Xl Associates, Inc. v. United States ( 2021 )


Menu:
  • Sn the Auited States Court of Federal Clanns
    No. 21-1095
    (Filed Under Seal: August 31, 2021)
    Reissued: September 15, 2021!
    XL ASSOCIATES, INC.,
    Plaintiff,
    Vv.
    THE UNITED STATES,
    Defendant,
    and
    OST, INC.,
    Defendant-Intervenor.
    a ee
    Shomari Brock Wade, Greenberg Traurig, LLP, Washington, DC, for plaintiff.
    Daniel Hoffman, U.S. Department of Justice, Civil Division, Washington, DC, for defendant.
    Craig Alan Holman, Arnold & Porter Kaye Scholer, LLP, Washington, DC, for defendant-
    intervenor.
    OPINION AND ORDER
    SMITH, Senior Judge
    This post-award bid protest is before the Court on the parties’ Cross-Motions for
    Judgment on the Administrative Record. Plaintiff, XL Associates, Inc. (“XLA”), challenges the
    evaluation of offerors and the award decision issued by the United States Department of
    Homeland Security, Federal Emergency Management Agency (“FEMA” or “Agency”) for the
    procurement of National Flood Insurance Program standard operations support services under
    Solicitation No. 7OFA6020R00000004 (“Solicitation”). Administrative Record 80 [hereinafter
    AR]. For the reasons set forth below, the Court denies plaintiffs Motion for Judgment on the
    Administrative Record and grants defendant’s and defendant-intervenor’s Cross-Motions for
    Judgment on the Administrative Record.
    ! An unredacted version of this opinion was issued under seal on August 31, 2021. The
    parties were given an opportunity to propose redactions, but no such proposals were made.
    I. Background
    A. The Solicitation
    On July 8, 2020, FEMA issued its original Solicitation for the procurement of standard
    insurance operations support for the National Flood Insurance Program (“NFIP”), administered
    through FEMA’s Federal Insurance Division. AR 80. The Agency expects the awardee to
    provide insurance subject-matter expertise as well as standard business operations such as project
    management, underwriting support, claims support, flood disaster response support,
    correspondence support, field office support, publication and document assistance, and program
    support. AR 88. The Solicitation states that the basis of award will be best value, with a two-
    phase evaluation based on the following four factors listed in descending order of importance:
    Phase I: Factor 1 (Demonstrated Relevant Prior Experience ); and Phase II: Factor 2 (Oral
    Presentation), Factor 3 (Price), and Factor 4 (Past Performance). AR 147-49.
    Phase I, Factor 1 (Relevant Prior Experience) requires offerors to submit written
    submissions demonstrating “experience supporting the requirements complexity identified in the
    Standard Operations Statement of Work (SOW).” AR 141. In their submission, offerors must
    address three subfactors within Factor 1: (1) experience directly supporting the NFIP; (2)
    experience directly supporting the processing of flood insurance claims; and (3) experience
    implementing change management efforts. AR 139; see also AR 141. Submissions are
    evaluated under Factor | “holistically” across these three subfactors and offerors are assigned a
    rating based on the Agency’s “confidence in the [o]fferor’s ability to successfully perform the
    work.” AR 149; see also AR25. These ratings are: “High Confidence”; “Some Confidence’;
    and “Low Confidence.” AR 25. As part of Phase I, Factor I, offerors are required to also submit
    written Letters of Commitment (“LOC”) for any “major subcontractor” that is relied upon to
    meet evaluation criteria. AR 139.
    Upon evaluating offerors’ submissions under Factor 1, the Agency advises offerors with
    the highest ratings for Factor 1 to proceed to Phase I]. AR 141. In Phase II submissions,
    offerors address the following factors: Factor 2 (Oral Presentation); Factor 3 (Price); and Factor
    4 (Past Performance). AR 149. Factor 2 (Oral Presentation) is evaluated “holistically” across
    multiple subfactors and offerors are assigned ratings of: “High Confidence”; “Some
    Confidence”; or “Low Confidence.” AR 149; see also AR 26—27; 142-43. For Factor 3 (Price),
    offerors complete an attached price template with labor rates. AR 140, 147; see also AR 150-
    54. The Solicitation states that each offeror’s “total evaluated price will be derived from the
    price of the base period plus options periods.” AR 147. Under Factor 4 (Past Performance), the
    Agency evaluates offerors for relevant past performance and assigns confidence ratings in the
    same manner as Factors 1 and 2. AR 148; see also AR 28. However, the Agency’s evaluation of
    Factor 4 (Past Performance), unlike Factor 1 (Relevant Prior Experience), will not evaluate an
    offeror “favorably or unfavorably if it lacks relevant past performance.” AR 148; see also AR
    28.
    The Solicitation requires FEMA to use the trade-off evaluation process to evaluate each
    proposal in accordance with the evaluation criteria. AR 149. Under these terms, FEMA makes
    the appropriate “trade-off decisions” between the merits of each offeror’s proposal to award a
    “single contract to the responsible Offeror whose proposal represents the best value.” AR 147.
