Agustawestland North America v. United States , 880 F.3d 1326 ( 2018 )


Menu:
  •   United States Court of Appeals
    for the Federal Circuit
    ______________________
    AGUSTAWESTLAND NORTH AMERICA, INC.,
    Plaintiff-Appellee
    v.
    UNITED STATES,
    Defendant-Appellant
    AIRBUS HELICOPTERS, INC.,
    Defendant
    ______________________
    2017-1082
    ______________________
    Appeal from the United States Court of Federal
    Claims in No. 1:14-cv-00877-SGB, Chief Judge Susan G.
    Braden.
    ______________________
    Decided: January 23, 2018
    ______________________
    DENNIS J. CALLAHAN, Rogers, Joseph, O’Donnell, San
    Francisco, CA, argued for plaintiff-appellee. Also repre-
    sented by NEIL H. O’DONNELL; JEFFERY M. CHIOW, LUCAS
    TAYLOR HANBACK, Washington, DC.
    ANTHONY F. SCHIAVETTI, Commercial Litigation
    Branch, Civil Division, United States Department of
    Justice, Washington, DC, argued for defendant-appellant.
    2          AGUSTAWESTLAND NORTH AMERICA   v. UNITED STATES
    Also represented by FRANKLIN E. WHITE, JR., ROBERT E.
    KIRSCHMAN, JR., BENJAMIN C. MIZER.
    ______________________
    Before PROST, Chief Judge, CHEN and HUGHES, Circuit
    Judges.
    HUGHES, Circuit Judge.
    The United States appeals from a decision of the
    Court of Federal Claims enjoining the United States
    Army from proceeding with, or awarding, a contract to
    Airbus Helicopter, Inc. The Court of Federal Claims
    found that Army Execution Order 109-14, which imple-
    mented the Army’s Aviation Restructure Initiative desig-
    nating the UH-72A Lakota helicopter as the Army’s
    “Institutional Training Helicopter,” was a procurement
    decision in violation of the Competition in Contracting Act
    and relevant provisions of the Federal Acquisition Regu-
    lation. After supplementing the administrative record,
    the Court of Federal Claims found that the Army’s deci-
    sion to purchase sixteen UH-72A Lakota helicopters from
    Airbus also violated the Competition in Contracting Act
    and the Federal Acquisition Regulation because the Sole
    Source Justification and Approval was arbitrary and
    capricious. We conclude that Execution Order 109-14 was
    not a procurement decision subject to review, that the
    Sole Source Justification and Approval was not arbitrary
    and capricious, and that it was an abuse of discretion to
    supplement the administrative record. Accordingly, we
    reverse the trial court’s decision and vacate the prelimi-
    nary injunction.
    I
    On June 22, 2005, the Army issued an Acquisition
    Strategy to procure 322 Light Utility Helicopters (LUH)
    by full and open competition. Both AgustaWestland and
    Airbus submitted bids. On June 30, 2006, Airbus was
    awarded Contract No. W58RGZ-06-C-0194 (2006 Con-
    AGUSTAWESTLAND NORTH AMERICA     v. UNITED STATES          3
    tract) for $43,090,522. 1 AgustaWestland filed an unsuc-
    cessful bid protest of the award decision with the Gov-
    ernment Accountability Office.
    The 2006 Contract required that Airbus provide a
    base quantity of eight low rate initial production UH-72A
    Lakota helicopters. The 2006 Contract also provided that,
    during each Program Year 2 through 10, the Army could
    exercise options to purchase up to a total of 483 UH-72A
    Lakota helicopters. The last date that the Army could
    exercise an option was on September 30, 2015. The 2006
    Contract expired on June 30, 2016.
    In January 2012, the President of the United States
    and the Secretary of Defense announced new Strategic
    Guidance that reduced the Defense Budget and called for
    the “resizing/reshaping” of the Armed Forces. J.A. 5196–
    97. To implement the Strategic Guidance, in August
    2013, the Chief of Staff of the Army issued the Aviation
    Restructure Initiative (“restructuring initiative” or “initi-
    ative”), which was “designed to deliver the best Army
    Aviation force possible within resource constraints.”
    J.A. 5197. The restructuring initiative, therefore, “di-
    vest[ed] legacy systems, [and] invest[ed] in modernization
    of Aviation best systems” by “redistributing assets” and
    “reducing aircraft types and standardizing Aviation
    1   The 2006 Contract was awarded to European Aer-
    onautics Defense and Space Company – North America
    (EADS-NA). The contract integrated two major subcon-
    tractors: Airbus Helicopters, Inc. (formerly known as
    American Eurocopter (AE)) and Helicopter Support, Inc.
