The United States Army Corps of Engineers (“Army”) awarded Appellee Turner Construction Company, Inc. (“Turner”) a contract for the construction of a government hospital. Turner’s two rival bidders for the contract, Appellant B.L. Harbert-Brasfield & Gorrie (“Harbert-Gorrie”) and McCarthy/Hunt, each filed a bid protest with the Government Accountability Office (“GAO”). The GAO recommended that the contract be re-procured without Turner’s participation. In due course, the Army announced that it would follow the GAO’s recommendation and terminated Turner’s contract. Turner then filed the present action in the United States Court of Federal Claims to contest the termination and re-procurement. Because we agree with the trial court that the Army’s decision to follow the GAO’s recommendation was unreasonable, we affirm the judgment of the Court of Federal Claims.
Background
At issue is a potential organizational conflict of interest (“OCI”) that arose during the Army’s procurement for the construction of a government hospital at Fort Benning, Georgia. The relationship underlying the potential OCI is an attenuated one — intermittent merger discussions that occurred during the procurement process between Turner’s design subcontractor and the parent company of the Army’s design consultant.
A
In June 2007, the Army contracted with the joint venture of Hayes, Seay, Mattern & Mattern (“HSMM”) and Hellmuth, Obata, and Kassbaum (“HOK”) (collectively,
In June 2008, the Army issued the Phase I solicitation for the hospital contract. Four firms responded to the Phase I solicitation in October 2008, and three firms were selected in December 2008 to advance to Phase II: Defendant-Appellee Turner, Plaintiff-Appellant Harbert-Gorrie, and McCarthy/Hunt. Turner’s design partner and prоposed subcontractor for the project was Ellerbe Becket (“EB”). The work that EB was to perform constituted about 1.5% of Turner’s bid.
HSMM/HOK finished preparing the final Phase II technical requirements package by April 2009. The offerors’ Phase II proposals were due several months later on July 7, 2009. Shortly thereafter, the Army’s thirty-four member technical review board, which included four consultants from HSMM, reviewed the proposals and prepared comments. On August 24, 2009, the Source Selection Authority determined that Turner represented the best value for the Army. The Army awarded
Turner a $333,359,000 contract on September 28, 2009.
B
At various times during the procurement process, Turner’s design pаrtner EB was in merger talks with HSMM’s parent company AECOM. Specifically, in May 2008, one month before the Phase I solicitation, AECOM and EB executed a confidentiality agreement regarding AECOM’s possible acquisition of EB. Some twenty-five to thirty AECOM employees were involved with the due diligence investigation of EB. None of these employees was part of the HSMM/HOK joint venture team assisting the Army with the hospital project.
AECOM was not the only company pursuing the acquisition of EB. By June 2008, four other firms had expressed interest in buying EB, and EB decided to conduct a multi-party auction. Three firms, including AECOM, submitted bidding letters of interest to EB in late August and early September. AECOM’s bid was not the highest offer. EB pursued negotiations with AECOM and the highest bidder, but failed to successfully negotiate mutually acceptable terms with either firm. In November 2008, EB terminated negotiations with all bidders.
AECOM’s negotiations with EB terminated before HSMM/HOK provided the Army any advice or materials for the Phase II solicitation. In December 2008, HSMM/HOK submitted draft technical provisions for Phase II to the Army. The Army sought comments from all three participating offerors, and HSMM/HOK revised the provisions in response to this input. The final revised Phase II technical provisions, which were twice as long as the draft version, were released in April 2009.
In May 2009, after the Phase II solicitation materials were complete, AECOM re
C
Some signs of a potential OCI arose during the procurement process. AECOM first became aware of a potential conflict on August 7, 2008. On that day, the senior vice president in charge of the HSMM/ HOK hospital design contract attended an industry forum held by the Army about the upcoming hospital project. At the industry forum, the AECOM executive learned for the first time of EB’s interest in the project. The executive consulted with his supervisor about the potential for a conflict of interest to arise if AECOM acquired EB, and his supervisor told him that negotiations with EB “had not been productive.” A few weeks later, the executive learned that AE COM’s negotiations with EB had been suspended, and he concluded that there was no further potential conflict. The AECOM executive did not report the failed negotiations to the Army.