    B. Evaluation
    The evaluation process involves a two-tiered approach consisting of a Source Selection
    Evaluation Board (“SSEB”) and the Source Selection Authority (“SSA”). AR 7. The SSEB
    comprehensively evaluates each proposal in accordance with the Source Selection Plan and the
    evaluation factors contained in the Solicitation and documents its findings in a Technical
    Evaluation Consensus Report. AR 9, 1274. The SSEB comprises three Source Selection
    Evaluation Teams: (1) a Technical Evaluation Team to evaluate Factor 1 and Factor 2, (2) a Past
    Performance Evaluation Team to evaluate Factor 4, and (3) a Price Evaluation Team to evaluate
    Factor 3. AR 16. The SSA makes the final source selection decision considering the evaluation
    in the Technical Evaluation Consensus Report and issues the Source Selection Decision
    Document (“SSDD”). AR 7, 1326.
    On September 29, 2020, the Agency completed its evaluation of all proposals. AR 532.
    After the Agency initiated corrective action, as detailed below, the Agency performed a
    reevaluation of the offerors’ proposals. AR 994. On March 2, 2021, the SSEB issued the
    Technical Evaluation Consensus Report and on March 3, 2021, the SSA issued the SSDD. AR
    1274, 1329. The final evaluation ratings for OST and XLA are as follows:
    Offeror | Factor 1 Demonstrated | Factor 2 Oral Factor 3 Price Factor 4 Past
    Prior Experience Presentation Performance
    OST High Confidence Some Confidence | $61,789,951.08 | Some Confidence
    XLA Some Confidence High Confidence | $72,258,970.60 | High Confidence
    AR 1658. Asaresult of the corrective action, OST’s Factor | rating changed from “Some
    Confidence” to “High Confidence.” AR 1340. XLA’s Factor 4 rating changed from “Some
    Confidence” to “High Confidence.” AR 1340. Following the relative order of importance of
    each factor under the Solicitation, as well as the results of the Technical Evaluation Consensus
    Report, the SSA found OST’s proposal represented the best value. AR 1341. Though plaintiff
    was rated higher in Factor 2 and Factor 4, “[b]ased upon the relative order of importance of the
    factors specified in the [S]olicitation, OST’s superior technical merit for Factor 1 [was]
    considered more important than XLA’s superior technical merit assigned for Factor 2.” AR
    1340. The SSA agreed with the SSEB that both offeror’s prices were “fair and reasonable” but
    the “$10,469,019 price premium that would be incurred to award to XLA [was] considered
    significant and not warranted or consistent with the terms of the solicitation.” AR 1338, 1340.
    On March 5, 2021, FEMA notified plaintiff that it was not selected for award. AR 1342.
    On March 11, 2021, FEMA provided a written debriefing to plaintiff. AR 1658.
    C. Procedural History
    On September 29, 2020, FEMA awarded the contract to plaintiff for a total contract value
    of $60,091,536.66. AR 532. On October 14,2020, OST, the incumbent contractor, protested the
    = He
    award before the Government Accountability Office (“GAO”). AR575. On November 30,
    2020, FEMA informed plaintiff that the GAO action had been dismissed, contingent on the
    Agency’s corrective action. AR 994-95. On February 9, 2021, FEMA issued an amended
    Request For Proposals (“RFP”), revising the following: (1) Factor 2 (Oral Presentation) and (2)
    the pricing template. AR 1029-30. On February 12,2021, FEMA issued another amendment to
    the RFP, once again revising the Scheduled Pricing Sheet. AR 1202. Plaintiff timely updated its
    proposal in response to both amendments. AR 1544. On February 22, 2021, FEMA terminated
    plaintiff’ s contract for the government’s convenience. AR 1215-17. As aresult, FEMA
    reevaluated the proposals. See AR 1274.
    On March 22, 2021, plaintiff filed its Complaint with this Court, seeking declaratory and
    injunctive relief. See Complaint, ECF No. 1. On April 23, 2021, plaintiff filed its Motion for
    Judgment on the Administrative Record. See Plaintiff's Motion for Judgment on the
    Administrative Record, ECF No. 26 [hereinafter Pl.’s MJAR]. On May 14, 2021, defendant and
    defendant-intervenor filed their Cross-Motions for Judgment on the Administrative Record as
    well as their Responses to plaintiff's Motion for Judgment on the Administrative Record. See
    Defendant’s Opposition to Plaintiffs Motion for Judgment on the Administrative Record and
    Cross-Motion for Judgment on the Administrative Record, ECF No. 27 [hereinafter Def.’s
    CMJAR]; Defendant-Intervenor’s Cross-Motion for Judgment on the Administrative Record and
    Response to Plaintiff’s Motion for Judgment on the Administrative Record, ECF No. 29
    [hereinafter Def.-Int.’s CMJAR]. On May 24, 2021, plaintiff filed its Reply in Support of its
    Motion for Judgment on the Administrative Record and Response to the Cross-Motions for
    Judgment on the Administrative Record. See Plaintiff's Reply and Response to Cross-Motions
    for Judgment on the Administrative Record, ECF No. 30 [hereinafter Pl.’s Reply]. On June 2,
    2021, defendant and defendant-intervenor filed their Replies in Support of their Cross-Motions
    for Judgment on the Administrative Record. See Defendant’s Reply in Support of its Cross-
    Motion for Judgment on the Administrative Record, ECF No. 32; Defendant-Intervenor’s Reply
    in Support of its Cross-Motion for Judgment on the Administrative Record, ECF No. 31. The
    Court held oral argument on July 7, 2021. The parties’ Motions are fully briefed and ripe for
    review.