    (HSI). In a company restructuring, EADS-NA became
    Airbus Defense and Space, Inc. (ADSI) effective January
    2014. As part of the reorganization, all new Army heli-
    copter programs became the responsibility of Airbus
    Helicopters, Inc.
    4         AGUSTAWESTLAND NORTH AMERICA     v. UNITED STATES
    brigade designs.” Id. The initiative officially retired the
    TH-67, a single-engine aircraft used for training at Fort
    Rucker, Alabama, and designated the UH-72A Lakota—
    the helicopter procured by the Army in the 2006 Contract
    with Airbus—the “Institutional Training Helicopter.”
    J.A. 5198. The initiative was formally implemented by
    the issuance of Army Execution Order 109-14 on April 3,
    2014. J.A. 5196–98.
    To comply with the objectives of the restructuring ini-
    tiative, the Army determined that it needed to increase
    the UH-72A Lakota helicopter program by 110 helicop-
    ters, from 317 to 427 helicopters. J.A. 2775. Initially, the
    Army considered a sole source acquisition for 155 UH-72A
    Lakota helicopters, and published a sources sought notice
    on September 4, 2014, to explore this option. 2 J.A. 2803.
    On September 19, 2014, AgustaWestland filed a Com-
    plaint for Declaratory and Injunctive Relief in the United
    States Court of Federal Claims, arguing that the Execu-
    tion Order was a procurement decision. Because no final
    decision “with respect to the competitive process to be
    used” had been made, the Court of Federal Claims stayed
    proceedings. J.A. 7.
    Ultimately, the Army decided not to pursue the pro-
    curement of 155 UH-72A Lakota helicopters. It chose to
    exercise the remaining options on the 2006 Contract with
    Airbus permitting the procurement of 412 UH-72A Lako-
    ta helicopters, but leaving the Army sixteen helicopters
    2   Although the Army only needed 110 UH-72A
    Lakota helicopters, it sought to procure additional UH-
    72A Lakota helicopters for potential sales to foreign
    militaries or to other Government agencies. J.A. 2803.
    AGUSTAWESTLAND NORTH AMERICA    v. UNITED STATES         5
    short of its total requirement. 3 J.A. 2956. Because Air-
    bus “has exclusive ownership of all data rights required to
    produce, maintain, and modify the UH-72,” the Army was
    faced with procuring sixteen alternate aircraft, or procur-
    ing sixteen helicopters from Airbus through a sole source
    follow-on contract. J.A. 2957. On December 10, 2015, the
    Army issued a Justification and Approval (J&A) to ac-
    quire the UH-72A Lakota helicopters from Airbus “on an
    other than full and open competition basis.” J.A. 2965.
    The Army justified this decision based on the costs and
    delay associated with “procuring and sustaining an alter-
    nate aircraft” separate from the UH-72A Lakota. J.A.
    2958.
    Subsequently, AgustaWestland filed a Supplemental
    Complaint, a Motion for Preliminary Injunction, and a
    Motion for Judgment on the Administrative Record. The
    Government opposed AgustaWestland’s motions and filed
    a Cross-Motion for Judgment on the Administrative
    Record. Relevant to this appeal, the Court of Federal
    Claims found that the April 3, 2014 Execution Order was
    a procurement decision in violation of the Competition in
    Contracting Act (CICA) and the relevant Federal Acquisi-
    tion Regulation (FAR) provisions. The Court of Federal
    Claims then determined that it could not “conduct ‘effec-
    tive judicial review’ without supplementing the Adminis-
    trative Record,” J.A. 25 n.33, and therefore considered
    evidence not contained in the administrative record.
    After supplementing the administrative record, the Court
    of Federal Claims found that the Army’s J&A and deci-
    3    The Army initially determined it was fifteen UH-
    72A Lakota helicopters short of its requirement, but one
    UH-72A Lakota helicopter needed to be replaced after it
    was destroyed during a mission, leaving the Army sixteen
    short of its requirement. J.A. 2956.
    6         AGUSTAWESTLAND NORTH AMERICA       v. UNITED STATES
    sion to purchase sixteen UH-72A Lakota helicopters
    without full and open competition was arbitrary and
    capricious, and thus in violation of CICA and the relevant
    FAR provisions. Accordingly, the Court of Federal Claims
    enjoined the Army from proceeding with, or awarding, the
    contract to Airbus.