In February 2009, approximately three months after EB terminated its negotiations with AECOM, the AECOM executive and the Army’s project manager exchanged emails about whether any potential OCIs existed. The executive inquired internally as to what relations existed between AECOM and the three Phase II offerors and their subcontractors. On February 6, 2009, the executive reported to the Army that only “teaming relationships” existed.
The AECOM executive did not further consider AECOM’s relationship with EB until he arrived to attend sessions of the technical review board on July 20, 2009. Four HSMM employees were participating, and all certified that they had no known conflicts of interest. When the executive was asked to certify that he had no known conflicts of interest, he made several telephone calls to determine whether an OCI existed. Because he knew that EB was Turner’s subcontractor, he specifically inquired whether AECOM was currently in negotiations with EB. He lеarned that negotiations had resumed, and he immediately informed the Army’s project manager of a potential OCI and asked to meet with the contracting officer (“CO”) to discuss the situation.
The AECOM executive met with the CO and the Army’s counsel the following day. The executive discussed his concerns that a potential OCI with a subcontractor might arise but did not identify which offeror or subcontractor, due to confidentiality agreements between AECOM and EB. According to the CO, this was the first time that she became aware of any potential OCI. Because the executive was the only AE-COM employee at the technical review board meeting who knew of the potential merger, he proposed that he recuse himself from the meeting to avoid any potential conflict. The Army agreed that the executive’s recusal would sufficiently prevent any possible conflict of interest.
Shortly after EB’s merger with AECOM was publicly announced on October 26, 2009, the two losing offerors filed bid protests before the GAO. Appellant Harbert-Gorrie’s protest alleged that Turner/EB had “unequal access” and “biased ground rules” OCIs. Prior to the filing of these bid protests, the CO had not conducted a comprehensive, documented investigation into whether OCIs existed beyond the meeting bеtween the AECOM executive, Army counsel, and the CO. At the inception of the bid protests, the CO submitted a short five-page statement. She supplemented the statement with a 150-page report after conducting a comprehensive investigation, which included gathering forty-two declarations from involved persons and conduct
D
On February 19, 2010, the GAO issued an eleven-page decision in HarberNGorrie’s bid protеst. The GAO disagreed with the CO’s conclusion that no OCI existed prior to award of the hospital contract and sustained HarberUGorrie’s “unequal access” and “biased ground rules” protests.
B.L. Harbertr-Brasfield & Gome, JV,
B-402229,
The biased ground rules- category of OCIs focuses on the concerns that a company may, by participating in the process of setting procurement ground rules, have special knowledge of the agency’s future requirements that may skew the competition in its favor. The GAO’s two-page analysis concluded that AECOM had special knowledge of the Army’s requirements that would have enabled it to give Turner/EB an unfair advantage in the competition. Id. at 9-11. The GAO noted that there was no evidence that thе Army closely supervised AECOM, but suggested that even if it had, it would be unreasonable to assume such supervision would prevent AECOM from using its special knowledge to benefit Turner/EB unfairly. Turner argued that at all times during the Phase II solicitation development, AE-COM and EB were not in fruitful negotiations, and that the AECOM employees assisting the Army on the procurement had no knowledge of AECOM’s interest in EB. In rejecting this argument, the GAO emphasized the lack of process undertaken by AECOM in determining which of its employees had a need to know of the negotiations and how confidentiality was ensured.
Because the GAO concluded that the Army lacked a reasonable bаsis for its
On March 19, 2010, the Army announced that it would follow the GAO’s recommendation. A few days later, the Army notified Turner that it was terminating its contract for the hospital. On March 31, Turner filed a bid protest in the Court of Federal Claims. The Court of Federal Claims ultimately concluded that the Army’s decision to follow the GAO’s recommendation was arbitrary and capricious.
