Armament System Squadron (the “ARSS”), an agency of the Air Force, awarded the ARSS contract for programmatic services supporting weapon systems development to plaintiff through a competitive small business set-aside. Compl. ¶ 4. The contract incorporated by reference 48 C.F.R. (FAR) § 52.219-6 (2000), setting aside acquisitions for qualifying small businesses. Also incorporated by reference was FAR 52.219-8, which implements a policy to allow qualifying small businesses the maximum opportunity to participate in performing federal contracts. FAR 19.502-2(b) applied, as well, and mandates that a contract with the value and performance characteristics of the ARSS contract would be awarded to a small business upon an agency determination that at least two responsible small businesses would be reasonably expected to submit offers. This regulation is the centerpiece of this litigation. Plaintiff, with the highest rated technical proposal and the lowest proposed price, secured award. Plaintiff agreed to a two-year contract term, with three one-year option periods. The ARSS contract expired on May 29, 2008. Compl. ¶ 4.
On January 24, 2008, the ARSS contracting officer announced through a commercial procurement tracking service, INPUT Federal Technology Opportunities, that plaintiffs ARSS contract would not be recompeted, but would be “fulfilled through an ongoing, current contract out of another Contracting Office.” Id. ¶ 16 (quoted source not cited in original). On February 22, 2008, following plaintiffs submission of a Freedom of Information Act (“FOIA”) request probing the Air Force’s decision not to recompete the requirements covered by the ARSS contract, representatives for plaintiff and the Air Force met regarding a possible follow-on to the ARSS contract. Plaintiff alleges that the Air Force stated that “it was not unhappy with [.plaintiffs] performance,” but “it was not required to maintain the work that is the subject of the ARSS Contract as a small business set-aside.” Id. ¶ 19. Following another FOIA request, the parties met again on March 19, 2008. Plaintiff alleges that the Air Force had a legal obligation to continue this procurement through the small business set-aside program. The Air Force disagreed, explaining that the ARSS requirements had changed. According to plaintiff, this was the first notice by the Air Force that change-of-cireumstances prompted the decision not to solicit a follow-on contract. Id. ¶ 21.
By letter to Secretary of the Air Force dated March 19, 2008, Rep. Heather Wilson questioned why the ARSS contract had been moved to a large business and whether the ARSS contract could be extended to allow for an issuance of a request for proposals for a follow-on contract. Id. ¶ 25. The Air Force responded by letter dated April 17, 2008, stating that reorganizations within the Air Force, among other developments, rendered plaintiffs programmatic services no longer necessary and that support would be provided by government personnel through on-going non-small-business contractors. Id. ¶¶ 26(b), (c). Plaintiff objected to the Air Force’s decision not to solicit a follow-on contract to the expired ARSS contract. Id. ¶ 23.
In its April 17, 2008 response, the Air Force attributed its need for a “highly skilled, technical expertise across a broad spectrum only on an as-needed basis” as
Plaintiff had learned that at least one contractor receiving the redistributed work previously performed under the ARSS contract was ITT-Advanced Engineering & Sciences (“ITT-AES”), an other-than-small-business contractor that had a contract with the Air Force pre-dating the ARSS contract. Id. ¶¶ 11, 34. ITT-AES was the prime contractor for the DTRIAC contract, a ten-year contact administered by the Defense Threat Reduction Agency (the “DTRA”) during 2003. Id. ¶¶ 11-12. The DTRA is division of the Air Force. On or about December 21, 2004, the DTRA issued ITT-AES a delivery order to provide work “substantially the same as the statement of work for the ARSS Contract.” Id. ¶ 13. Plaintiff “understands” that after its contract expiries the Air Force will use the DTRIAC contract to order the same services that plaintiff provided. Id. ¶ 32(a).
Plaintiff contends that transferring duties from the original ARSS small business contract to the pre-existing other-than-small business contract with ITT-AES was an “improper transfer[ ] of work from a small business set-aside program to ... an other-than small business.” Id. ¶ 32(b). Moreover, a new contract would “encompass some or all of the requirements of the ARSS Contract.” Id. ¶ 30.
