WEEKS MARINE, INC., Plaintiff-Appellee, v. UNITED STATES, Defendant-Appellant.
2008-5034
United States Court of Appeals for the Federal Circuit
August 10, 2009
Judge Thomas C. Wheeler
L. Misha Preheim, Attorney, Commercial Litigation Branch, Civil Division, United States Department of Justice, of Washington, DC, argued for defendant-appellant. With him on the brief were Jeanne E. Davidson, Director, and Harold D. Lester, Jr., Assistant Director. Of counsel on the brief was Thomas J. Warren, CPT, JA, Office of the Chief Counsel, Assistant Counsel for Procurement Law and Contract Disputes, United States Army Corps of Engineers, of Washington, DC.
Appealed from: United States Court of Federal Claims
Judge Thomas C. Wheeler
DECIDED: August 10, 2009
Before RADER, SCHALL, and DYK, Circuit Judges.
Opinion for the court filed by Circuit Judge SCHALL. Dissenting opinion filed by Circuit Judge DYK.
SCHALL, Circuit Judge.
The United States appeals the November 16, 2007 amended final judgment of the United States Court of Federal Claims, which granted Weeks Marine, Inc. (“Weeks“) a permanent injunction after sustaining its pre-award protest. In sustaining Weeks‘s protest, the court determined that the Army Corps of Engineers‘s (“Corps‘s“) solicitation for indefinite duration indefinite quantity (“IDIQ“) multiple-award task order contracts (“MATOCs“) for dredging was contrary to
BACKGROUND
I.
Weeks lodged its protest in response to the Corps‘s solicitation relating to maintenance dredging and shore protection work in the Corps‘s South Atlantic Division. The South Atlantic Division encompasses all or part of six states: North Carolina, South Carolina, Georgia, Florida, Alabama, and Mississippi. Currently, the Division has district offices in Wilmington, North Carolina; Charleston, South Carolina; Savannah, Georgia; Jacksonville, Florida; and Mobile, Alabama.
Maintenance dredging removes material (for example, silt and sand) from the bottom of a navigable waterway, in order to facilitate movement of commercial, pleasure, and military vessels. Shore protection restores land along the shoreline that has been damaged by erosion or weather events by redepositing material (for example, sand) along the water‘s edge.
The MATOC solicitation represents a significant departure from current Corps practice. First, the solicitation employs a negotiated, rather than sealed bidding, format. Second, pursuant to the solicitation, multiple contractors will be awarded indefinite duration indefinite quantity multiple-award task order contracts (IDIQ MATOCs). It is envisioned that, thereafter, an unknown number (“indefinite quantity“) of task orders will be issued under each of the contracts. MATOC contractors will submit bids and will compete with each other for task orders as they arise. Through the solicitation, the Corps is seeking to cover all dredging projects within the South Atlantic Division over the next five years.3
The Corps created an Acquisition Plan to explain its decision to switch procurement methods, and to provide details about the procurement plan. The Acquisition Plan lists 108 potential projects divided into four MATOC groups: Group I,
The Corps will evaluate proposals it receives in response to the solicitation on a “best value” basis. The evaluation will take into account four factors: (1) technical merit, (2) past performance, (3) price, and (4) utilization of small businesses. The technical merit factor will assess whether a party submitting a proposal possesses dredging equipment. A party‘s past performance rating may vary from “very low risk,” to “very high risk,” with four intermediate levels. The risk factor will assess a prospective contractor‘s competency in performing prior work (rated on a six-level scale), and the relevancy of that work (rated on a three-level scale). As far as price is concerned, the solicitation includes four representative tasks. Each party submitting a proposal in response to the solicitation will submit a bid on one of the tasks, thereby allowing the Corps to evaluate the price factor for that party. Weeks Marine, Inc. v. United States, 79 Fed. Cl. 22, 27 (2007) (“Initial Opinion“). The Corps will pick several contractors for
Before issuing the solicitation, the Corps “conducted market research,” in order to evaluate potential interest in the solicitation and the availability of contractors for the task order work. Ten contractors, including Weeks, indicated interest in the solicitation. Weeks is a large marine construction and dredging company. It performed eighteen dredging contracts for the South Atlantic Division in the five years prior to the solicitation. Weeks was one of only three contractors that expressed interest in the solicitation that had (1) unlimited bonding capability, (2) hopper dredging equipment, and (3) significant dredging experience.
