Synaptek, Inc. v. United States ( 2019 )


Menu:
  •         In the United States Court of Federal Claims
    No. 18-1566C
    (Filed: December 11, 2018)
    (Re-Filed: February 5, 2019) 1
    **************************
    SYNAPTEK, INC.,
    Plaintiff,
    Bid protest; post-award bid
    v.                                                       protest; FAR 15.308 (2018);
    FAR 9.105-2(a)(1) (2018);
    THE UNITED STATES,
    best value determination;
    Defendant,                          price reasonableness;
    responsibility determination.
    and
    OPEN SAN CONSULTING, LLC,
    Intervenor.
    **************************
    Jerry A. Miles, Rockville, MD, for plaintiff, with whom was Christine
    Funk.
    Reta Emma Bezak, Trial Attorney, United States Department of
    Justice, Civil Division, Commercial Litigation Branch, Washington, DC,
    with whom were Joseph H. Hunt, Assistant Attorney General, Robert E.
    Kirschman, Jr., Director, Deborah A. Bynum, Assistant Director, for
    defendant. Theresa S. Keenan, Department of the Navy, NAVSUP FLC
    Norfolk, assistant counsel.
    1
    This opinion was originally issued under seal to permit the parties an
    opportunity to propose redactions on or before February 4, 2019. The
    government and intervenor proposed redactions on February 4, mooting
    intervenor’s December 31, 2018 motion to redact. Plaintiff did not file
    proposed redactions. We thus adopt defendant’s and intervenor’s agreed-
    upon redactions.
    Matthew Moriarty, Lawrence, KS, for intervenor. Matthew T.
    Schoonover, Steven J. Koprince, and Haley E. Claxton, of counsel.
    OPINION
    BRUGGINK, Judge.
    This is a post-award bid protest by Synaptek, Inc. (“Synaptek”), of an
    award by the United States Department of the Navy, NAVSUP Fleet
    Logistics Center (“the Navy”), of a contract for information technology
    (“IT”) support services for the National Defense University (“NDU”) to
    Open SAN Consulting, LLC (“OSC”).
    The parties filed cross-motions for judgment on the administrative
    record. The matter is fully briefed, and we held oral argument on December
    6, 2018. Because the Navy properly documented its award and its analysis
    was reasonable, we grant defendant’s and intervenor’s motions for judgment
    on the administrative record and deny plaintiff’s motion.
    BACKGROUND
    The Navy issued a small business set-aside solicitation to procure IT
    services for the NDU, intending to award a single, firm fixed price, indefinite
    delivery, indefinite quantity type contract to the responsible offeror who
    represented the best value to the government. The Navy planned to award a
    contract without discussions and reserved the right to award the contract to
    an offeror who was not the lowest priced offeror.
    The Source Selection Evaluation Board (“SSEB”) would consider the
    following factors, listed in descending order of importance: Management
    Approach, Performance Approach, and Past Performance. Management
    Approach and Performance Approach were rated Unacceptable, Marginal,
    Acceptable, Good, or Outstanding. Past Performance was rated No
    Confidence, Limited Confidence, Neutral Confidence (or Unknown
    Confidence), Satisfactory Confidence, or Substantial Confidence. To be
    eligible for award, an offeror had to be rated at least Acceptable overall. The
    Source Selection Authority (“SSA”) would evaluate price for
    reasonableness.
    2
    The Navy received twelve proposals. The SSEB determined that four
    offerors were eligible for award, listed from first to last place: Synaptek,
    OSC, [               ], and [ ]. The SSEB rated Synaptek Outstanding and
    rated OSC Good. [                                                    ]
    OSC was rated Outstanding on Management Approach, Good on
    Performance Approach, and Unknown Confidence on Past Performance. On
    Management Approach, the SSEB determined that OSC provided “multiple
    strengths, and risk of unsuccessful performance is low.” Administrative
    Record (“AR”) 522. For Task 5.1 Program Management, the SSEB assigned
    OSC a strength based on OSC’s “management program managed by a long
    term Project Manager and [                       ].” 
    Id. It also
    assigned
    OSC strengths for Task 5.1 for its “holistic 11 area project management
    methodology,” “a proprietary [
    ],” and “program management
    methodology.” 
    Id. The SSEB
    assigned strengths to OSC for the rest of the
    Management Approach tasks but noted that OSC’s proposal only marginally
    addressed anticipated risks. Overall, the SSEB found that OSC presented a
    “well-constructed, logical and efficient strategy” for its Management
    Approach and its multiple strengths outweighed the single risk. AR 525.