Plaintiff marshals an array of charges to indict the Air Force’s decision not to solicit small businesses for a follow-on contract to the ARSS contract as contrary to law. Compl. ¶ 37. Plaintiffs primary contention is that diverting the duties of the ARSS contract violates FAR 19.502-2(b), which requires contracting officers to set aside acquisitions over $100,000.00 for small business participants upon a determination that a reasonable expectation exists that at least two responsible small business concerns will submit offers. Id. ¶ 37(i). Plaintiff asserts that the transfer of duties was “pretextual” and that the Air Force lacked legitimate motivation for determining not to issue a new solicitation identical to the expired ARSS contract. Id. ¶¶ 39(a),(b). Plaintiff levels the charge that the Air Force did not announce that the ARSS requirements had changed until after plaintiff confronted the Air Force with the “legal authority concerning its obligation to maintain the small business set-aside program represented by the ARSS Contract.” Id. ¶ 39(a). On June 3, 2008, plaintiff filed suit in the United States Court of Federal Claims for declaratory and injunctive relief, with jurisdiction predicated on 28 U.S.C. § 1491(b) (2000), “reversing” the Air Force’s decision not to solicit a follow-on contract and not to extend plaintiffs contract until the decision required by law had been made. Id. ¶¶ 1, 42.
In a comprehensive speaking order entered on July 28, 2008, Senior Judge Hodges denied temporary and preliminary injunctive relief because it appeared that plaintiff lacked standing to contest a procurement decision when the Air Force had not issued a solicitation for proposals. See RhinoCorps Co. v. United States, No. 08-410C (Fed.Cl. July 28, 2008) (order denying motion for temporary restraining order and preliminary injunction).
As of August 27, 2008, briefing on defendant’s dispositive motion was completed. This case was transferred to the undersigned
DISCUSSION
I. Jurisdiction
The United States Court of Federal Claims derives jurisdiction over bid protests from the Tucker Act, 28 U.S.C. § 1491(b)(1), amended by the Administrative Disputes Resolution Act of 1996, Pub.L. No. 104-320, § 12(a), 110 Stat. 3870, 3874-75 (codified at 28 U.S.C. § 1491(b)) (the “ADRA”). Specifically, the Court of Federal Claims has jurisdiction over actions by an “interested party” objecting to: (1) a solicitation by a federal agency for bids or proposals for a proposed contract; (2) a proposed award or the award of a contract; or (3) any alleged violation of a statute or regulation in connection with a procurement or a proposed procurement. 28 U.S.C. § 1491(b)(1). Banknote Corp. of Am., Inc. v. United States,
II. Standing
Every plaintiff must have standing to invoke the court’s jurisdiction over a bid protest. Sicom Sys., Ltd. v. Agilent Tech., Inc.,
1. Interested paHy
The Federal Circuit defines “interested party” in § 1491(b)(1) as “limited to actual or prospective bidders or offerors whose direct economic interest would be affected by the award of the contract or by failure to award the contract [by the Government].” Rex Serv. Corp. v. United States,
The Federal Circuit has prescribed the factual showing that will qualify a protestor as an interested party. A plaintiff seeking to establish standing as an actual bidder must have bid or made an offer. Rex Serv. Corp.,
Plaintiffs ARSS contract (the similarity of the programmatic services provided thereunder to the prospective solicitation) demonstrates plaintiffs direct economic interest in the subject matter of a small business set-aside covering such programmatic services. See Compl. ¶ 35 (alleging that plaintiff intends to submit a proposal for any follow-on contract). Because plaintiff has a direct economic interest in competing for the solicitation for the recompeted follow-on con
2. In connection with a procurement or a proponed pi vcurement
An interested party must be “objecting to ... any alleged violation of staüite or regulation in connection tvith a procurement or a proponed procurement.” 28 U.S.C. § 1491(b)(1) (emphasis added).