II.
The MATOC solicitation issued on June 4, 2007. On September 28, 2007, Weeks filed suit in the Court of Federal Claims, seeking declaratory and injunctive relief to prevent the South Atlantic Division from moving forward with the procurement. After the Corps filed a 2000 page administrative record, the parties filed cross motions for judgment on the administrative record. After hearing oral argument, the court issued a sealed version of its opinion on November 1, 2007. The opinion was made public on November 6, 2007, after the parties had a chance to review the sealed version and submit proposed redactions of confidential information. Initial Opinion, 79 Fed. Cl. at 22.
The Court of Federal Claims also ruled that the MATOC solicitation had no rational basis. Having ruled in its disposition of the
Having determined that the solicitation did not comply with
On November 7 and 8, 2007, the Corps issued presolicitation notices announcing individual negotiated procurements for the same four task orders that were to be used as the basis for proposal evaluation under the enjoined solicitation. The proposed contracts were styled as separate negotiated procurements (as opposed to IDIQs), and thus were viewed by the Corps as eliminating the ability to issue any “follow-on task orders.” Asserting that these notices violated the injunction, Weeks filed a motion to enforce or amend the November 1, 2007 judgment. It also requested an order to show cause as to why the Corps should not be found in contempt of court. The Court of Federal Claims conducted a hearing on these issues on November 15, 2007. On November 16, 2007, the court vacated the November 1 injunction, and issued a new order to amend and enforce judgment. Amended Final Judgment, slip op. at 4. The new order enjoined the Corps with respect to three of the solicitations. Id. at 3. The court allowed the fourth solicitation, relating to a dredging project for Kings Bay, Georgia and Fernandina Harbor, Florida, to proceed because of unique obstacles to sealed bidding at those sites. Specifically, the court noted particular “urgency surrounding this project,” and heightened military and national security needs. Id. at 3. The government has timely appealed the Amended Final Judgment.5
DISCUSSION
I.
Under
We review the Court of Federal Claims‘s “determination on the legal issue of the government‘s conduct, in a grant of judgment upon the administrative record, without deference.” Bannum v. United States, 404 F.3d 1346, 1351 (Fed. Cir. 2005). We thus apply the “arbitrary and capricious” standard of the Administrative Procedure Act (“APA“),
II.
“Federal courts are not courts of general jurisdiction; they have only the power that is authorized by Article III of the Constitution and the statutes enacted by Congress pursuant thereto. For that reason, every federal appellate court has a special obligation to ‘satisfy itself . . . of its own jurisdiction . . . .‘” Bender v. Williamsport Area Sch. Dist., 475 U.S. 534, 541 (1986). “The Court of Federal Claims, though an Article I court, . . . applies the same standing requirements enforced by other federal courts created under Article III.” Anderson v. United States, 344 F.3d 1343, 1350 n.1 (Fed. Cir. 2003). “Whether a party has standing to sue is a question that this court reviews de novo, although we disturb [the Court of Federal Claims‘s] factual findings only if they are clearly erroneous.” Myers Investigative & Sec. Servs., Inc. v. United States, 275 F.3d 1366 (Fed. Cir. 2002) (citations and internal quotation marks omitted) (alteration in original).
The standing issue in this case is framed by
to render judgment on an action by an interested party objecting to a solicitation by a Federal agency for bids or proposals for a proposed contract or to a proposed award or the award of a contract or any alleged violation of statute or regulation in connection with a procurement or a proposed procurement. Both the United States Court of Federal
Claims and the district courts of the United States shall have jurisdiction to entertain such an action without regard to whether suit is instituted before or after the contract is awarded.