    On Performance Approach, the SSEB determined that OSC presented
    a “thorough approach to Program Management, Cyber Security and
    Transition.” AR 528. OSC’s weakness was Task 5.6 Technology Planning
    and Modernization, where the SSEB determined that OSC “does not provide
    specifics on how the offeror will embark on the evaluation and identification
    of the needs of the organization.” AR 526-27. The SSEB nevertheless
    determined that OSC “did illustrate an understanding and of approaches to
    modernization in other areas of the document . . . and this is considered
    adequate.” AR 527. The SSEB also noted that OSC did not address certain
    memorandums to record under Cyber Security. The SSEB found that due to
    OSC’s “empowered management style,” “appropriately addressed” Cyber
    Security, and “strong transition plan,” OSC had demonstrated “a well-
    constructed, effective approach.” AR 528.
    OSC presented three references for Past Performance; each was
    “Somewhat Relevant.” AR 531. The SSEB nevertheless ranked OSC
    “Unknown Confidence (Neutral)” because OSC’s “performance record is so
    sparse that no meaningful confidence assessment rating can be reasonably
    assigned.” AR 532. Although it had performed in a DoD environment,
    3
    because OSC had not performed in a DoD educational environment, OSC
    did not demonstrate similar complexity. The SSEB noted that OSC’s
    references “indicated a customer focused management that met or exceeded
    timelines, and provided forward facing staff which exceeded quality
    metrics.” AR 533.
    The SSEB rated Synaptek Outstanding on both Management
    Approach and Performance Approach and rated it Substantial Confidence on
    Past Performance. Regarding Management Approach, the SSEB determined
    that Synaptek’s proposal was exceptional, noting, however, that its approach
    to managing its subcontractor performance and its assessment of risks in
    undertaking this project were thorough rather than exceptional. Synaptek’s
    Management Approach, overall, “contained multiple strengths which lend
    toward low risk effective performance.” AR 537.
    Regarding Performance Approach, the SSEB found that Synaptek’s
    approach was exceptional except for Cyber Security Support, which was
    thorough. Synaptek’s Transition-In Plan was exceptional in part because
    GDIT, the incumbent, is a proposed subcontractor for Synaptek.
    Synaptek offered three references, one of which was “Very Relevant”
    while the other two were “Somewhat Relevant.” AR 542. Its first reference
    indicated that it was a subcontractor on the incumbent contract and therefore
    it had similar experience. Overall, the SSEB had a “high expectation that
    Synaptek will successfully perform the required effort.” AR 543.
    In its summary, the SSEB wrote that both OSC and Synaptek received
    Outstanding for the most important factor, Management Approach. “[T]he
    Synaptek approach [is] slightly superior as there were no weakness[es] in the
    Synaptek Management Approach while the OSC Edge approach contained a
    significant weakness in risk component.” AR 545. Likewise, Synaptek was
    rated higher than OSC on Performance Approach, because it did not have
    any weaknesses compared to OSC’s Technology and Modernization
    weakness. Finally, although both “received strong feedback, touting high
    quality service[] levels and a strong customer focus,” Synaptek was rated
    Substantial Confidence whereas OSC was rated Unknown Confidence. AR
    546.
    Before heading into the SSA’s price evaluation and best value
    determination, Synaptek and OSC held first and second place, respectively,
    with [       ] and [      ] the final two acceptable offerors. The price
    4
    proposals of all offers ranged from a low of $35,185,276 to a high of
    $79,912,424. The range of acceptable offers included the following price
    proposals:
    Price        Non-
    Non-Price
    Offeror                                Total           above        Price
    Rating
    Low        Ranking
    [         ]       [          ]      [           ]       LOW            4
    OSC               Good        $44,290,359       [           ]      2
    [         ]       [          ]      [           ]   [           ]      3
    Synaptek        Outstanding       $62,009,284       [           ]      1
    AR 567.
    The total difference between Synaptek and OSC is $17,718,925.
    For the SSA’s price analysis, offerors provided fully burdened labor
    hour rates for 32 labor categories, 75% of which were performed in DC, 20%
    performed in Norfolk, Virginia, and 5% performed at the contractor site for
    the five-year ordering period. The price competition was in accordance with
    Federal Acquisition Regulation (“FAR”) 15.404-1(b)(2)(i) (2018) and the
    SSA deemed that section satisfied because two or more responsible offerors,
    competing independently, submitted price offers. The SSA compared the
    total proposed price of the offerors. She then used a comparative analysis to
    determine which proposal represented the best value, considering the “[n]on-
    price proposal more important than the offeror’s price proposal.” AR 566.
    The SSA concluded that OSC, “as the offer ranked second from a non-price
    standpoint and although slightly higher than the lowest price [ ] offer[,] . . .
    is determined to represent the best value to the Government, price and other
    factors considered.” AR 567.
    The SSA began by explaining that “[p]otential contributors to the
    price delta” between the eligible offerors’ prices include “the fact that direct
    labor rates and indirect cost pools are individual to each company . . . .” AR
    568. Additionally, because each of the labor categories in the solicitation
    5
    permitted equivalency offsets for education and experience, the solicitation
    allowed for “a good deal of flexibility in the development of resource pools
    to satisfy the requirement and thereby contributes to the price delta among
    the offerors.” 