Plaintiff asserts that the Air Force violated FAR 19.502 — 2(b), by not resoliciting the ARSS contract. FAR 19.502-2(b) designates certain awards as small business set-asides and conditions award of a contract as a small business set-aside on a finding that the potential for set-aside is present:
The contracting officer shall set aside any acquisition over $100,000 for small business participation when there is a reasonable expectation that (1) offers will be obtained from at least two responsible small business concerns offering the products of different small business concerns ... and (2) award will be made at fair market prices. Total email business set-asides shall not be made unless such a reasonable expectation exists....
(Emphasis added.)
FAR 19.502-2(b) must qualify as a statute or regulation “in connection with a procurement or a proposed procurement,” under § 1491(b)(1). Case law from the Federal Circuit defines both “in connection with” and “a procurement or a proposed procurement.”
The phrase “in connection with,” as it appears in § 1491(b)(1), was explicated in RAMCOR Serv. Group, Inc. v. United States,
The Federal Circuit’s recent opinion in Distributed Solutions,
§ 403(2) states “ ‘procurement’ includes all stages of the process of acquiring property or services, beginning with the process for determining a need for property of services and ending with contract completion and closeout.” § 403(2) (emphasis added). We conclude that it is appropriate to adopt this definition to determine whether a “procurement” has occurred pursuant to § 1491(b).... We note that § 1491(b) includes both actual procurements and proposed procurements.
Id. at 1345-46 (citations omitted). Consequently, the sweeping scope of “in connection with” by definition invokes a connection with “the process for determining a need” for an acquisition. Id. at 1346. The Federal Circuit pointedly excluded “adding work to an existing contract” from the ambit of procurement actions. Id. (citing AT & T Commc’ns, Inc. v. Wiltel, Inc.,
This court’s order of October 10, 2008, directed the parties to RAMCOR, Distributed Solutions, and AT & T Communications, as guideposts for addressing subject matter jurisdiction in order to answer the following questions: (1) whether the Air Force’s actions relating to the ARSS contract are “in connection with a procurement” under § 1491(b); and (2) assuming that subject matter jurisdiction is lacking over the cause of action pleaded, whether transfer to the United States District Court for the District of Columbia is appropriate under 28 U.S.C. § 1631 (2000), for a claim under the Adminis
3. The paRies’ arguments
Defendant advances the position that, “Lejven under the most sweeping concept of ‘in connection with a procurement,’ ” plaintiff has not established that its complaint falls within the subject matter jurisdiction of the court. Defs Br. filed Nov. 17, 2008, at 2. As defendant sees it, the Air Force decided not extend plaintiffs contract after the ARSS contract was completed. This ends this procurement process and, hence, the lynchpin for standing, according to the Federal Circuit. Id. at 2 (citing Distributed Solutions,
Defendant disagrees that the Air Force’s reliance upon the DTRIAC contract constitutes a “procurement.” As the Federal Circuit explained in AT & T Communications and again in Distributed Solutions, “ ‘adding-work to an existing contract that is clearly within the scope of the contract does not raise a viable protest under § 1491(b)(1).’ ” Defs Br. filed Nov. 17, 2008, at 2 (quoting Distributed Solutions,
According to defendant, plaintiffs protest is grounded on a task order issued under the DTRIAC contract. Citing IDEA Int’l, Inc. v. United States,
With its supplemental brief, defendant submitted the contracting officer’s “Determination and Finding's for the Unilateral Decision to use Full and Open Competition for the 709 Nuclear Systems Squadron (NSS) Counter-proliferation and Nuclear Weapon Requirement” (the “D & F”) (undated). The D & F concludes that no reasonable expectation exists that offers would be obtained from at least two responsible businesses capable of satisfying the requirements of the contract contemplated by the Sources Sought Synopsis. Defs Br. filed Nov. 17, 2008, Ex. A at 3 ¶ 10. Defendant contends that the D & F proves the Air Force’s full compliance with FAR 19.502-2(b). Therefore, even assuming, arguendo, that plaintiff has standing, plaintiffs complaint has been rendered moot, thus negating jurisdiction. Id. at 4 n. 6, 5 (citing Myers Inv. and Sec. Servs., Inc. v. United States,
Plaintiffs supplemental brief argues that RAMCOR’s “expansive view of § 1491(b)(1)” and Distributed Solutions’ even broader interpretation of the Court of Federal Claims’ bid protest jurisdiction, Pl.’s Br. filed Nov.