    II. Standard of Review
    This Court’s jurisdictional grant is found primarily in the Tucker Act, which affords this
    Court with jurisdiction over bid protest actions. 
    28 U.S.C. § 1491
    (b). This Court evaluates bid
    protests under the Administrative Procedure Act’s (“APA”) standard of review for agency
    actions. See 
    28 U.S.C. § 1491
    (b)(4); Bannum, Inc. v. United States, 
    404 F.3d 1346
    , 1351 (Fed.
    Cir. 2005) (citing Impresa Construzioni Geom. Domenico Garufi v. United States ,
    238 F.3d 1324
    , 1332 (Fed. Cir. 2001)). Under APA standards, agency procurement actions may be set
    aside if they are “arbitrary, capricious, an abuse of discretion, or otherwise not in accordance
    with the law.” 
    5 U.S.C. § 706
    (2)(A).
    Under Rule 52.1 of the Rules of the Court of Federal Claims (“RCFC”), a party may file
    a motion for judgment on the administrative record for the court to assess whether an
    administrative body, given all disputed and undisputed facts in the record, acted in compliance
    with the legal standards governing the decision under review. See Supreme Foodservice GmbH
    -4-
    v. United States, 
    109 Fed. Cl. 369
    , 382 (2013) (citing Fort Carson Supp. Servs. v. United States,
    
    71 Fed. Cl. 571
    , 585 (2006)). On a motion for judgment on the administrative record, the parties
    are limited to the Administrative Record, and the court makes findings of fact as if it were
    conducting a trial on a paper record. RCFC 52.1; Bannum, 
    404 F.3d at 1354
    . Looking to the
    Administrative Record, the court must determine whether a party has met its burden of proof
    based on the evidence in the record. Bannum, 
    404 F.3d at 1355
    .
    When a protestor claims that an agency’s decision violates a statute, regulation, or
    procedure, the protestor must show that the alleged violation was “clear and prejudicial.”
    Impresa, 
    238 F.3d at 1333
    . The Court will “interfere with the government procurement process
    ‘only in extremely limited circumstances.’” EP Prods., Inc. v. United States, 
    63 Fed. Cl. 220
    ,
    223 (2005) (quoting CACTI, Inc.-Fed. v. United States, 
    870 F.2d 644
    , 648 (Fed. Cir. 1989)). “If
    the court finds a reasonable basis for [an] 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). The court cannot substitute its judgment for that of
    an agency, even if reasonable minds could reach differing conclusions. Bowman Transp., Inc. v.
    Ark.-Best Freight Sys., Inc.,
    419 U.S. 281
    , 285-86 (1974).
    III. Discussion
    Plaintiff challenges the Agency’s award to OST, Inc. (“OST” or “awardee’”), arguing that
    the Agency made the following errors: (1) FEMA relied on unstated criteria in its evaluation; (2)
    FEMA arbitrarily assigned weaknesses to plaintiff’ s proposal while not giving credit for
    strengths; and (3) FEMA conducted flawed best value and price determinations? See generally
    Pl.’s MJAR, ECF No. 26. Defendant and defendant-intervenor respond with the following: (1)
    plaintiff cannot demonstrate prejudice and does not have standing to bring this protest; (2)
    plaintiff’ s arguments are untimely because they contest the terms of the Solicitation?; and (3)
    FEMA propertly exercised its discretion in accordance with the Solicitation and provided a
    2 Plaintiff also presented a conflict-of-interest claim that was subsequently withdrawn. See
    Plaintiff’s Reply and Resp. to Cross-Motions for Judgment on the Administrative Record, ECF
    No. 30. Therefore, the Court does not address that claim in this Opinion.
    3 Both defendant and defendant-intervenor argue that much of plaintiff's protest is
    untimely under Blue & Gold Fleet, LP. v. United States, 
    492 F.3d 1308
     (Fed. Cir. 2007). See,
    e.g., Defendant’s Opposition to Plaintiff’ s Motion for Judgment on the Administrative Record
    and Cross-Motion for Judgment on the Administrative Record at 15—17,21, ECF No. 27;
    Defendant-Intervenor’s Cross-Motion for Judgment on the Administrative Record and Response
    to Plaintiff’ s Motion for Judgment on the Administrative Record at 2, 16, ECF No. 29.