    Id. The SSA
    determined OSC’s price to be fair and reasonable
    in comparison to the other prices.
    Next, the SSA compared OSC’s price to “prices being paid for similar
    services under the predecessor Task Order.” 
    Id. For “Change
    Manager” and
    “Cyber Security Specialist,” OSC’s price was [ ] and [         ] higher than
    the historical data. For all other labor categories, OSC’s price was lower,
    ranging from [        ] to [        ] for an average of [ ] lower than the
    historical data. The SSA explained that the difference was at least in part
    attributable to the use of “published GSA Alliant rates” when actual rates
    were not available. The SSA found that OSC’s rates compared favorably to
    the prior contract.
    The SSA also compared OSC’s price to prices obtained through data
    from the Bureau of Labor Statistics and an industry survey. She compared
    not only OSC’s price to that metric but also [ ]’s lower price. The SSA
    found that OSC’s rate was favorable and that its lower price may be
    attributable to the use of the Bureau’s hourly mean wage rate, from which
    there could be variance above or below.
    Finally, the SSA compared OSC’s price to the Independent
    Government Estimate (“IGE”). The IGE was $74,158,350, primarily
    calculated using the median GSA Alliant rates, which are drawn from more
    than fifty companies. The GSA Alliant rates contain “a wide range of labor
    category pricing, which results in varying pricing [from] the offerors.” AR
    573. Because the GSA Alliant rates were higher than even the incumbent’s
    published rates and had used a slightly higher than market escalation rate, the
    SSA discounted the helpfulness of the IGE. She assumed that “the
    environment of the instant acquisition maximized competitive behavior
    techniques relative to preparation of proposals.” 
    Id. She acknowledged
    that
    OSC was lower than the comparative prices but concluded that its price was
    reasonable.
    After this comparison, the SSA conducted the best value
    determination. She began by acknowledging that OSC was ranked second to
    Synaptek on the technical factors. The SSA compared OSC’s and Synaptek’s
    performance on the individual factors. For Management Approach, the most
    6
    important factor, she noted that Synaptek demonstrated no weaknesses
    whereas OSC demonstrated one weakness for failure to specifically identify
    risks and mitigation techniques. She wrote that “Synaptek was slightly
    superior to OSC,” even though both offerors were rated Outstanding. AR
    575. For Performance Approach, the SSA reviewed both offers and
    concluded that Synaptek “is considered superior to” OSC even though both
    offerors presented multiple strengths. 
    Id. Synaptek provided
    a better
    Technology and Modernization plan than OSC, but the SSA noted that OSC
    “appropriately addressed” each area of Cyber Security. 
    Id. Finally, on
    Past
    Performance, Synaptek was also the technically superior offeror, “[d]ue to
    the strong feedback on the very relevant reference” to the incumbent
    contract. 
    Id. OSC did
    not provide a very relevant reference even though
    OSC’s experience “demonstrated similar scope and magnitude when viewed
    in the aggregate.” 
    Id. The SSA
    found that OSC’s primary weakness was lack
    of experience in a DoD educational environment, despite its experience in
    other DoD environments.
    The SSA concluded that Synaptek is “the technically superior
    proposal when compared to OSC Edge based on its slightly superior
    Management Approach and its superior Performance Approach and Past
    Performance.” AR 576. The SSA noted, “However, Synaptek’s price is
    40.1% higher than the OSC Edge proposed price.” 
    Id. She explained
    why
    Synaptek’s premium was not the best value to the government:
    Although the Synaptek Management Approach was
    determined to be slightly superior in the area of risk
    identification[,] the OSC Edge Management Approach was
    nonetheless considered Outstanding, offering a well-
    constructed, efficient strategy for performance. The
    Performance Approach of Synaptek was considered
    Outstanding, with multiple strengths; the OSC Edge was
    considered Good, with multiple strengths which offset a
    weakness in the Technology and [M]odernization area. The
    Past Performance of Synaptek was rated Substantial
    Confidence, providing the incumbent reference for which
    above satisfactory performance was supported. OSC Edge
    provided references which were considered somewhat relevant
    in the aggregate; however, the references met the scope and
    magnitude of the requirement but lacked one component of the
    7
    complexity of the educational environment. Strong feedback
    was received on the references. Despite a rating of Unknown
    Confidence (Neutral) in Past Performance, it is noted the rating
    stems from the lack of one component of complexity, but
    otherwise meets the requirements. This, along with the strong
    feedback [that] was obtained from the references, limits the
    risk associated with the Neutral rating. OSC Edge received the
    highest rating for the most important factor, a Good rating for
    the second most important factor, and the strong feedback in
    Past Performance. Therefore, the non-price superiority of the
    offer submitted by Synaptek does not warrant a price premium
    of 40.1% (or $17,718,925).