Plaintiff characterizes its objection to the transfer of work from the ARSS contract to the DTRIAC contract as “a challenge to the underlying solicitation for the DTRIAC contract.” Pl.’s Br. filed Nov. 17, 2008, at 6. Plaintiffs “protest does not seek to challenge merely the addition of work to an existing contract but rather the improper diversion of work from a small business set-aside program.” Id. The work previously performed by the ARSS contract and added to the DTRIAC contract, plaintiff argues, does not constitute work added within the scope of the existing DTRIAC contract. Id. at 7.
Plaintiff cites to the Government Accountability Office’s (the “GAO”) decision in LBM, Inc., No. B-290682,
Plaintiff submits that “LBM makes it clear that a protest objecting to the diversion of work from a small business set-aside program to a contract being performed by an other-than-small[-business] contractor is a challenge to the terms of the underlying solicitation of the large contract and thus within [this court’s] bid protest jurisdiction.” Pl.’s Br. filed Aug. 6, 2008, at 5. Plaintiff sees three aspects to this protest: the diversion of work from ARSS to DTRIAC; the Air Force’s decision not to solicit a follow-on ARSS contract before inquiring whether a small business had the ability to satisfy ARSS requirements; and the timing of the analysis required by FAR 19.502-2(b). Id. at 7-8. In sum, plaintiff contends that the Air Force cannot “abandon a small business set-aside program without first complying with FAR 19.502-2(b).” Id. at 8.
Plaintiff cites the D & F itself as deficient in two respects: first, the D & F does not establish that the Air Force properly diverted work from a small business set-aside program to an other-than-small business contractor. Pl.’s Br. filed Dec. 5, 2008, at 3-4. Second, plaintiff disputes the factual basis for the D & F’s finding “that there is not a reasonable expectation that offers will be obtained from at least two responsible small businesses capable of satisfying” the Air Force’s stated requirements. Id. at 5.
According to plaintiff, the D & F appears “formulated to justify the Air Force’s desire to have requirements of the NSS performed by large businesses.” Pl.’s Br. filed Dec. 5, 2008, at 5. Sufficient facts are before the court to “establish that the Determination and Findings is a rationalization assembled with the objective of supporting the Air Force’s prior course of conduct.” Id. at 6. Plaintiff labels the contracting officer’s rationalization that the Air Force decided not to solicit a small business follow-on contract because its requirements changed “a pretext and a pout hoc rationalization.” Id. at 5.
The Federal Circuit’s definition of procurement in Distributed Solutions does not contemplate an on-going monitoring of contract performance. The alleged diversion of work from one contract vehicle to another lacks any nexus to a contemplated procurement. However, the essence of plaintiffs complaint, and the pertinence of the GAO’s analysis in LBM, is that FAR 19.502-2(b), indisputably a procurement regulation, is implicated because it requires a D & F (or like record of finding) before an agency abandons a small business set-aside and declines to solicit a follow-on contract. The regulation requires the contracting officer to issue the D & F to memorialize that a small business set-aside does not meet its needs before the Air Force initiates a new solicitation that is not a small business set-aside.
The timing of the D & F is one factor in plaintiffs arsenal of arguments that the decision itself is not reasonable. Defendant does not dispute plaintiffs allegations that the work performed previously by plaintiff now is being performed by ITT-AES. As defendant concedes, the Air Force issued a Sources Sought Synopsis and “planned to conduetL J market research to determine how to best meet its future contracting needs, and to what extent small businesses may be able to fill those needs.” Defs Br. filed June 20, 2008 at 3; see also Distributed Solutions,
Defendant invokes the Federal Circuit’s holding in AT & T,
The Federal Circuit determined that the Competition in Contracting Act does not require a bid for every change or modification made to an existing contract; only changes made outside the scope of the original competed contract trigger the statutory competition requirement. AT & T,
The Federal Circuit reversed the Board’s decision to sustain the protest, observing that the Board placed too much emphasis on the differences between TI and T3 technologies, rather than focusing on “the modification in the context of the contract as a whole.” Id. at 1207. The Federal Circuit also stated that a solicitation should adequately advise offer-ors of any potential types of changes or modifications that would likely occur during contract performance. Id. Accordingly, “in determining'the scope of the original competition,” the Board erred by not properly evaluating the reasonable expectations of the bidders during original bidding. Id.