    However, plaintiff does not allege any ambiguity or patent error in the Solicitation’s terms. See
    Plaintiff’s Reply and Response to Cross-Motions for Judgment on the Administrative Record at
    6, ECF No. 30. As such, the waiver rule of Blue & Gold is inapplicable here.
    _5-
    procurement decision with an adequate rational basis. See generally Def.’s CMJAR, ECF No.
    27; Def.-Int.’s CMJAR, ECF 29.
    D. Unstated Evaluation Criteria
    “Tt is hornbook law that agencies must evaluate proposals and make awards based on the
    criteria stated in the solicitation.” NEQ, LLC vy. United States, 
    88 Fed. Cl. 38
    , 47 (2009) (citing
    Banknote Corp. of Am. v. United States, 
    56 Fed. Cl. 377
    , 386 (2003), affd, 
    365 F.3d 1345
     (Fed.
    Cir. 2004)). As such, “[agencies] may not rely upon undisclosed evaluation criteria in evaluating
    proposals.” /d. at 48 (citations omitted). However, “a solicitation need not identify each element
    to be considered by the agency during the course of the evaluation where such element is
    intrinsic to the stated factors.” /d. (citations omitted); see also Constellation W., Inc. v. United
    States, 
    125 Fed. Cl. 505
    , 536 (2015). “[T]o prevail on an argument that an agency used an
    unstated evaluation criterion, a protester must show that: (1) ‘the procuring agency useda
    significantly different basis in evaluating the proposals than was disclosed; and (ii) the protester
    was prejudiced as aresult[.]’” NEQ, 56 Fed. Cl. at 48 (citation omitted).
    1. Simultaneity
    Plaintiff argues that FEMA applied unstated evaluation criteria under Factor | (Relevant
    Prior Experience). Specifically, plaintiff alleges that the Agency required offerors to “describe
    their experience managing day -to-day operations and disaster support operations
    simultaneously.” P\.’s MJAR at 14 (emphasis in original). As “XLA was not clear in describing
    their experience with managing day to day operations and disaster operations simultaneously,”
    the Agency assigned XLA a significant weakness under Factor 1, Subfactor 1 (Experience
    Supporting NFIP). AR 1289. In response, defendant and defendant-intervenor state that the
    “simultaneity” evaluation criterion is both an explicit and intrinsic requirement of the Solicitation
    that was within the Agency’s reasonable discretion to apply, and that the “simultaneity”
    requirement was expressly disclosed to plaintiff as part of corrective action. See Def.’s CMJAR
    at 18; Def.-Int.’s CMJAR at 17.
    The Court does not believe FEMA applied an unstated evaluation criterion of
    simultaneity. The “simultaneous” requirement alleged by plaintiff comports with the terms of
    the Solicitation. The Solicitation instructs offerors that Factor 1 (Relevant Prior Experience) will
    be evaluated by determining how the offerors’ prior experience “aligns with the requirements of
    the [Statement of Work (“SOW”)].” AR 141. The SOW asks for the parallel performance of
    both day-to-day operations and disaster support operations, where the awardee should be able to
    support FEMA “potentially around the clock during disaster events,” provide “procedures to
    maintain support during an emergency, including natural disasters and acts of terrorism,” and
    “continue [standard operations] to the maximum extent possible under emergency
    circumstances.” AR 160-62. Taken together, the Solicitation and the SOW require the Agency
    to evaluate an offeror’s ability to simultaneously manage day-to-day operations and disaster
    support operations. As such, the Agency did not use a significantly different basis in evaluating
    the proposals than was disclosed. Therefore, the Court finds the Agency’s evaluation consistent
    with the terms of the Solicitation.
    2. Letter of Commitment
    Plaintiff also argues that the Agency applied unstated criteria by requiring XLA to
    provide a Letter of Commitment (“LOC”) for its subcontractor, BAC Adjusting (“BAC”). Pl.’s
    MJAR at 17. Plaintiff argues that “the Solicitation only requires a LOC for major
    subcontractors” and plaintiff “explained repeatedly in its revised proposal that BAC is ‘a non-
    major subcontractor.’” /d. (emphasis in original). Without a LOC for BAC, FEMA’s evaluation
    did not include BAC’s experience as part of plaintiffs proposal, resulting in a weakness under
    Factor 1, Subfactor 2 (Experience Supporting the Processing of Flood Insurance Claims). AR
    1297. Defendant and defendant-intervenor argue that the Agency did not deviate from the
    Solicitation by disregarding BAC’s experience under Factor 1 and that plaintiff's argument
    amounts to mere disagreement with the Agency’s interpretation of a “major subcontractor.” See
    Def.’s CMJAR at 19; Def.-Int.’s CMJAR at 20.