    
    Id. The SSA
    then compared OSC’s offer to the two Acceptable offerors.
    The SSA determined that “OSC Edge’s proposal is superior to [
    ] based on OSC Edge’s multiple strengths . . . .” 
    Id. “Both offerors
    received
    a rating of Unknown Confidence in Past Performance, primarily due to the
    lack of the complexity component of performance in an educational
    environment, thereby rendering the ratings approximately equal.” 
    Id. She concluded,
    “As [           ] was ranked below OSC from a non-price
    standpoint, with the OSC considered superior to [              ] in two of the
    three evaluation factors, and priced 20.9% higher than OSC, award to
    [             ] would not be the best value to the Government.” 
    Id. Likewise, OSC
    was ranked technically superior on Management
    Approach and Performance Approach compared to [         ]. The SSA found
    that “[a]lthough OSC Edge is priced 2.68% higher than [     ], the strengths
    in the OSC Edge non-price proposal, particularly in the areas of Cyber
    Security, management of personnel qualifications and transition support the
    nominal price difference between OSC Edge and [       ].” AR 577.
    The SSA concluded that OSC’s performance risk is low:
    While the Technical Evaluation labeled OSC Edge’s
    Past Performance a rating of Unknown/Neutral, indicating a
    performance record that is so sparse that no meaningful
    confidence assessment rating can be reasonably assigned, the
    SSA reviewed the underlying details of the technical
    evaluation and references OSC Edge provided and considers
    8
    OSC Edge’s Past Performance to be more appropriately rated
    Satisfactory Confidence, indicating the Government has a
    reasonable expectation that the offeror will successfully
    perform the required effort.
    
    Id. The SSA
    concluded that OSC could overcome its lack of work in a
    DoD educational environment since it had performed in “multiple DoD
    environments . . . giving the SSA a reasonable expectation that OSC Edge
    would be able to adapt to the educational environment and perform
    satisfactorily. Furthermore, OSC Edge performance met or exceeded all
    quality metrics under the references.” AR 577-78. The SSA wrote that OSC
    had been determined responsible and that its price was fair and reasonable.
    After consideration of the non-price and price factors, the SSA recommended
    award to OSC.
    The Navy identified OSC as the apparent awardee on November 22,
    2017. Synaptek filed a size protest on November 14, which the SBA denied.
    Synaptek next filed a protest at the agency on December 13 while
    simultaneously appealing the SBA’s denial of its size protest. The Navy
    dismissed the agency protest as premature on January 3, 2018. The SBA
    OHA denied Synaptek’s appeal.
    The Navy awarded the contract to OSC on January 5, issuing a bridge
    contract to the incumbent, GDIT, through February 28 to allow time for
    transition to OSC. Synaptek and Envistacom [
    ] filed GAO protests on January 15 and 16, 2018. GAO dismissed
    these protests as premature, because the Navy had not yet given debriefings.
    The Navy delivered debrief letters on January 31 and both offerors
    filed GAO protests on February 5. GAO dismissed a portion of Synaptek’s
    protest but directed the Navy to respond to certain allegations.
    On February 28, 2018, the Navy issued another bridge action to GDIT
    for performance through July 31. On March 1, the Navy notified GAO that
    it intended to take corrective action regarding the Envistacom and Synaptek
    protests. GAO dismissed the protests on March 8.
    For corrective action, the Navy determined that Envistacom’s
    allegations warranted reevaluation by the SSEB of Envistacom’s proposal.
    The SSA reviewed Synaptek’s allegations and determined that SSEB
    9
    reevaluation of Synaptek’s and OSC’s proposal was not necessary, but the
    SSA did choose to consider Synaptek’s allegations in detail in her second
    source selection decision. Ultimately, the SSEB’s reevaluation of
    Envistacom did not change the Navy’s determination of offerors eligible for
    award. After review of Synaptek’s protest allegations, the SSA agreed that
    two positive aspects of OSC’s evaluation should be changed, but that those
    two changes did not alter OSC non-price factor ratings or its overall rating.
    In the second source selection decision, the SSA repeated the
    summary of each proposal before returning to the price analysis. The SSA
    added two price comparison components in the source selection decision.
    First, the SSA compared “the average fully burdened rate of the bridge
    action” to “the average proposed fully burdened rate of the instant
    acquisition.” AR 656. She divided “the estimated price by the labor hours for
    both the existing contract and the proposed acquisition.” 
    Id. She found
    that
    OSC’s “average fully burdened rate for the instant acquisition is [ ] . . .
    which is [    ] lower than the existing bridge rates,” [ ]. 