    The United States appeals. We have jurisdiction pur-
    suant to 
    28 U.S.C. § 1292
    (c)(1).
    II
    The Court of Federal Claims determined that it had
    jurisdiction to review whether the Execution Order violat-
    ed CICA and the FAR’s competitive procedures because it
    was “a quintessential procurement decision.” J.A. 19.
    The Tucker Act provides the Court of Federal Claims with
    jurisdiction over an “alleged violation of statute or regula-
    tion in connection with a procurement or a proposed
    procurement.” 
    28 U.S.C. § 1491
    (b)(1). We review a
    decision of the Court of Federal Claims regarding its own
    jurisdiction de novo. Hymas v. United States, 
    810 F.3d 1312
    , 1317 (Fed. Cir. 2016).
    The terms “procurement” and “proposed procurement”
    are not defined by the Tucker Act or CICA. In Distributed
    Solutions, Inc. v. United States, we held that it was ap-
    propriate to use the definition of “procurement” set forth
    in “
    41 U.S.C. § 403
    (2), . . . the statutory provisions related
    to the establishment of the Office of Federal Procurement
    Policy in the Office of Management and Budget,” to de-
    termine whether a procurement has occurred pursuant to
    
    28 U.S.C. § 1491
    (b). 
    539 F.3d 1340
    , 1345 (Fed. Cir. 2008).
    Section 403(2) defines “procurement” as including “all
    stages of the process of acquiring property or services,
    beginning with the process for determining a need for
    property or services and ending with contract completion
    AGUSTAWESTLAND NORTH AMERICA     v. UNITED STATES          7
    and closeout.” 
    Id.
     (emphasis omitted). 4 We clarified that
    to “establish jurisdiction pursuant to this definition, [a
    contractor] must demonstrate that the government at
    least initiated a procurement, or initiated ‘the process for
    determining a need’ for acquisition.” 
    Id. at 1346
    .
    One objective of the restructuring initiative, formal-
    ized in the Execution Order, was to “[r]eplace the aging
    Aviation institutional training fleet at Fort Rucker.”
    J.A. 5197. To accomplish this objective, the initiative
    instructed that “the Institutional Training Helicopter
    fleet is converted to UH-72s and the legacy TH-67 train-
    ing helicopter is divested.” J.A. 5198. The initiative did
    not, however, direct or even discuss the procurement of
    UH-72A Lakota helicopters. In fact, the initiative only
    contemplated using existing Army assets. See J.A. 5198
    (“The Aviation Restructure Initiative will be accomplished
    by a variety of means; conversions, inactivations, reloca-
    tions, re-flagging and activations using existing organiza-
    tional structure unless otherwise directed.”); see also
    J.A. 5197 (“The ARI concept will adapt a design to provide
    efficient and effective support by redistributing assets in a
    manner that most effectively addresses the nation’s needs
    at home and abroad.”).
    The Execution Order, therefore, was not a procure-
    ment decision subject to Tucker Act jurisdiction because it
    did not begin “the process for determining a need for
    property or services.” Distributed Sols., 
    539 F.3d at 1345
    .
    The Execution Order simply formalized the Army’s deci-
    sion designating the UH-72A Lakota as the Army’s train-
    ing helicopter. Because the Execution Order was not a
    procurement or proposed procurement, the Court of
    4    In 2011, § 403(2) was recodified at 
    41 U.S.C. § 111
    .
    8         AGUSTAWESTLAND NORTH AMERICA     v. UNITED STATES
    Federal Claims lacked jurisdiction to review whether it
    violated CICA and the FAR.
    III
    Next, we turn to the question of whether acquiring
    the UH-72A Lakota helicopters from Airbus “on an other
    than full and open competition basis” was arbitrary and
    capricious. We review the merits of a bid protest under
    the standards set forth in the Administrative Procedure
    Act. 
    28 U.S.C. § 1491
    (b)(4) (“In any action under this
    subsection, the courts shall review the agency’s decision
    pursuant to the standards set forth in section 706 of title
    5.”). A court may set aside an agency decision that was
    “arbitrary, capricious, an abuse of discretion, or otherwise
    not in accordance with law.” 
    5 U.S.C. § 706
    (2)(A).
    A
    As a preliminary matter, in reviewing whether ac-
    quiring the UH-72A Lakota helicopters from Airbus “on
    an other than full and open competition basis” violated
    CICA and relevant FAR provisions, the Court of Federal
    Claims supplemented the administrative record and
    relied on this supplemental evidence to decide this issue.