    The Court finds that FEMA acted within the terms of the Solicitation when it disregarded
    the experience of XLA’s subcontractor, BAC. The Solicitation requires a written LOC for each
    “major subcontractor[]” as part of an offeror’s demonstration of relevant prior experience under
    Factor 1. AR 139. Despite plaintiffs categorization of its subcontractor as a “non-major
    subcontractor,’ AR 1076, FEMA determined that BAC was a major subcontractor because of its
    involvement in supporting “day-to-day routine flood insurance claim and appeal activities.” See
    AR 1076; AR 1297. Specifically, the Agency noted that “[BAC’ s] activities include requesting
    claim file/supporting documentation, conducting on-site/desktop reviews, researching issues,
    drafting decision memos following the [issue-rule-analysis-conclusion] format, supporting post-
    decisions communications, supporting adjustments or corrective actions, and monitoring and
    reporting active appeals/file suit.” AR 1297. The Solicitation does not provide an explicit
    definition of what FEMA considers a “major subcontractor.” See Pl.’s MJAR at 17; see
    generally, AR 80-149 (Solicitation). With respect to requiring a LOC for plaintiff’ s
    subcontractor, the Court cannot say that the Agency used a “significantly different basis” in its
    evaluation of major subcontractors that is inconsistent with the terms of the Solicitation. NEQ,
    56 Fed. Cl. at 48 (citation omitted); see also USFalcon Inc. v. United States,
    92 Fed. Cl. 436
    , 461
    (2010) (‘With no definition .. . to constrain the [Agency] and provide an objective standard for
    reviewing [its] decision, the Court cannot say that this determination is irrational.”).
    Accordingly, the Court finds the Agency’s determination consistent with the terms of the
    Solicitation.
    3. Experience Requirement
    Plaintiff further argues that FEMA’s evaluation contravenes the terms of the Solicitation
    in assigning its proposal a weakness under Factor 1 (Relevant Prior Experience). Pl.’s MJAR at
    18. As argued above, plaintiff disagrees with the Agency’s decision to disregard BAC’s
    experience because plaintiff did not submit a letter of commitment. As a result, the Agency
    assigned a weakness under Factor 1. Plaintiff bases its argument on the Solicitation’s terms
    regarding Factor 4 (Past Performance), which states that an “[o]fferor will not be evaluated
    favorably or unfavorably if it lacks relevant past performance.” AR 148. In response, defendant
    and defendant-intervenor argue that plaintiff “conflates experience and past performance . . . to
    suggest that the Agency cannot downgrade experience” under Factor 1. See Def.-Int.’s CMJAR
    at 22; see also Def.’s CMJAR at 18.
    The Courtis unconvinced by plaintiff's arguments. Here, FEMA’s evaluation of
    plaintiffs proposal is consistent with the terms of the Solicitation. The Solicitation clearly states
    that the evaluation of Factor 1 is separate from Factor 4. AR 148; cf. AR 141. Moreover, this
    distinction is clear because the Solicitation defines Factor 1 (Relevant Prior Experience) and
    Factor 4 (Past Performance). AR 141, 148. Under Factor 1, offerors detail their experience
    addressing three components: (1) experience directly supporting the NFIP; (2) experience
    supporting the review, process, appeals of flood insurance claims; and (3) experience leading and
    implementing change management efforts. AR 141. In comparison, under Factor 4, offerors are
    evaluated on (1) quality of service provided, (2) cost control, (3) timeliness, (4) management,
    and (5) customer service. AR 148. Accordingly, the Agency treated these Factors as distinct
    and separate from one another in its evaluation. For Factor 1, the Agency evaluated plaintiff and
    assigned a weakness because plaintiff did not provide a LOC for its subcontractor in order for the
    Agency to include the subcontractor’s experience as part of plaintiffs proposal. AR 1297. For
    Factor 4, the Agency did not assign plaintiff’s proposal a weakness for lacking relevant past
    performance. Indeed, plaintiff received the highest rating under Factor 4, a rating of “High
    Confidence” from the Agency. AR 1324. Therefore, FEMA performed its evaluation in
    accordance with the terms of the Solicitation.
    E. Arbitrary Evaluation and Rating
    Plaintiff argues that FEMA made several errors in its evaluation. Specifically, plaintiff
    argues that the Agency acted arbitrarily in its evaluation of Factor 1: (1) when it found no ‘risks’
    or ‘deficiencies’ but still found flaws that ‘increase[d]’ the risk of unsuccessful contract
    performance”; (2) when it assigned strengths under Factor 2 for areas in which it founda
    weakness under Factor 1; and (3) when it provided no more than “a recitation of the definition of
    ‘Some Confidence’” as its rationale for its Factor 1 evaluation. Pl.’s MJAR at 18—20. In
    response, defendant and defendant-intervenor argue that the Agency provided “reasoned,
    documented explanations for the challenged ratings” and that the Court should not “second
    guess” the Agency’s discretionary determinations. See Def.-Int.’s CMJAR at 24; see also Def.’s
    CMJAR at 20.