The government concedes that the “prospective bidder” prong of the interested party test is met in this case. It acknowledges that Weeks intends to bid on the MATOC contracts, is able to do so, and is capable of doing the dredging work contemplated by the contracts. At oral argument, government counsel stated, “[P]art of the standard
Turning to the “direct economic interest” prong of the interested party test, however, the government argues that Weeks has failed to demonstrate prejudice or harm arising from the MATOC solicitation. According to the government, any potential injury to Weeks is speculative, and is not the competitive injury required for standing because it is borne equally by all bidders. The government contends that Weeks‘s allegations simply amount to a critique of IDIQ contracts in general rather than a particularized injury due to the use of such contracts. Appellant‘s Br. 46. The government argues that Weeks has not established a “harm that ties the company‘s business situation to the solicitation at issue.” Oral arg. 8:20-8:25. In other words, the government argues that Weeks cannot establish that there was “not only some significant error in the procurement process, but also that there was a substantial
Weeks responds that it will suffer prejudice from having to compete in a “discretionary, subjective, and essentially unreviewable process,” which, it contends, violates applicable laws and regulations. Appellee‘s Br. 41. Weeks also argues that “an unauthorized or irrational form of solicitation” will impact its ability to compete and thrive because it has “built [its] compan[y] and marketing plan” around the long-used system of sealed bidding. Oral arg. at 18:25-18:30. Weeks maintains further that its injury is not merely a critique of the IDIQ procurement method, but rather stems from the “agency‘s choice to use an unauthorized contract vehicle that violated procurement statutes and regulations and lacked a rational basis.” Appellee‘s Br. 50. Finally, Weeks counters that the “substantial chance” test is inappropriate in the pre-award context because “[a]t the pre-award juncture, a plaintiff usually will not know who the other offerors are and may not know [its] bona fides.” Red River Serv. Corp. v. United States,
Section
We have not had occasion to discuss what is required to prove an economic interest, and thus prejudice, in a case such as this, where a prospective bidder/offeror is challenging a solicitation in the pre-award context. In such a case, it is difficult for a prospective bidder/offeror to make the showing of prejudice that we have required in post-award bid protest cases. See, e.g., Statistica, 102 F.3d at 1582 (holding that a contractor lacked standing because it failed to show a “substantial chance it would have received the contract award but for” agency error). The reason of course is that, in a case such as this, there have been neither bids/offers, nor a contract award. Hence, there is no factual foundation for a “but for” prejudice analysis. However, Article III considerations require a party such as Weeks to make a showing of some prejudice. See, e.g., Lujan v. Defenders of Wildlife, 504 U.S. 553, 560 (1992) (“First, the plaintiff
The Court of Federal Claims has advocated several different standards for evaluating standing in pre-award bid protests. In Red River Service Corp., the court indicated it would follow the plain statutory language and our holding in American Federation that
Upon consideration of the matter, we conclude that the standard applied by the Court of Federal Claims in this case strikes the appropriate balance between the language of
Weeks was one of only three contractors that had “unlimited” bonding capability, “significant” dredging experience, and possessed Coast Guard certified equipment for Group One projects. AR 21. Under sealed bidding procedures, there is a substantial chance that Weeks would be the lowest responsive and responsible bidder on a significant portion of the $1,392,000,000 in projects in Groups I, III, and IV. Under the IDIQ task order solicitation, however, Weeks would only be guaranteed a minimum of $2,500 and [the South Atlantic Division] could deny Weeks all task orders for the next five years without any explanation or discussions, or any ability for Weeks to seek bid protest review. This non-trivial competitive injury is capable of being redressed by this Court.
. . . .
In this case, the solicitation prevents Weeks from competing for $1,392,000,000 in task order awards over the next five years through sealed bidding.
Initial Opinion, 79 Fed. Cl. at 35.