Turner Constr. Co. v. United States,
In granting Turner’s Motion for Judgment on the Administrative Record, the Court of Federal Claims concluded that the GAO’s recommendations were irrational. See, e.g., id. at 581. The court acknowledged that rational basis review is not a particularly demanding standard, but it nonetheless concluded that the GAO’s decision failed to withstand even that level of scrutiny. Id. The Court of Federal Claims noted that while the GAO was tasked with reviewing the Army’s decision for reasonableness, the GAO failed to confront the agency’s decision in any meaningful way. Id. The court emphasized that the GAO failed to meaningfully consider the CO’s detailed factual findings and improperly substituted its own judgment for that of the CO’s. It found that the GAO had relied on mere “suspicion or innuendo” rather than identifying “hard facts” showing an appearance of impropriety, in contrast to the CO’s thorough investigation and analysis. Id. The Court of Federal Claims further found that the GAO irrationally discounted the CO’s post-award investigations and findings. Id. at 574-76.
On August 5, 2010, the Army reinstated Turner’s contract in compliance with the Court of Federal Claims’ order after explicitly concluding that reinstatement was “advantageous to the Government.” 48 C.F.R. § 49.102(d). Harberfc-Gorrie timely appealed. We have jurisdiction under 28 U.S.C. § 1295(a)(3).
Discussion
We review “rulings on motions for judgment on the administrative record de novo ... and factual findings based on the administrative record for clear error.”
PAI Corp. v. United States,
Harbert-Gorrie alleges that the Court of Federal Claims made three errors that require reversal: (1) the Court of Federal Claims improperly engaged in a de novo review of the GAO’s decision rather than giving it proper deference; (2) the Court of Federal Claims erroneously relied on the CO’s post-award, post-protest OCI investigation and analysis; and (3) the Court of Federal Claims misapplied the “hard facts” requirement. In addition, Harbert-Gorrie contends that even if the Court of Federal Claims correctly held that the Army’s decision to follow the GAO decision was arbitrary and capricious, the Court of Federal Claims exceeded its jurisdiction and committed an error of law by directing the Army to reinstate Turner’s contract. We address each argument in turn.
A
HarberWGorrie first accuses the Court of Federal Claims of improperly engaging in de novo review of the GAO decision. This argument is misplaced because the text of the Court of Federal Claims’ opinion makes plain that the court applied the proper standard of review.
The Court of Federal Claims correctly articulated the
Honeywell
standard that applies here and emphasized that it cannot conduct its “own independent de novo assessment.”
Turner I,
The court then applied the correct standard of review, focusing its extensive analysis on whether the GAO’s decision to overturn the CO’s determination lacked a rational basis. For example, the GAO concluded that HSMM’s and EB’s interests were “effectively aligned” in August 2008, when AECOM participated in the multiparty confidential auction for EB that ended before HSMM provided the Army with any draft technical provisions. The Court
The court further concluded that the GAO lacked a rational basis for rejecting the CO’s biased ground rules determination. Id. at 581. The CO’s analysis of this issue “tracked the precise state of negotiations between AECOM and EB, the exact dates upon which critical changes to the RFP occurred, the exact employees that could have known of the merger, and numerous other facts. Using this data, the CO concluded that no OCI existed.” Id. at 580. Reiterating that the GAO’s task was to review the agency’s decision for reasonableness, the Court of Federal Claims noted that the GAO “failed to address this OCI decision; in fact, the GAO decision on a biased ground rules OCI does not even cite the agency decision that it was tasked with reviewing.” Id. Instead, “the GAO cites exactly one piece of information [AE-COM’s contract with the Army] ... to support its finding that the record ‘suggests’ that AECOM had ‘special knowledge’ that would have given Turner an unfair advantage.” Id. Concluding that the GAO’s “failure to meaningfully engage with the agency decision dramatically differs from prior GAO decisions,” the Court of Federal Claims indicated that the GAO’s determination was not based on hard facts but rather was based on “mere suspicion and innuendo.” Id. at 580-81.
The Court of Federal Claims likewise concluded that the GAO lacked a rational basis for rejecting the CO’s unequal access determination. Id. at 581-88. Again, the court noted that the GAO “failed to cite any hard facts,” pointing only to “vague allegations that someone ‘may have had access’ to unidentified information or that someone ‘was familiar with the details.’ ” Id. at 582. The court noted that this “lack of concreteness” in the GAO’s analysis was a departure from precedent. Id. In addition, the court pointed out that “apart from simply using the phrase ‘competitively useful,’ the GAO cites to no facts to support [its] conclusion that EB had access to anything of competitive worth.” Id. In contrast, the court concluded that the CO carefully assessed the information that AECOM may have had access to and determined that this information “not only lacked competitive utility but was also disclosed to all of the offerors.” Id.