AT & T stands for the proposition that, to sustain a bid protest stemming from a change or modification to a contract, the protestor must allege facts that establish that the modification falls outside the scope of the original contract, thereby triggering the statutory competition requirement. If any change made to a procurement is within the scope of work originally contemplated, no competition is required, and jurisdiction is not present.
Defendant maintains that plaintiff has not alleged facts demonstrating that the Air Force modified the DTRIAC contract so that it materially departed from the scope of the original procurement. However, plaintiff
In a similar vein, the GAO’s decision in LBM does not contemplate the claim that plaintiff lodges concerning diversion of work from an on-going contract. Rather, the GAO expressly recognized the distinction between issuance of a task order for services covered by a small business set-aside contract and a decision of the procuring agency not to continue to set aside those services for small businesses. The Court of Federal Claims’ bid protest jurisdiction does not extend to an allegation that work within the scope of a protestor’s non-requirements contract has been diverted. See Distributed Solutions,
While jurisdiction is not present to examine as a bid protest how the Air Force managed the ARSS contract, the determination that a small business cannot satisfy the Air Force’s requirements, as explicated in its D & F, does not foreclose as moot plaintiffs challenge to the reasonableness of the D & F. The parties disagree about the legal consequences of the facts, but the facts themselves are undisputed. Reynolds v. Army & Air Force Exch. Serv.,
III. Motion to dismiss for failure to state a claim
1. Standard of review
To obtain permanent injunctive relief, a protester must prove either that the agency acted arbitrarily or capriciously or that it prejudicially violated an applicable procurement regulation. Impresa Construzioni Geom. Domenico Garufi v. United States,
The ADRA’s standard of review for agency procurement decisions mirrors the standard of review set forth in the Administrative Procedure Act, 5 U.S.C. § 706 (2000) (the “APA”). See 28 U.S.C. § 1491(b)(4); Banknote Corp.,
Accordingly, the Federal Circuit applies a two-step analysis for bid protests: first, the court must determine whether the Government acted without a rational basis (whether the action was arbitrary or capricious), see Domenico Garufi,
Agency action is arbitrary or capricious when it does not have a rational basis for its decision. A rational basis requires “the contracting agency [to] provide[ ] a coherent and reasonable explanation of its exercise of discretion.” Domenico Garufi,
2. Burden of proof
The court’s task in considering a motion to dismiss for failure to state a claim is to determine “ ‘whether the claimant is entitled to offer evidence to support the claims.’ ” Chapman Law Firm Co. v. Greenleaf Constr. Co.,
Although plaintiffs factual allegations need not be “detailed,” they “must be enough to raise a right to relief above the speculative level, on the assumption that all the allegations in the complaint are true (even if doubtful in fact).” Twombly,
Rule 12(b)(6) authorizes the defendant to move, before filing a responsive pleading, for dismissal of the complaint. A motion made under Rule 12(b)(6) challenges the legal theory of the complaint, not the sufficiency of any evidence that might be adduced. The purpose of the rule is to allow the court to eliminate actions that are fatally flawed in their legal premises and destined to fail and thus to spare litigants the burdens of unnecessary pretrial and trial activity. Neitzke v. Williams,
“This case presents the antecedent question of what [ ] plaintiff must plead in order to state a” legally cognizable bid protest. See Twombly,
Plaintiff alleges that the Air Force acted contrary to law by assigning the work plaintiff previously performed under the ARSS contract to an other-than-small business without first performing the analysis set forth in FAR 19.502-2(b). Defendant retorts that FAR 19.502-2(b) does not obligate the Air Force to perform a small business analysis before allowing plaintiff’s contract to expire.