    It is well-established that agencies “are entitled to exercise discretion upon a broad range
    of issues confronting them in the procurement process.” Impresa Construzioni Geom. Domenico
    Garufi v. United States, 
    238 F.3d 1324
    , 1332 (Fed. Cir. 2001). Therefore, procurement decisions
    “invoke[] ‘highly deferential’ rational basis review.” CHE Consulting, Inc. v. United States, 
    552 F.3d 1351
    , 1354 (Fed. Cir. 2008). Under that standard, the test is “whether the contracting
    agency provided a coherent and reasonable explanation of its exercise of discretion.” Tech Sys.,
    Inc. v. United States, 
    98 Fed. Cl. 228
    , 243 (2011) (citations omitted). “This entails determining
    whether the agency entirely failed to consider an important aspect of the problem, offered an
    explanation for its decision that runs counter to the evidence before the agency, or made a
    decision that was so implausible that it could not be ascribed to a dif ference in view or the
    product of agency expertise.” Jd. (citing Ala. Aircraft Indus., Inc.-Birmingham y. United States,
    
    586 F.3d 1372
    , 1375 (Fed. Cir. 2009)). Ultimately, plaintiff“bears a heavy burden of showing
    that the award decision had no rational basis.” /d. (citing Domenico Garufi, 
    238 F.3d at 1333
    ).
    The Court finds that the Agency provided a rational basis for its evaluation and ratings
    and that plaintiff’s arguments amount to mere disagreement with the conclusions drawn by the
    Agency in evaluating plaintiff's proposal. But itis not within this Court’s power to “substitute
    its judgment for that of the [A]gency.” Bowman Transp., Inc. v. Arkansas-Best Freight Sys.,
    Inc., 
    419 U.S. 281
    , 285 (1974) (citation omitted). Here, FEMA has provided a robust and
    thorough explanation for its evaluation of plaintiff under Factor 1 (Relevant Prior Experience).
    AR 1292-98 (Final Evaluation); see also AR 1286-92 (Initial Evaluation); AR 1326-42
    (SSDD). In the Technical Evaluation Consensus Report, the SSEB provided rationale for each
    of plaintiff’s strengths and weaknesses in the context of Factor 1 and each subfactor. See AR
    1292-98. Specifically, the SSEB examined the five projects presented by plaintiff and evaluated
    the relevancy of plaintiffs prior experience to the requirements of the Solicitation. See AR
    1292-98. For example, Project 1 was considered relevant because it was “similar in scope to
    some tasks in the SOW such as supporting the claims task” and was “similar in complexity to the
    claims operation support (ex. providing accurate data for claims information and collection of
    claims information).” AR 1293. However, Project 3 was not considered relevant, and therefore
    was not considered, because “[a]lthough it relates to graphic visual data support, which is similar
    i{n] scope to tasks of supporting creating documents under SOW Part A: NFIP Program Support,
    it [did] not have similar complexity to any [section] of the SOW.” AR 1293.
    The SSEB further evaluated plaintiffs prior experience under each subfactor of Factor 1
    and described the specific strengths and weaknesses of plaintiff’ s proposal in meeting the SOW
    requirements and NFIP goals. See AR 1292—98. For example, when considering NFIP Goal 1
    under subfactor 1, the SSEB assigned a significant weakness because “XLA was not clear in
    describing their experience with managing day to day operations and disaster operations
    simultaneously” and that “XLA may not be able to support SOW Part A Standard Operations
    and B Disaster Support during disaster season.” AR 1296. When considering subfactor 3, the
    SSEB assigned a significant strength because plaintiff “demonstrated relevant prior experience
    with their work on a nearly $1B contract involving change management for the Center of
    Medicare and Medicaid Services (CMS),” which indicated a “significant strength due to the
    complexity of the work and size of the project.” AR 1297.
    In the Source Selection Decision Document, the SSA provided a similar assessment of
    plaintiff’ s strengths and weakness for Factor | in terms of matching its prior experience against
    program goals. See AR 1333-34. In particular, the SSA noted that plaintiff received strengths
    for demonstrated prior experience by:
    1) providing NFIP Subject Matter Experts with strong operational and
    implementation skills that were flexible within the NFIP’s emerging processes
    and complex requirements (NFIP Goal #1),
    2) supporting the NFIP with updating 100+ internal NFIP businesses process maps
    and SOPs (NFIP Goal #2),
    3) leveraging FEMA ESW in developing an enterprise FIMA SharePoint solution to
    improve and support workflow and tracking performance to eliminate bottlenecks
    (NFIP Goal #3),
    4) establishing relationships with stakeholders in FEMA Regional offices, FID
    Divisions, Adjusting Firms, WYOs, states, local communities, and the NFIP
    Direct. (NFIP Goal #4), and
    5) working closely with the Office of Integration to support development, analysis,
    and compiling components for the reauthorization packet (NFIP Goal #5)
    AR 1333. The SSA also considered that plaintiff had a significant weakness because “XLA was
    not clear in describing their experience with managing day to day operations and disaster
    operations simultaneously.” The SSA further noted that “XLA was provided an
    opportunity to revise their submission during Discussions. However, XLA provided a
    response under a non-relevant project that was not [a] direct support of the NFIP as required
    by the solicitation, and consideration was not given for the project.” AR 1333. The SSEB’s and
    SSA’s explanations in the Technical Evaluation Consensus Report and Source Selection
    Decision Document show that the Agency documented in detail its rationale and decision to
    assign plaintiff its strengths and weaknesses. See AR 1333-34; AR 1292-98.