    Id. The SSA
    reasoned that, due to factors such as GDIT’s [ ] pass through rate,
    equivalency offsets, and a competitive environment, OSC’s price was
    reasonable. 
    Id. The SSA
    also added a direct comparison of OSC and Synaptek.
    OSC’s price “is less than, or within a [ ] delta of the proposed Synaptek
    price for approx. [     ] of the proposed labor categories. In addition, there is
    a[      ] delta between the proposed OSC Edge price and the Synaptek price
    for the Operations Manager labor category.” 
    Id. The SSA
    explained that the
    current solicitation reduced the Operations Manager requirements and this
    reduction contributed to the price difference. The SSA noted that the
    equivalency offsets permitted “a good deal of flexibility in the development
    of resource pools to satisfy the requirement and thereby contributes to the
    price delta among the offerors.” 
    Id. The SSA
    wrote that the Navy anticipated
    offers to create a variety of structures for their labor category proposals. The
    SSA again acknowledged that OSC price was lower than Synaptek’s but
    found OSC’s price fair and reasonable.
    Finally, the SSA reviewed Synaptek’s allegations regarding OSC’s
    deficiencies. The SSA adjusted OSC’s rating in two respects. First, the SSA
    reviewed the SSEB’s evaluation of OSC’s Management Approach. Synaptek
    alleged that OSC impermissibly had failed to indicate a permanent Program
    10
    Manager and that OSC’s transitional, independent consultant Program
    Manager created operational risk.
    The SSA found that the solicitation included a Program Manager
    labor category, but that OSC was not required to appoint a permanent
    representative at the outset. OSC should have identified that program
    manager as a consultant, but the SSA did not find OSC’s failure to disclose
    material. The SSA removed OSC’s assigned strength for a long-term Project
    Manager. Since OSC had at least three other named strengths under
    Management Approach and because the [
    ] went beyond the solicitation’s requirements, the SSA determined
    that the removal of one strength did not warrant downgrading OSC from
    Outstanding for Management Approach.
    Second, Synaptek alleged that OSC’s Past Performance was
    overrated, because “[t]he SSEB determined that OSC Edge demonstrated
    similar scope and magnitude when viewed in the aggregate but not similar
    complexity.” AR 662. The SSA reviewed OSC’s references and agreed with
    Synaptek that the original assessment was incorrect. OSC proposed to
    perform 56.5% of the work and only one of its references listed OSC as the
    prime contractor performing the work. That contract involved one of the task
    areas implicated by the solicitation and was [ ] of the magnitude of the
    solicitation. Therefore, OSC’s references were not of similar scope,
    magnitude, or complexity. The quality of the performance and reviews
    provided were satisfactory, however. The SSA found that the adjustment to
    how OSC’s references were viewed in the aggregate did not change the
    Unknown Confidence rating. The SSA “acknowledge[d] that OSC’s Past
    Performance does create some risk and this is reflected in the best value trade
    off section below.” AR 662.
    The SSA did not make changes based on Synaptek’s remaining
    allegations. Synaptek argued that OSC’s proposal to [
    ] created staffing risk. The SSA disagreed, noting that the [
    ] was permissible and in fact contributed to the strength of
    OSC’s plan.
    Synaptek also alleged that OSC would not be able to hire or retain
    personnel with the required cyber security qualifications. The SSA reviewed
    OSC’s proposal and the SSEB’s evaluation and found that OSC had not
    departed from the solicitation and that its Staff Management Database
    11
    appeared capable of ensuring qualified staff. The SSA noted that, if OSC
    failed to retain qualified staff, it would be a contract administration issue.
    Synaptek also critiqued OSC’s ability to comply with the
    subcontracting limitation. The SSA’s review satisfied her that OSC had
    proposed its subcontractors properly, explained their role in OSC’s
    performance, and proposed appropriate monitoring to ensure compliance
    with the subcontracting limitation. The SSA noted that actual noncompliance
    during performance was a contract administration issue.
    Finally, Synaptek alleged that OSC’s Performance Approach was
    overrated. The SSA found this allegation to be vague, but nevertheless
    reviewed the SSEB’s evaluation and determined that an adjustment was not
    warranted.