Weeks established an interest in bidding, sent in complaints and concerns, noted its contracting ability, and suggested it would likely receive a substantial percentage of the contracts in sealed bidding. Whether Weeks is the winning or losing bidder, according to Weeks‘s theory of the case the solicitation may eventually be overturned due to illegality. This is not a pre-award case where the alleged violation is “immaterial” and will not have an impact on Weeks‘s economic situation. See CACI Field Servs., Inc. v. United States, 854 F.2d 464, 466 (Fed. Cir. 1988) (discussing prejudice in the pre-award context). Rather, Weeks has a definite economic stake in the solicitation being carried out in accordance with applicable laws and regulations. If the MATOC
Our conclusion that Weeks has standing to challenge the MATOC solicitation is consistent, we think, with our decision in Blue & Gold Fleet, L.P. v. United States, 492 F.3d 1308 (Fed. Cir. 2007). We believe that Blue & Gold Fleet helps compel our conclusion that Weeks has statutory standing. Section
In light of Blue & Gold Fleet, were we to hold that Weeks cannot now challenge the MATOC solicitation in the Court of Federal Claims, we effectively would be saying that this court has set up a judicial scheme whereby a party runs afoul of the waiver rule if it waits to challenge a solicitation (as Blue & Gold did), but is properly dismissed on standing grounds if it raises the challenge pre-award (as Weeks has done). Such a result would be anomalous.
Finally, by its terms,
III.
We first address Weeks‘s contention that the MATOC solicitation violates
(2) In determining the competitive procedure appropriate under the circumstances, the head of an agency—
(A) shall solicit sealed bids if—
(i) time permits the solicitation, submission, and evaluation of sealed bids;
(ii) the award will be made on the basis of price and other price-related factors;
(iii) it is not necessary to conduct discussions with the responding sources about their bids; and
(iv) there is a reasonable expectation of receiving more than one sealed bid; and
(B) shall request competitive proposals if sealed bids are not appropriate under clause (A).
On appeal, the government argues that, on its face, the MATOC solicitation considers non-price-related factors, and that therefore the Corps is using a negotiated
procurement underWe conclude that Weeks has not established a violation of
The Court: “It does on its face say ‘we‘re going to consider non-price-related factors‘—isn‘t that the end of it?”
Weeks: “Facially yes . . . they have satisfied what the statute requires. . . .”
The Court: “Doesn‘t the case then come down to whether the government established a rational basis for the structuring of the procurement?
Weeks: “Yes, I believe it does . . . I think that is more what the case is about.”
Oral arg. at 30:51-31:21. It is to the issue of rational basis that we now turn.
IV.
The government argues that the Court of Federal Claims erred in ruling the Corps‘s procurement action lacked a rational basis. In making this argument, it contends that the court should not have dismissed the Corps‘s reasons for switching to a negotiated procurement scheme. The government argues, as it did in the Court of Federal Claims, that the IDIQ MATOCs will allow the Corps to (1) pick more qualified contractors because it will be able to rely on factors other than price; (2) reduce procurement time; (3) lower administrative costs by an estimated $1.45 million in the next two years; (4) reduce or eliminate the need for emergency procurements; (5) have greater coordination between individual districts of the South Atlantic Division; (6) facilitate the use of small businesses; and (7) promote national security through more timely execution of dredging near military bases.
Addressing its first rationale, the government argues that the responsibility determinations the Corps currently is required to make pursuant to
As to reduction in procurement time, the government states that “time is of the essence” because (1) “environmental windows compress the schedule for dredging in much of the South Atlantic region,” and (2) unplanned events often arise that call for increased flexibility. The Corps estimates the IDIQ solicitation method could save as much as forty-five days per project in terms of the bidding period alone.7 See Acquisition Plan (“It is estimated that this contracting mechanism will save as much as 45 days in the procurement cycle of each project.“). Further, the government argues that the new procurement scheme will “spare [the South Atlantic Division] from the need to construct time-intensive Invitation[s] for Bids, since a task order can be created more quickly,” thus saving additional time and resources. Appellant‘s Br. 30; see Acquisition Plan (“[T]here is limited time to prepare the invitation for bid . . . or the request for proposal . . . . This will be mitigated by the development of IDIQs which allow for a significant reduction in acquisition time. In addition, issuance of task orders is a faster
As far as administrative costs are concerned, the government notes that the South Atlantic Division spent $2,183,949 on procurement labor in 2006 and 2007, whereas under the new IDIQ MATOC approach, the Corps predicts it will spend $738,026 in the next two years on procurement labor. The Corps explained in the Acquisition Plan that these savings will be particularly important because “workload has significantly increased over the years while personnel staffing has either remained the same or decreased. . . . [The Corps] must implement more cost effective acquisition methods that reduce labor intensive procedures in contracting, operations, & engineering.” Appellant‘s Br. 38.