    “Evidentiary determinations by the Court of Federal
    Claims, including motions to supplement the administra-
    tive record, are reviewed for abuse of discretion.” Axiom
    Res. Mgmt., Inc. v. United States, 
    564 F.3d 1374
    , 1378
    (Fed. Cir. 2009).
    Because we find that the administrative record was
    sufficient to determine whether the Government acted in
    an arbitrary or capricious manner, the Court of Federal
    Claims abused its discretion by sua sponte supplementing
    the administrative record.
    “The task of the reviewing court is to apply the appro-
    priate APA standard of review, 
    5 U.S.C. § 706
    , to the
    agency decision based on the record the agency presents
    to the reviewing court.” 
    Id. at 1379
     (emphasis omitted)
    AGUSTAWESTLAND NORTH AMERICA     v. UNITED STATES         9
    (citation omitted). The purpose of limiting judicial review
    to the record actually before the agency is to guard
    against courts using new evidence to “convert the ‘arbi-
    trary and capricious’ standard into effectively de novo
    review.” 
    Id. at 1380
     (quoting Murakami v. United States,
    
    46 Fed. Cl. 731
    , 735 (2000), aff’d, 
    398 F.3d 1342
     (Fed. Cir.
    2005)). Therefore, “supplementation of the record should
    be limited to cases in which the omission of extra-record
    evidence precludes effective judicial review.” 
    Id.
     (internal
    quotation marks and citation omitted). Judicial review is
    “effective” if it is consistent with the APA. 
    Id. at 1381
    (“The focus of judicial review of agency action remains the
    administrative record, which should be supplemented
    only if the existing record is insufficient to permit mean-
    ingful review consistent with the APA.”).
    Here, the Court of Federal Claims concluded that it
    could not conduct “effective judicial review” without
    supplementing the administrative record. See, e.g., J.A. 6
    n.6 (“Since this relevant congressional communication
    was omitted from the Administrative Record, the court
    has determined that it cannot conduct ‘effective judicial
    review,’ without supplementing the Administrative Rec-
    ord with this public document, which is otherwise subject
    to Fed. R. Evid. 201(b).”), 25 n.34 (“The court has deter-
    mined that it cannot conduct ‘effective judicial review,’
    without supplementing the Administrative Record with
    this public document, which is otherwise subject to Fed.
    R. Evid. 201(b).”). The Court of Federal Claims was,
    however, required to explain why the evidence omitted
    from the record frustrated judicial review as to the ulti-
    mate question of whether the award of a sole-source
    contract to Airbus was arbitrary and capricious. Axiom,
    
    564 F.3d at
    1379–80. It did not do so here, but, rather,
    provided nothing more than conclusory statements that it
    could not conduct effective judicial review without the
    supplemented material. Those statements are insuffi-
    cient under Axiom. We have examined the administrative
    10        AGUSTAWESTLAND NORTH AMERICA     v. UNITED STATES
    record and find it sufficient to review the Army’s sole
    source procurement award, as discussed below. Thus, we
    conclude that the trial court abused its discretion by
    supplementing the record, and relying on the supple-
    mental evidence to reach its decision.
    B
    In the context of bid protests, a bid award may be set
    aside if either “(1) the procurement official’s decision
    lacked a rational basis; or (2) the procurement procedure
    involved a violation of regulation or procedure.” Impresa
    Construzioni Geom. Domenico Garufi v. United States,
    
    238 F.3d 1324
    , 1332 (Fed. Cir. 2001). Here, the Court of
    Federal Claims found that the justifications supporting
    the sole-source procurement provided in the J&A were not
    sufficient and, further, that the procurement official’s
    decision was arbitrary and capricious.
    Where, as here, a bid protester challenges the pro-
    curement official’s decision as lacking a rational basis, we
    must determine whether “the contracting agency provided
    a coherent and reasonable explanation of its exercise of
    discretion,” recognizing that “contracting officers are
    entitled to exercise discretion upon a broad range of
    issues confronting them in the procurement process.” 
    Id.
    at 1332–33 (internal quotation marks and citation omit-
    ted). “[T]he disappointed bidder bears a heavy burden of
    showing that the award decision had no rational basis.”
    
    Id. at 1333
     (internal quotation marks and citation omit-
    ted).
    CICA requires agencies to use competitive procedures
    to obtain “full and open competition” in conducting “a
    procurement for property or services.”          
    10 U.S.C. § 2304
    (a). CICA, however, exempts agencies from this
    requirement when the property or services “are available
    from only one responsible source . . . and no other type of
    property or services will satisfy the needs of the agency.”