    In the SSA’s new best value determination, OSC was in second place,
    even after considering “the noted changes to the evaluation made by the SSA
    through the corrective action.” AR 664. The SSA incorporated the changes
    to OSC’s strengths into the best value analysis and determined, once again,
    that Synaptek was “slightly superior” to OSC on Management Approach,
    “superior” on Performance Approach, and “far superior” on Past
    Performance. AR 665-66. The SSA’s conclusion relied on the comparisons
    between Synaptek and OSC:
    Synaptek is considered to be the technically superior
    proposal when compared to OSC Edge based on its slightly
    superior Management Approach and its superior Performance
    Approach and far superior Past Performance. However,
    Synaptek’s price is 40.1 % higher than the OSC Edge proposed
    price. Although the Synaptek Management Approach was
    determined to be slightly superior in the area of risk
    identification; the OSC Edge Management Approach was
    nonetheless considered Outstanding, offering a well-
    constructed, efficient strategy for performance. The
    Performance Approach of Synaptek was considered
    Outstanding, with multiple strengths; the OSC Edge was
    considered Good, with multiple strengths which offset a
    weakness in the Technology and modernization area. The Past
    Performance of Synaptek was rated Substantial Confidence,
    providing the incumbent reference for which above
    12
    outstanding performance was supported. OSC Edge was rated
    Unknown Confidence (Neutral) in Past Performance, primarily
    based on the lack of similar references by OSC Edge as the
    prime contractor. Despite Synaptek’s proposal being
    technically superior to OSC Edge, it is determined that the non-
    price superiority of the offer submitted by Synaptek does not
    warrant a price premium of 40.1 % (or $17,718,925). The
    Government acknowledges that OSC Edge provides an
    increased risk of performance when compared to Synaptek,
    largely as a result of the Past Performance factor, and that the
    solicitation stated that the non-price proposal is more important
    than the offeror’s price proposal, however, the price premium
    to Synaptek is too significant. OSC Edge received the highest
    rating for the most important factor, a Good rating for the
    second most important factor, and an Unknown/Neutral rating
    for Past Performance indicating that OSC Edge has the ability
    to perform albeit with a moderate risk of performance.
    AR 666.
    The SSA also compared OSC to [          ] and to [    ]     again,
    reaching the conclusion that OSC remained the superior offeror. The SSA
    increased OSC’s level of performance risk to “moderate,” but recommended
    award to OSC. AR 668.
    After the Navy awarded the contract to OSC, Synaptek protested once
    again at GAO. GAO ultimately denied the protest, finding that the Navy
    reasonably determined that OSC would adhere to the subcontracting
    limitation and that the Navy’s best value tradeoff was reasonable.
    Synaptek filed its complaint in this court on November 9, 2018.
    DISCUSSION
    Synaptek advances three arguments: that the Navy turned the best
    value determination into an award to the lowest price technically acceptable
    offeror; that the Navy’s evaluation of OSC’s technical proposal was
    unreasonable; and that the Navy’s responsibility determination lacked a
    13
    rational basis and was not documented properly. 2 Our review of the Navy’s
    decision considers whether it was “arbitrary, capricious, an abuse of
    discretion, or otherwise not in accordance with law. . . .” 5 U.S.C. § 706
    (2018); 28 U.S.C. §1491(b)(4) (2018).
    The present solicitation sought the best value for the government from
    among the eligible proposals. “‘Best value’ means the expected outcome of
    an acquisition that, in the Government’s estimation, provides the greatest
    overall benefit in response to the requirement.” FAR 2.101. The government
    may use a best value tradeoff analysis “when it may be in the best interest of
    the Government to consider award to other than the lowest priced offeror or
    other than the highest technically rated offeror.” FAR 15.101-1(a). When
    making the best value determination, the SSA must use her “independent
    judgment” to decide “based on a comparative assessment of proposals
    against all source selection criteria in the solicitation.” FAR 15.308. The SSA
    must document her decision, including “the rationale for any business
    judgments and tradeoffs made or relied on by the SSA, including benefits
    associated with additional costs. Although the rationale for the selection
    decision must be documented, that documentation need not quantify the
    tradeoffs that led to the decision.” 
    Id. A plaintiff
    seeking to disturb the SSA’s best value determination bears
    a significant burden, because the SSA has a high degree of discretion in
    determining which proposal offers the best value to the government. Galen
    Med. Assocs., Inc. v. United States, 
    369 F.3d 1324
    , 1330 (Fed. Cir. 2004);
    E.W. Bliss Co. v. United States, 
    77 F.3d 445
    , 449 (Fed. Cir. 1996).
    I.    The SSA’s Price Analysis and Best Value Determination
    Before turning to the SSA’s best value determination, we note that the
    common thread running through Synaptek’s arguments is that OSC’s price
    2
    Synaptek’s argument on its motion for judgment on the administrative
    record omitted certain arguments raised in its complaint: (1) the Navy
    unreasonably rated OSC’s price proposal because OSC’s price proposal is
    unrealistically low; (2) the Navy unreasonably determined that OSC is able
    to comply with the limitation on subcontracting rule; (3) the Navy
    unreasonably failed to conduct corrective action; and (4) GAO’s summary
    dismissal prejudiced Synaptek. As if still advanced, we have considered
    those arguments, and we find that none of these arguments warrant granting
    Synaptek’s motion.