Regarding emergency procurements, the government points out that the Corps has emphasized that the IDIQ MATOCs will allow for greater competition in emergency situations, because a pool of contractors will be ready to bid on a given project, and preparation of task orders will require less time than the preparation of IFBs. See Acquisition Plan (“[W]ith MATOCs in place, any emergency dredging requirements could be competed among the MATOC holders; thereby, eliminating the need for issuing costly sole source contracts.“); Appellant‘s Br. 32, 38-39. The government concludes this will lead to greater competition, faster results, and lower costs than the current emergency protocols.
With respect to improved coordination among the districts of the South Atlantic Division, the government emphasizes that the Division currently does not coordinate solicitations among the districts. In that regard, the Acquisition Plan notes the need to
The government next argues the IDIQ MATOCs will enhance opportunities for small businesses because Group II is a small-business set-aside group, and the Corps will be able to readily evaluate the small business factor because it no longer will be bound by the sealed bidding protocol of only considering price. Appellant‘s Br. 42 n.9; see also Acquisition Plan (“[The South Atlantic Division] intends to group the projects which have historically been set aside for small businesses and to solicit these projects under one grouping providing for the maximum practicable number of awards to small businesses in every known category, thereby providing the small business community with the same level of opportunity to compete for dredging projects as in the past.“).
Finally, the government contends that IDIQ MATOCs will promote national security because task orders around military bases will be assigned quickly, and completed efficiently and skillfully. The government argues that the Corps must
Weeks counters that the Court of Federal Claims carefully analyzed and rejected the Corps‘s asserted rationales, and properly found that the MATOC solicitation lacked a rational basis. As far as the selection of more competent contractors is concerned, Weeks argues that the Corps‘s “technical merit” concern only addresses whether the contractor has the appropriate equipment. Weeks states that, even under sealed bidding,
Turning to the rationale that the IDIQ MATOCs will reduce the time required for the procurement cycle, Weeks argues that the administrative record provides no evidence that normal sealed bidding procedures have caused, or will cause, unacceptable delay. Further, Weeks disputes the government‘s contention that the new procurement scheme will save forty-five days per task order, as the South Atlantic Division informed concerned contractors it intends to keep the present thirty-day response period “whenever possible.” Therefore, Weeks argues, the Corps will save a maximum of fifteen days.
Addressing the Corps‘s asserted ability to prepare task orders more quickly than sealed bids, and thus reduce procurement time, Weeks notes that the four “seed” task orders, which the solicitation states will be used to evaluate the price factor, are over 1500 pages in total length. According to Weeks, these task orders are similar in length to the proposals used in sealed bidding, and therefore the Corps cannot seriously contend the new system will result in significant savings of procurement time.
Turning to administrative costs, Weeks notes that the Court of Federal Claims found the record “lack[ed] any evidence of how the agency determined the IDIQ and task order hours” used to evaluate those costs. Initial Opinion, 79 Fed. Cl. at 33.
Continuing, Weeks states that, in a true emergency, even an IDIQ MATOC will not suffice. According to Weeks, the Corps still will have to resort to the provisions of the FAR because only that procurement scheme allows the Corps to move rapidly enough to meet dredging and shore protection needs in an emergency.8 Appellee‘s Br. 31-32. Addressing the matter of coordination of procurement activity, Weeks indicates that the Corps has provided no empirical evidence indicating conflicts between the districts of the South Atlantic Division.
Next, Weeks disputes the government‘s assertion that the IDIQ MATOC scheme will benefit small businesses. First noting that small businesses received $189 million of the $750 million spent on dredging projects over the past two years, Weeks argues that the new plan will actually reduce the ability of small businesses to compete. Group II
V.
We have stated that procurement decisions “invoke[ ] ‘highly deferential’ rational basis review.” CHE Consulting, Inc. v. United States, 552 F.3d 1351, 1354 (2008) (quoting Advanced Data Concepts, Inc. v. United States, 216 F.3d 1054, 1058 (Fed. Cir. 2000)). Under that standard, we sustain an agency action “evincing rational reasoning and consideration of relevant factors.” Advanced Data Concepts, 216 F.3d at 1058.