    
    10 U.S.C. § 2304
    (c)(1). A sole-source award is permitted,
    AGUSTAWESTLAND NORTH AMERICA     v. UNITED STATES         11
    therefore, when it is “a follow-on contract for the contin-
    ued development or production of a major system or
    highly specialized equipment” and “it is likely that award
    to any other source would result in (A) [s]ubstantial
    duplication of cost to the Government that is not expected
    to be recovered through competition, or (B) [u]nacceptable
    delays in fulfilling the agency’s requirements.” FAR
    6.302-1(a)(2)(ii) (
    48 C.F.R. § 6.302-1
    ). A “major system”
    includes a Department of Defense system exceeding $835
    million in total expenditures. FAR 2.101.
    Prior to awarding a sole-source contract, a contracting
    officer must: (1) justify the sole-source award in writing;
    (2) certify the “accuracy and completeness of the justifica-
    tion”; and (3) obtain the approval of the senior procure-
    ment executive of the agency. FAR 6.303-1(a). The FAR
    sets forth the specific information required to support
    each justification, including “[a] determination by the
    contracting officer that the anticipated cost to the Gov-
    ernment will be fair and reasonable”; “[a] description of
    the market research conducted (see Part 10) and the
    results”; “for follow-on acquisitions as described in 6.302-
    1(a)(2)(ii), an estimate of the cost to the Government that
    would be duplicated and how the estimate was derived”;
    and “[a]ny other facts supporting the use of other than
    full and open competition, such as . . . [an] [e]xplanation
    of why technical data packages, specifications, engineer-
    ing descriptions, statements of work, or purchase descrip-
    tions suitable for full and open competition have not been
    developed or are not available.” FAR 6.303-2(b).
    It is undisputed that the J&A, setting forth the Ar-
    my’s decision to acquire sixteen UH-72A Lakota helicop-
    ters on an other than competitive basis, was a
    procurement decision subject to review. The Court of
    Federal Claims determined that the J&A, however, was
    not a “follow-on contract” subject to the exception set forth
    in FAR 6.302-1 because it is a “new contract.” J.A. 22.
    “Follow-on contract” is not explicitly defined in the FAR,
    12        AGUSTAWESTLAND NORTH AMERICA     v. UNITED STATES
    but at the very least, it is a “contract for the continued
    development or production of a major system or highly
    specialized equipment.” FAR 6.302-1(a)(2)(ii). It is irrel-
    evant, therefore, whether a “follow-on contract” is a new,
    separate contract or a supplement to an existing contract,
    as long as it is a “contract for the continued development
    or production of a major system or highly specialized
    equipment.” Accordingly, the J&A is a “follow-on con-
    tract” for a “major system,” because it is a “contract for
    the continued production” of a Department of Defense
    system exceeding $835 million in total expenditures. See
    J.A. 2962.
    The Court of Federal Claims found that the justifica-
    tions for the sole-source award to Airbus, set forth in the
    J&A, were insufficient. We conclude, however, that the
    agency provided a coherent and reasonable explanation of
    its exercise of discretion, and therefore the justifications
    for the sole-source award are not arbitrary and capricious.
    The J&A contains a detailed analysis justifying the
    sole-source award to Airbus. The J&A explained that
    Airbus was the only responsible source for the helicopters
    because it “has exclusive ownership of all data rights
    required to produce, maintain, and modify the UH-72.”
    J.A. 2957. The J&A relies on two justifications for why
    “no other aircraft will satisfy the Army’s requirement”:
    (1) “the estimated duplication of costs that would be
    incurred in procuring and sustaining an alternative
    aircraft is significant and is not expected to be recovered
    in its entirety,” and (2) procuring sixteen helicopters from
    a different source would result in an unacceptable delay
    as it would take up to three years and cause “significant
    gaps in the Army National Guard’s ability to meet its
    assigned missions of Homeland Security, Disaster Re-
    sponse, Search and Rescue, MEDEVAC, and border
    patrol” that could expose the nation to security and safety
    risks. J.A. 2958.
    AGUSTAWESTLAND NORTH AMERICA     v. UNITED STATES        13
    To support its first justification, the Government pre-
    pared an Independent Government Estimate (IGE), “to
    estimate the duplication of costs in conducting another
    competitive action (for an alternative helicopter).”