    Further, the Agency’s differing evaluations of Factor 1 (Prior Experience) and Factor 2
    (Oral Presentation) remain consistent with the Solicitation as the factors are separate and distinct,
    each with different evaluation criteria. See AR 141-42. The Factor 1 evaluation focuses on an
    offeror’s prior experience in supporting the requirements identified in the Statement of Work,
    while much of the Factor 2 evaluation focuses on how an offeror intends to support the
    requirements if awarded. See AR 141-42. Plaintiff argues that the Factor 1 and 2 evaluations
    should be consistent with each other because the Solicitation states that “[f]or Factors 1 and 2,
    the Government will holistically evaluate its confidence in the Offeror’s ability to perform the
    work and make trade-off decisions.” AR 149. However, in the context of the rest of the
    Solicitation, it is clear the Agency holistically evaluates Factor | across its respective subfactors,
    and Factor 2 across its own respective subfactors, rather than consider Factors 1 and 2 in
    combination. See AR 141-42. Thus, the Court finds nothing in the Administrative Record
    which would support finding the Agency’s conclusions as arbitrary or capricious, an abuse of
    discretion or otherwise not in accordance with the law.
    F. Price Evaluations
    Plaintiff contends that FEMA violated Federal Acquisition Regulation (“FAR”) 15.404-
    1(b)(2) Gi) and FAR 15.505-1(b)(2)(v) in relying on Independent Government Cost Estimate
    (“IGCE”) Labor Category rates for its price evaluation because the rates were established based
    on the historical cost of a predecessor contract that included several other services not in the
    scope of the current procurement. See Pl.’s MJAR at 24; AR 1347. Plaintiff further alleges
    FEMA ignored the variance in OST’s proposed pricing in comparison to the IGCE rates, which
    should have put the Agency on “notice that the IGCE was nota valid basis for comparison.” See
    Pl.’s MJAR at 24-26. In response, defendant and defendant-intervenor argue that the Agency
    was only required to perform a “fair and reasonable” price analysis, which was satisfied through
    adequate price competition. See Def.’s CMJAR at 22; Def.-Int.’s CMJAR at 34.
    -10-
    The Agency established a fair and reasonable price for the contract award through
    adequate price competition. The Agency can use “various price analysis techniques and
    procedures to ensure a fair and reasonable price,” including “[c]omparison of proposed prices
    received in response to the [S]olicitation.” Federal Acquisition Regulation 15.404-1(b)(2)(i)
    [hereinafter FAR]. As the Solicitation did not require the Agency to conducta price realism
    analysis, AR 138-149, “adequate price competition establishes a fair and reasonable price.”
    FAR 15.404-1(b)(2)@). A price is based on adequate price competition when:
    (A) Two or more responsible offerors, competing independently, submit priced offers
    that satisfy the Government’s expressed requirement;
    (B) Award will be made to the offeror whose proposal represents the best value where
    price is a substantial factor in source selection; and
    (C) There is no finding that the price of the otherwise successful offeror is
    unreasonable.
    FAR 15.403-1(c)(1)G). Here, those requirements were met where both plaintiff and OST
    submitted independent offers to be evaluated for “best value,” and there was no finding that
    either offeror’s price was unreasonable. While plaintiff alleges that the Agency’s use of IGCE
    rates was flawed, FEMA can do so to ensure a fair and reasonable price. See FAR 15.404-
    1(b)(2)(v); FAR 15.505-1(b)(3) (stating that other price analysis techniques, including IGCE
    rates, may be used if competitive proposed prices or previous contract prices are insufficient to
    determine if a price is fair and reasonable). Moreover, the IGCE rates used by the Agency were
    not just based off a historical contract, but also incorporated GSA’s Contract Awarded Labor
    Category Tool and IGCE Labor Category details from the Bureau of Labor Statistics. AR 1347.
    As such, the Court finds the Agency’s price evaluation consistent with the FAR and find
    plaintiff’ s concerns regarding the Agency’s use of IGCE rates unpersuasive.
    G. Best Value Evaluation
    Plaintiff contends that FEMA departed from the terms of the Solicitation when the
    Agency “favored the lowest price over the superior solution, failed to consider XLA’s past
    performance evaluation and superior technical evaluation overall, and considered XLA’s
    technical and past performance factors independently” rather than “evaluat[ing] Factors 1 and 2
    ‘holistically.’” Pl.’s MJAR at 29, 31-32. Defendant and defendant-intervenor argue that
    plaintiff simply disagrees with the Agency’s evaluation results and that the Agency complied
    with the terms of the Solicitation and properly documented its decision. See Def.’s MJAR at 28;
    Def.-Int.’s CMJAR at 29.