The Corps has presented seven reasons for its new procurement scheme. As seen, through the use of IDIQ MATOCs, the Corps expects to (1) obtain qualified contractors; (2) reduce procurement time; (3) realize savings in administrative costs; (4) reduce or eliminate the need for emergency procurements; (5) allow for greater coordination between the districts in the South Atlantic Division; (6) facilitate the use of small businesses; and (7) be able to address national security needs through more
Recognizing our deferential review of an agency‘s procurement decision, Weeks does not argue that the Corps‘s objectives are not legitimate. Rather, it takes the position that the Corps has not demonstrated that IDIQ MATOCs are necessary to achieve those objectives. In so doing, Weeks makes much of the fact that the solicitation and the Acquisition Plan provide little empirical evidence connecting the Corps‘s needs to the new procurement scheme. For the following reasons, we are not persuaded by Weeks‘s argument.
After the Court of Federal Claims decided this case, we rendered our decision in CHE Consulting. In CHE Consulting, 552 F.3d at 1352, the United States Naval Oceanic Office (“NAVO“) sought to solicit a single provider for the hardware and software maintenance of a complex supercomputer system. Id. Eventually, after a request by CHE Consulting (“CHE“), the General Services Administration separated the procurement into two contracts—one for hardware and one for software. Id. at 1353. In response to the revised solicitation, CHE submitted a hardware maintenance proposal, but NAVO indicated it would not accept “de-bundled” proposals. Id. Following direction from NAVO, the General Services Administration, which had issued the solicitation, cancelled it, and issued a new solicitation requiring a single provider for both hardware and software maintenance. Id. Thus, the two maintenance requirements were “bundled.”
CHE brought a protest in the Court of Federal Claims, arguing that the bundling requirement lacked a rational basis and requesting an injunction with respect to the bundled solicitation. CHE, 552 F.3d at 1353. After examining the administrative record,
CHE appealed. On appeal, we determined not only that NAVO established a rational basis based on the supplemented record, but also that no supplementation was required in the first place. Id. at 1354 (“NAVO established a rational basis to combine hardware and software services into one contract before the trial court requested supplementation. The additions to the administrative record were thus not necessary.“). In our decision, we pointed to several concerns about “segregating the maintenance contracts,” which were stated in a memorandum and affidavit of NAVO‘s contracting officer representative, both of which were present in the original administrative record. Id. at 1354-55. We indicated that those concerns provided a rational basis for NAVO‘s procurement, even though the documents provided no supporting evidence for the concerns expressed. Id. at 1355. Affirming the decision of the Court of Federal Claims based upon the original administrative record, we stated:
NAVO has no obligation to point to past experiences substantiating its concerns in order to survive rational basis review. . . . Indeed NAVO has a responsibility to assess risks and avoid them before they become a historical fact. . . . In terms of this procurement, NAVO need not suffer some maintenance failures in order to substantiate its assessment of risks . . . . Thus, to satisfy its obligation to supply a rational basis for its decisions, NAVO may supply a reasoned chronicle of its risk assessment, as it did in this case.
CHE Consulting, 552 F.3d at 1355.
In sum, we hold that the Corps‘s decision to issue the MATOC solicitation “evince[es] rational reasoning and consideration of relevant factors.” Were we to conclude otherwise, we would be second-guessing the Corps‘s action. That is something we are not permitted to do. “‘If the court finds a reasonable basis for the agency‘s action, the court should stay its hand even though it might, as an original proposition, have reached a different conclusion as to the proper administration and application of the procurement regulations.‘” Honeywell, Inc. v. United States, 870 F.2d 644, 648 (Fed. Cir. 1989) (quoting M. Steinthal & Co. v. Seamans, 455 F.2d 1289, 1301 (D.C. Cir. 1971)) (holding that the General Accounting Office‘s determination that a bid for a procurement contract was responsive and properly disclosed the bidder‘s identity had a rational basis). In this case, the Corps has demonstrated a rational basis for the MATOC solicitation.
VI.