    J.A. 2960. The estimated total duplication costs provided
    in the IGE were “derived by considering the costs of
    conducting the source selection, increased procurement
    costs of an alternate aircraft, [and] the impact to sustain-
    ing another aircraft separate from the Lakota.” J.A. 2858.
    The Court of Federal Claims found that the IGE was
    insufficient because it did not consider “the potential
    increased cost that Airbus can charge for its intellectual
    property [the Technical Data Package],” or whether
    “Airbus extracted or could extract a supra competitive
    price on its UH-72A Lakota helicopters, because of the
    Technical Data Package.” J.A. 23. In 2013, the Govern-
    ment requested from Airbus an estimate of the cost to
    acquire the Technical Data Package for the UH-72A
    Lakota helicopter. Airbus “responded that the TDP is not
    for sale and [Rough Order Magnitude] pricing will not be
    provided.” J.A. 2963. Because Airbus was not willing to
    sell the TDP, the “potential increased costs that Airbus
    can charge for its intellectual property” or whether “Air-
    bus extracted or could extract a supra competitive price”
    is irrelevant.
    Ultimately, the J&A needs to find that “the anticipat-
    ed cost to the Government will be fair and reasonable.”
    FAR 6.303-2(b)(7). In doing so, the government conducted
    an IGE to determine “an estimate of the cost to the Gov-
    ernment that would be duplicated and how the estimate
    was derived.” Based on the IGE, the J&A found that “the
    estimated duplication of costs that would be incurred in
    procuring and sustaining an alternative aircraft is signifi-
    cant and is not expected to be recovered in its entirety.”
    J.A. 2958. Ultimately, the J&A concluded that “the
    anticipated cost or price to the Government for this con-
    tract action will be fair and reasonable” after reviewing
    14        AGUSTAWESTLAND NORTH AMERICA     v. UNITED STATES
    “cost/price analysis, audit, procurement history, commer-
    cial catalogs, fact finding and negotiations.” J.A. 2694.
    The evidence in the administrative record sufficiently
    supports the J&A’s first justification. See FAR 6.303-
    2(b)(9)(ii).
    To support its second justification—procuring sixteen
    helicopters from a different source would result in an
    unacceptable delay—the J&A relied on the “schedule
    experienced on the competition conducted for the original
    LUH production contract.” J.A. 2958. Notably, it would
    “take a minimum of 24 months to produce the competitive
    package and prepare the solicitation, receive all proposals
    and confirm the contractor’s producibility and technical
    capabilities, conduct discussions and complete evalua-
    tions, and ultimately select an offeror for contract award.”
    Id. It would then take “no less than an additional 12
    months for initial production, first article review, and
    fielding of the aircraft, accumulating in a timeline of more
    than 3 years.” Id. Such a delay “introduces risk to the
    nation’s security and safety.” Id. The evidence in the
    administrative record is sufficient to support the J&A’s
    determination that an award to any other source would
    result in unacceptable delays.
    Lastly, the Court of Federal Claims also found that
    the “Contracting Officer’s decision that ‘the justification
    [is] adequate to support other than full competition,’ prior
    to the review and approval of Legal Counsel and the
    [Special Competitive Advocate] prima facie was arbitrary
    and capricious.” J.A. 28 (alteration and emphasis in
    original). The Contracting Officer is responsible for
    justifying the sole-source award and certifying the accura-
    cy and completeness of the justification. Further, the
    justification is only required to be approved by the senior
    procurement executive. Because the J&A was approved
    by the senior procurement executive in compliance with
    the FAR, the fact that Legal Counsel and the Special
    Competition Advocate approved the J&A after the Con-
    AGUSTAWESTLAND NORTH AMERICA     v. UNITED STATES       15
    tracting Officer does not establish that the J&A was
    prima facie arbitrary or capricious. J.A. 2965.
    Because the J&A sufficiently supports the Army’s de-
    cision to award a sole-source follow-on contract because it
    is “likely that award to any other source would result in
    (A) [s]ubstantial duplication of cost to the Government
    that is not expected to be recovered through competition,
    or (B) [u]nacceptable delays in fulfilling the agency’s
    requirements,” FAR 6.302-1(a)(2)(ii) (
    48 C.F.R. § 6.302
    –
    1), it is not arbitrary and capricious.
    IV
    Because we conclude that the Execution Order 109-14
    was not a procurement decision subject to review, it was
    an abuse of discretion to supplement the administrative
    record, and the Sole Source Justification and Approval
    was not arbitrary and capricious, we reverse the trial
    court’s decision and vacate the preliminary injunction.
    VACATED
    Costs to Appellant.