    14
    proposal is too low to realistically guarantee that the Navy will reap the
    benefits promised in OSC’s proposal. Synaptek does not contend that the
    price analysis itself violated the FAR but rather that it was irrational to
    believe OSC’s price is reasonable. The SSA here was required to review the
    prices for reasonableness, not realism, and we must be careful not to conflate
    the standards. See AR 24. The SSA considered the reasonableness of OSC’s
    price in comparison to the other offerors, Synaptek’s price, the prior contract,
    the bridge contract, the IGE, and market data. It is true that OSC’s price was
    lower than each of these data points, but the SSA did not ignore that fact.
    Instead, the SSA explained why she believed OSC’s price was lower than
    each of the comparison prices. Given that the SSA gave logical reasons why
    OSC’s price could be lower than the others and explained why certain data
    points did not provide an accurate comparison, we see no reason to determine
    that her analysis was irrational.
    Turning to the best value analysis, Synaptek argues that the Navy
    prioritized price over the technical factors in its best value tradeoff, violating
    the terms of the solicitation by swapping a best value tradeoff for a lowest
    price technically acceptable analysis. We disagree. The best indicator that the
    SSA performed a best value analysis is the fact that the SSA recommended
    OSC, not [ ], for award. [       ] had the lowest price proposal and was rated
    Acceptable. OSC, on the other hand, was more expensive than [              ], rated
    Good rather than Acceptable, and was technically superior to both [ ] and
    [              ].
    Furthermore, price was a factor, even though it was less important
    than the technical factors. The best value analysis must take price into
    account when it is an evaluation factor and the SSA is required to document
    the “benefits associated with additional costs.” FAR 15.308. Here, the SSA
    properly considered whether Synaptek’s plan warranted $17 million in
    additional costs when compared to a “Good” proposal from an offeror whose
    primary disadvantage was not having operated in the NDU educational
    environment. The SSA’s determination that OSC offered the best value to
    the Navy is an example of the government’s flexibility “to consider award to
    other than the lowest priced offeror,” [ ], “or other than the highest
    technically rated offeror,” Synaptek. FAR 15.101-1(a).
    Synaptek also contends that the SSA’s source selection decision was
    conclusory, drawing comparisons to First Line Transp. Sec., Inc. v. United
    15
    States, 
    100 Fed. Cl. 359
    , 382-84 (2011) and Femme Comp Inc. v. United
    States, 
    83 Fed. Cl. 704
    , 757-770 (2008).
    In First Line, “[o]n a short form attached to the SSEB
    recommendation, the SSA stated that ‘[a]fter consideration of the
    information provided to me by the technical and price evaluation members
    and after accomplishing an independent review and assessment of the
    technical and price consensus reports, I hereby determine that AKAL
    Security is the best value offer solution by utilizing the trade-off 
    method.’” 100 Fed. Cl. at 383
    . Unlike a single form with no explanation, the SSA here
    explained her thought process. Particularly in the post-corrective action
    source selection decision, the SSA’s decision reflects a judgment that at
    points diverges from or corrects the SSEB’s recommendations and that
    compares OSC not only to the technically superior offer but also to the other
    two eligible proposals.
    Moreover, unlike the SSA in Femme Comp Inc. who adopted a flawed
    SSEB technical evaluation and minimized or conflated the difference
    between offerors, here in both the original and the post-corrective action
    source selection decision, the SSA repeatedly acknowledged Synaptek’s
    technical superiority, which ranged from “slightly” to “far more” superior
    than OSC. 
    See 83 Fed. Cl. at 757-770
    . The SSA directly compared the two
    offerors on each technical factor. She weighed the increased risk attributable
    to OSC but found that when the technical superiority of Synaptek was
    coupled with its 40.1% price premium, the Navy was prepared to bear the
    additional moderate risk associated with OSC’s offer that had multiple
    strengths, few weaknesses, and the preferable price. Synaptek believes the
    SSA should have “quantif[ied] the tradeoffs” that led to choosing OSC,
    which is detail that the FAR expressly states the SSA is not required to
    include. FAR 15.308. We agree that the SSA could have made a more
    detailed analysis, but the SSA’s decision is properly documented.
    II.    Technical Proposal
    Regarding the technical proposal, Synaptek makes a variety of
    arguments that OSC was overrated on the first two factors and that the Navy
    ignored risks that it should have considered in OSC’s technical proposal.
    First, Synaptek argues that the Navy did not consider the risk that OSC would
    not be ability to execute its proposal. The SSA did consider OSC’s ability to
    execute its approach, however. See AR 659-62. In the corrective action, the
    16
    SSA reviewed OSC’s proposal for all the weaknesses that Synaptek alleged
    and found that the materials OSC provided indicated that it could perform
    successfully, albeit with some risk. Synaptek’s doubts notwithstanding, the
    SSA considered Synaptek’s allegations.
    Synaptek also argues that OSC’s failure to propose a full-time
    Program Manager should have resulted in an assigned weakness. We
    disagree.