As noted, the Court of Federal Claims ruled that the MATOC solicitation did not comply with the Corps‘s own procurement regulation, the EFARS. At the time the case was before the court, EFARS § 16.501, S-103(a), limited the circumstances in which indefinite delivery contracts could be used. The Court of Federal Claims held that the
On appeal, the government argues that the Court of Federal Claims erred in ruling that the MATOC solicitation violated the EFARS. Weeks rejoins that the court‘s ruling on the EFARS issue was correct. For two reasons, however, we conclude that it is not necessary for us to address the issue. First, as noted above, Weeks stated at oral argument that the case turns on the question of whether the Corps demonstrated a rational basis for its procurement action. We have held that it did. Second, on January 25, 2008, after entry of the Amended Final Judgment, the Corps rescinded EFARS § 16.501, S-103(a). Under these circumstances, even if we had not already ruled the Corps had a rational basis for its action, and we agreed with Weeks that the Corps failed to comply with the rescinded EFARS provision, our ruling would have no practical import, since the Corps is no longer bound by the provision.
CONCLUSION
For the foregoing reasons, we reverse the Amended Final Judgment insofar as it permanently enjoins the Corps “from using Solicitation No. W 912EP-07-R-0007 to receive proposals or to award negotiated IDIQ contracts or task orders for maintenance dredging or shore protection services.” Accordingly, the Corps is authorized to proceed with the solicitation. Neither the government nor Weeks has appealed the rulings of the Court of Federal Claims in the Amended Final Judgment with respect to the presolicitation notices issued by the Corps on November 7 and November 8, 2007. We therefore leave those rulings undisturbed. Thus, the Amended Final Judgment is affirmed-in-part and reversed-in-part.
COSTS
Each party shall bear its own costs.
2008-5034
WEEKS MARINE, INC.,
Plaintiff-Appellee,
v.
UNITED STATES,
Defendant-Appellant.
Appeal from the United States Court of Federal Claims in 07-CV-700, Judge Thomas C. Wheeler.
DYK, Circuit Judge, dissenting.
I dissent from the majority‘s holding that Weeks Marine has Article III and statutory standing to challenge the solicitation of the U.S. Army Corps of Engineers (“Corps“).
As described in the majority opinion, Weeks Marine filed a pre-award challenge to a solicitation by the Corps. The solicitation changed the Corps’ method of awarding dredging work in the Southeast from a competitive sealed bidding process to a process involving negotiated indefinite delivery indefinite quantity (“IDIQ“) multiple-award task order contracts (“MATOCs“). Weeks Marine alleged, inter alia, that the solicitation was contrary to
I Lack of Article III Standing
The government asserts that Weeks Marine lacks standing. In any event, “[b]ecause Article III standing is jurisdictional, this court must consider the issue sua sponte even if not raised by the parties.” Fuji Photo Film Co. v. Int‘l Trade Comm‘n, 474 F.3d 1281, 1289 (Fed. Cir. 2007).
Article III standing requires “an invasion of a legally protected interest which is (a) concrete and particularized, and (b) actual or imminent, not conjectural or hypothetical.” Lujan v. Defenders of Wildlife, 504 U.S. 555, 560 (1992) (footnote, citations, and quotation marks omitted). Put differently, “[t]he injury alleged must be . . . ‘distinct and palpable,’ and not ‘abstract’ or ‘conjectural’ or ‘hypothetical.‘” Allen v. Wright, 468 U.S. 737, 751 (1984) (citations omitted). Injury can be established by affidavits and other submissions that “present dispositively more than . . . mere ‘general averments’ and ‘conclusory allegations.‘” Friends of the Earth, Inc. v. Laidlaw Envt‘l Servs. (TOC), Inc., 528 U.S. 167, 184 (2000).
The Supreme Court has established the requirements for pre-contract award standing in Northeastern Florida Chapter of Associated General Contractors of America v. Jacksonville, 508 U.S. 656, 666 (1993), and Adarand Constructors, Inc. v. Pena, 515 U.S. 200, 210-12 (1995). The Supreme Court held in Associated General Contractors that a non-minority contractor had standing to challenge a city‘s practice of setting aside a percentage of its contracts for bidding only by minority contractors, because “the ‘injury in fact’ is the inability to compete on an equal footing in the bidding process, not
The record does not show that Weeks Marine is likely to be disadvantaged by the Corps’ IDIQ MATOC solicitation. The Court of Federal Claims noted that Weeks Marine “admits that it is a ‘major player in the dredging industry’ and would likely be awarded an IDIQ contract and subsequent task orders.” Weeks Marine v. United States, 79 Fed. Cl. 22, 34 (2007). Because Weeks Marine has not shown that it is likely to be awarded less dredging work under the MATOC system, its injury is “conjectural” rather than “impending.”