The court does not read the complaint to plead a cause of action based only on the timing of the required FAR 19.502-2(b). Rather, plaintiff contends that the D & F does not comply with the FAR. See MCS Mgmt., Inc. v. United States,
On the other hand, defendant also maintains that the Air Force’s D & F recently completed its analysis of responses to the Sources Sought Synopsis, thus satisfying any obligation under FAR 19.502-2(b) and rendering plaintiffs claim moot. Defendant insists that the Air Force has made the determination required by regulation that it will not award any follow-on contract to a small business set-aside, because no reasonable ex
Plaintiff disputes the factual bases for the Air Force’s conclusion. See Contri Decl. passim. Plaintiff advances the position that this report is submitted in an attempt to cover up the fact that the Air Force either failed to initiate timely a small business follow-on process or determined that ITT-AES could perform the services cheaper than a small business. See supra note 3. Plaintiff maintains that it has presented sufficient facts to show the D & F “is a rationalization assembled with the objective of supporting the Air Force’s prior course of conduct.” Pl.’s Br. filed Dec. 5, 2008, at 6.
Accepting as true the allegations of the complaint, and plaintiff’s supplemental allegations elicited by the D & F for purpose defendant’s RCFC 12(b)(6) motion, plaintiff has pleaded sufficient facts that rise above a speculative level to establish that the Air Force’s D & F, in fulfillment of FAR 19.502-2(b), was unreasonable. See McSwain & Assoc., Comp. Gen. B-271071, at 2,
The court is mindful that this complaint was filed in June 2008. A bid protest should not metastasize into a protracted litigation. The nature of judicial inquiry should be precise, limited, and expeditious. This case has been delayed because briefing was completed one day before a crucial appellate decision issued. Thereafter, it was extended further when the D & F issued during the supplemental briefing. The court urges the parties to agree on a framework conducive to prompt resolution of the case on the merits.
CONCLUSION
Based on the foregoing, defendant’s motion to dismiss for lack of subject matter jurisdiction is granted with respect to plaintiffs claim for diversion of work from the ARSS contract and otherwise is denied. Defendant’s motion to dismiss for failure to state a claim for relief is granted with respect to plaintiffs claim regarding the timing of the D & F, although the timing may bear on the reasonableness of the D & F, and otherwise is denied. Accordingly,
IT IS ORDERED, as follows:
A status conference shall be held at 3:00 p.m. on Tuesday, February 10, 2009, in the Howard T. Markey National Courts Building. Counsel for plaintiff shall notify the court at 202/357-6620 by February 3, 2009, if he wishes to participate by telephone conference call to be placed by the court. The parties shall be prepared to schedule further proceedings that will allow for this protest to be resolved fully by June 2009.
Notes
. The conlract had a ceiling of over $17 million. It covered labor, supplies, hardware, materials, travel, and other direct costs associated with the Nuclear Weapons and Counterproliferation Agency. See Complaint for Declaratory Judgment and Injunctive Relief filed June 3, 2008, 1111 4-5.
. Accompanying its supplemental brief, defendant submitted the Air Force’s "Determination and Findings for the Unilateral Decision to use Full and Open Competition for the 709 Nuclear Systems Squadron (NSS) Counter-proliferation and Nuclear Weapon Requirement” (the "D & F”) (undated). Defendant offers the D & F as evidence that the matter is moot because the Air Force has complied with the requirements of FAR 19.502-2(b). Def’s Br. filed Nov. 17, 2008, at 4.
. A transfer of this case to the United States District Court for the District of Columbia is inappropriate because plaintiff has established subject matter jurisdiction in the Court of Federal Claims. 28 U.S.C. § 1631 (if court finds that it is without jurisdiction, it can transfer case to any court in which action could have been brought at time case was filed or noticed).
Plaintiff's complaint alleges violation of a procurement regulation in connection with a proposed procurement. Cf. Blue & Gold Fleet, L.P. v. United States,
. The Federal Circuit has held that "the question of prejudice goes directly to the question of standing ... [and that] 'prejudice is a necessary element of standing.' ” Info. Tech. & App. Corp. v. United States,
. The Conley standard, abrogated by Twombly, stated “that a complaint should not be dismissed for failure to state a claim unless it appears beyond doubt that the plaintiff can prove no set of facts in support of his claim which would