    The solicitation required the contractor to “provide a Program
    Manager (PM) as a primary point of contact who shall provide management,
    direction, administration, quality control, and leadership of the execution of
    any TO.” AR 47. The program manager would “serve as the Government’s
    major point-of-contact,” “provide overall leadership and guidance for all
    contractor personnel,” and be “ultimately responsible for the quality and
    efficiency” of performance. AR 68. Additionally, “[t]he PM shall have
    organizational authority to execute the requirements. The PM shall assign
    tasking to contractor personnel, supervise on-going technical efforts, and
    manage overall task order performance.” AR 68. The solicitation does not
    require a single, permanent program manager for the duration of the contract.
    OSC named a Program Manager, [                       ], AR 260, thus meeting
    the Program Manager requirement. Synaptek seizes on the word “on-going,”
    but OSC does not suggest that its Program Manager will not continually
    supervise technical efforts.
    The SSA considered the fact that OSC may present risk due to
    replacing Mr. [      ] after the transitional period. She also accounted for
    OSC’s proposal of a [                      ] that was not required by the
    solicitation. Synaptek’s disagreement with the SSA’s reasonable assessment
    that OSC’s Program Manager approach will be effective is insufficient to
    demonstrate the decision was arbitrary and capricious or irrational.
    Synaptek also argued that the Navy overrated OSC’s Performance
    Approach. Synaptek does not actually challenge the content of OSC’s
    proposal, however. Instead, it casts aspersions on OSC’s finances, citing
    materials that were not before the Navy at the time of the SSEB’s or the
    SSA’s evaluation and that we decline to consider. Synaptek does not connect
    the dots as to why the Navy should have abandoned the written proposals
    and sought additional information when the solicitation expressly provided
    that the Navy would not hold discussions.
    17
    Synaptek’s related argument that OSC’s Performance Approach is
    overrated because its employees will not have the required certifications is
    without support in the record. OSC’s proposal spelled out its process for
    maintaining certified employees, explained its subcontractors’ roles, and
    warranted that its employees would be properly credentialed. Synaptek may
    disagree, but without more its allegations are insufficient to disturb the
    Navy’s award.
    The last component of Synaptek’s argument that OSC’s Performance
    Approach should not have been rated “Good,” is that the Navy ignored the
    serious risk that OSC will pay its employees at below-market rates. This
    argument is another iteration of Synaptek’s disbelief that an offeror at a price
    point significantly lower than its own could perform the requirements of the
    contract. Synaptek merely presents an alternative way to view the IGE and
    market cost data, which that the SSA viewed differently. But Synaptek does
    not meaningfully challenge the SSA’s explanations for how OSC’s price
    reasonably could differ from the comparison prices.
    OSC made representations in its proposal, on which the SSA was
    entitled to rely, and among those statements was an explanation of how it
    offered competitive employment packages that include more than the base
    salary. In any event, OSC was in the middle of the range of prices for offerors
    overall and slightly lower than the middle of prices from eligible offerors.
    The SSA’s adoption of the Good rating for Performance Approach was not
    unreasonable.
    III.   Responsibility Determination
    Finally, Synaptek argues that the Navy did not properly document its
    responsibility determination and, in any event, could not have determined
    rationally that OSC is a responsible offeror. “The contracting officer’s
    signing of a contract constitutes a determination that the prospective
    contractor is responsible with respect to that contract.” FAR 9.105-2(a)(1)
    (2018). Contracting officers “are ‘generally given wide discretion’ in making
    responsibility determinations and in determining the amount of information
    that is required to make a responsibility determination.” Impresa
    Construzioni Geom. Domenico Garufi v. United States, 
    238 F.3d 1324
    , 1335
    (Fed. Cir. 2001) (quoting John C. Grimberg Co. v. United States, 
    185 F.3d 1297
    , 1303 (Fed. Cir. 1999)). The court will afford the agency’s
    determination of responsibility the presumption of regularity until the
    18
    protestor rebuts the determination with evidence that demonstrates that the
    determination was arbitrary and capricious. 
    Id. The contracting
    officer signed the award of the contract to OSC. AR
    780. Moreover, the contracting officer included a checklist responsibility
    determination in her Contract Review Board Presentation after corrective
    action. AR 628. Synaptek has not demonstrated that the agency ignored
    relevant information that was before it or pointed to information that the
    Navy should have sought out that would have disqualified OSC. We will not
    disturb the Navy’s exercise of discretion in determining OSC a responsible
    offeror.
    CONCLUSION
    In sum, because the Navy properly awarded the contract to OSC, we
    grant defendant’s and intervenor’s motions for judgment on the
    administrative record and deny plaintiff’s motion. The Clerk is directed to
    enter judgment for defendant. No costs.
    s/Eric G. Bruggink
    ERIC G. BRUGGINK
    Senior Judge
    19