Accordingly, the Court of Federal Claims applied the proper standard of review and did not conduct а de novo review as alleged by Harbert-Gorrie.
B
Next, Harbert-Gorrie argues that the Court of Federal Claims erred in considering the CO’s post-award investigation and report in determining that the GAO decision was irrational. Harbert-Gorrie believes that because this investigation was not conducted until after the hospital contract was awarded, it should be given no weight because the conclusions and statements therein were dependent on facts not known by the CO during the procurement process. Pointing to the fact that the Army had not conducted a documented investigation prior to the award of the contract, Hаrberl^Gorrie contends
Contrary to Harbert-Gorrie’s contentions, the Court of Federal Claims did not hold that the CO had no duty to evaluate a potential OCI when she first became aware of it. Under FAR § 9.504(a), a CO must “[identify and evaluate potential organizational conflicts of intеrest as early in the acquisition process as possible” and “[a]void, neutralize, or mitigate
significant potential conflicts
before contract award.” 48 C.F.R. § 9.504(a) (emphasis added). These duties are separate.
PAI,
The Court of Federal Claims did not hold that a CO’s duty to evaluate potential OCIs is limited to “significant” OCIs or that a CO may ignore and not evaluate known potential OCIs prior to award. Rather, the court held, consistent with
PAI,
that a CO has two distinct duties under FAR § 9.504(a): the duty to evaluate potential OCIs as early as possible and the duty to mitigate
significant
potential OCIs before contract award.
Turner I,
With respect to the timing of the CO’s investigations, the court explained that the FAR “does not require a CO, in every single procurement, to review and document whether OCIs exist prior to award.”
Id.
at 575. Courts reviewing bid protests routinely consider post-award OCI analyses and consider evidence developed in response to a bid protest.
See, e.g., Masai Techs. Corp. v. United States,
Harbert-Gorrie contends that the Court of Federal Claims erred by not limiting its analysis to assessing the CO’s actions in July 2009 when she first became aware of a potential OCI, but that is not the proper inquiry. In this case, the GAO should
C
Harbert-Gorrie’s last attack on the merits of the Court of Federal Claims’ decision is based on the court’s application of the “hard facts” requirement. Harbert-Gorrie acknowledges that an OCI must be based on “hard facts; a mere inference or suspicion of an actual or apparent conflict is not enough.”
PAI,
The Court of Federal Claims explicitly acknowledged that “hard facts” do not need to show an actual conflict — a potential conflict can be sufficient.
Turner I,
D
Beyond contesting the merits of the Court of Federal Claims’ decision, Harbert-Gorrie also contends that the Court of Federal Claims exceeded its “jurisdiction and authority” by directing the Army to reinstate Turner’s contraсt. Harberi — Gorrie asserts that although this case was filed as a bid protest, the termination of Turner’s contract is actually not a bid protest claim but is more properly characterized as a claim under the Contract Disputes Act of 1978 (“CDA”). HarberNGorrie argues that Turner should therefore have been required to comply with the provisions of the CDA in order to establish jurisdiction in the Court of Federal Claims for the contract termination aspect of Turner’s claim. Because Turner did not satisfy the procedural requirements for a CDA claim, Harbert-Gorrie concludes that the Court of Federal Claims did not have jurisdiction to rеstore the contract. In other words, Harbert-Gorrie contends that even if the Army’s decision to follow the GAO recommendation was arbitrary and capricious, the only injunctive remedy that the Court of Federal Claims could have ordered was the inclusion of Turner in the re-solicitation for the hospital contract.
Injunctive relief is appropriate if it “enjoin[s] the illegal action and return[s] the contract award process to the status quo ante.”
Parcel 49C Ltd. P’ship v. United States,
Conclusion
The judgment of the Court of Federal Claims is affirmed.
AFFIRMED