    Agencies have “substantial discretion to determine which proposal represents the best
    value for the government.” E.W. Bliss Co. v. United States, 
    77 F.3d 445
    , 449 (Fed. Cir. 1996).
    Compared to other types of awards, the Court “accords contracting officers an even greater
    degree of discretion when the award is determined based on the best value to the agency.” Glenn
    Defense Marine (ASIA), PTE Ltd. v. United States, 
    720 F.3d 901
    , 908 (Fed. Cir. 2013). In
    reviewing an agency’s best value choice of proposal, the Court defers to the agency’s decision as
    -ll-
    long as the decision is reasonable, “even if the [Court] itself might have chosen a different
    proposal.” Widnall v. B3H Corp., 
    75 F.3d 1577
    , 1580 (Fed. Cir. 1996).
    Under a comprehensive review of the record, the Court finds FEMA’s award to be
    reasonable. Much of plaintiffs argument challenges the lack of a cost-realism analysis where
    FEMA failed to find OST’s proposed rates unreasonably low. See Pl.’s MJAR at 23-27.
    However, plaintiff has not demonstrated that a cost-realism analysis is required under the terms
    of this Solicitation for a best-value contract. See AR 138-149. While it is true that FEMA did
    not perform a cost-realism analysis, the Agency satisfied the Solicitation requirements through
    other methods, such as an IGCE comparison and adequate price competition. See AR 1344-49.
    Although plaintiff asserts that FEMA’s best-value analysis is flawed, its arguments amount to
    mere disagreement with the Agency’s judgment.
    Further, the Administrative Record provides FEMA’s explanation for its selection choice
    and demonstrates that the Agency made a rational decision regarding its best-value determination
    that comports with the terms of the Solicitation. See AR 1326-41; AR 1344-49. Following the
    relative order of importance of each factor, the SSA found OST’s proposal represented the best
    value. AR 1341. Although FEMA rated plaintiff higher in Factor 2 and Factor 4, the SSA
    considered OST’s rating in Factor 1 more important than plaintiff’ s rating in Factor 2 in
    accordance with the Solicitation. See AR 1340. While the SSA agreed that both offerors’ prices
    were fair and reasonable, it found plaintiff’ s price premium over OST’s proposal significant and
    not warranted given the order of importance of the evaluation factors under the Solicitation. See
    AR 1338, 1340. Additionally, and as described above, the Agency holistically evaluated Factor
    1 across its respective subfactors, and Factor 2 across its own respective subfactors, rather than
    considering Factors 1 and 2 in combination. See AR 141-42. Therefore, the Court finds that the
    Agency’s documentation of its trade-off analysis demonstrates a proper exercise of discretion
    within the terms of the Solicitation.
    H. Prejudice and Injunctive Relief
    This Court is generally loath to “disturb a best-value award so long as the agency
    ‘documents its final award decision and includes the rationale for any business judgments and
    tradeoffs made.’” Afghan Am. Army Servs. Corp. v. United States, 
    90 Fed. Cl. 341
    ,360 (2009)
    (quoting Blackwater Lodge & Training Ctr. v. United States, 
    86 Fed. Cl. 488
    , 514 (2009))
    (citation omitted). So long as there exists a “rational connection between the facts found and the
    choice made,” the Court will not set a procurement decision aside. Banknote Corp. of Am., 56
    Fed. Cl. at 390 (quoting Motor Vehicle Mfrs. Ass’n v. State farm Mut. Auto. Ins. Co.,
    463 U.S. 29
    , 43 (1983)). As the Court is not persuaded by plaintiffs contentions that the Agency
    conducted a flawed evaluation and award, the Court does not believe that plaintiff was
    prejudiced by suchalleged procurement flaws.
    Finally, plaintiff alleges that itis entitled to permanent injunctive relief. Pl.’s MJAR at
    35-37. When analyzing whether a permanent injunction is proper, a court must analyze
    “whether, as it must, the plaintiff has succeeded on the merits of the case.” PGBA, LLC v.
    United States, 
    389 F.3d 1219
    , 1229 (Fed. Cir. 2004). As the plaintiff has not succeeded on the
    merits of its case, the Court will not grant an injunction.
    -12-
    IV. Conclusion
    For the reasons set forth above, plaintiffs MOTION for Judgment on the Administrative
    Record is hereby DENIED. Defendant’s and defendant-intervenor’s CROSS-MOTIONS for
    Judgment on the Administrative Record are hereby GRANTED. The Clerk is directed to enter
    judgment in favor of defendant and defendant-intervenor, consistent with this opinion.
    IT IS SO ORDERED.
    s/ Given Sh, Anith
    Loren A. Smith
    Senior Judge
    -13-