The majority does not suggest that Weeks Marine is less likely to receive awards under the new procedure, or that it is likely to be injured by any reductions in the amount of business it receives. The majority‘s theory appears to be that the claimed illegality of the solicitation is itself sufficient to establish injury. However, the Supreme Court has made clear that the existence of illegal conduct is not sufficient to confer
The majority also suggests that Weeks Marine has established standing either with its past reliance on the previous sealed bidding procedure in establishing its business, or with its future reliance on the new IDIQ procedure that might later be overturned as illegal. See Maj. Op. 13, 16. According to the majority, regardless of Weeks Marine‘s level of success under the new solicitation procedure, such reliance may injure Weeks Marine‘s ability to compete for dredging contracts. But reliance, like alleged illegality, cannot establish standing without a showing of injury, and the majority cites no authority establishing that mere reliance without injury is sufficient.
The majority appears to bolster its decision on the theory that Weeks Marine would later be barred from challenging the new solicitation procedure. See Maj. Op. 18. There are two responses. First, if Weeks Marine were later injured by the solicitation, it would not in fact be barred from challenging the solicitation at that time. The theory that Weeks Marine‘s challenge to the Corps’ MATOC solicitation would not be possible after the IDIQ contracts and task orders had been awarded is based on a misreading of the statutes and regulations.
Second, standing is not created by the absence of parties with proper standing. “The assumption that if respondents have no standing to sue, no one would have standing, is not a reason to find standing.” Schlesinger v. Reservists Comm. to Stop the War, 418 U.S. at 227. “This view would convert standing into a requirement that must be observed only when satisfied.” Valley Forge Christian Coll. v. Ams. United for Separation of Church & State, Inc., 454 U.S. 464, 489 (1982); see also United States v. Richardson, 418 U.S. 166, 179 (1974). The fact that no party could satisfy the usual
II Lack of Statutory Standing
As the majority recognizes, the applicable statute imposes even more stringent standing requirements. See Maj. Op. 10-11. Under the statute, the Court of Federal Claims has jurisdiction
to render judgment on an action by an interested party objecting to a solicitation by a Federal agency for bids or proposals for a proposed contract or to a proposed award or the award of a contract or any alleged violation of statute or regulation in connection with a procurement or a proposed procurement . . . without regard to whether suit is instituted before or after the contract is awarded.
In the case of pre-award protests, we have repeatedly limited standing under
Weeks Marine here is not a “disappointed bidder,” nor has it shown that its direct economic interests have been adversely affected. Indeed, for all the record reveals, Weeks Marine will continue to receive exactly the same contracts that it would have received under the earlier sealed bidding procedure. Allowing Weeks Marine to establish standing without a showing of concrete injury vastly and improperly expands the number of parties potentially qualifying for standing.
Under these circumstances, it seems to me clear that Weeks Marine does not have Article III or statutory standing, and I respectfully dissent from the majority‘s contrary conclusion.
Notes
Q. You may be just as successful in the future as you‘ve been in the past. . . . It seems to me that it‘s really speculative to say that Weeks is going to be injured by this new approach to the contract.
A. Well, we don‘t know, your Honor, but here‘s what we do know, you‘re absolutely correct that Weeks and other companies have thrived under the business model of sealed bidding and the low bidder, and—and they‘ve built their companies and—and marketed, ah—their marketing plan that way. . . .
. . . .
Q. Why is it less likely that Weeks is going to be successful under this new system?
A. Because they can control their own destiny in having low bids with which they can make money. They can‘t control their destiny when the Corps of Engineers is going to introduce subjective evaluations on things other than price.
Oral Arg. 18:00-18:31, 19:30-19:54.
