Dyncorp International, LLC v. United States ( 2018 )


Menu:
  •            This disposition is nonprecedential.
    United States Court of Appeals
    for the Federal Circuit
    ______________________
    DYNCORP INTERNATIONAL, LLC,
    Plaintiff-Appellant
    v.
    UNITED STATES, AAR AIRLIFT GROUP, INC.,
    Defendants-Appellees
    ______________________
    2018-1209
    ______________________
    Appeal from the United States Court of Federal
    Claims in No. 1:16-cv-01704-RHH, Senior Judge Robert
    H. Hodges, Jr.
    ______________________
    SEALED OPINION ISSUED: November 28, 2018
    PUBLIC OPINION ISSUED: December 10, 2018 *
    ______________________
    AARON MARTIN PANNER, Kellogg, Huber, Hansen,
    Todd, Evans & Figel, PLLC, Washington, DC, argued for
    plaintiff-appellant. Also represented by DAVID MICHAEL
    NADLER, Blank Rome LLP, Washington, DC.
    *   This opinion was originally filed under seal and
    has been unsealed in full.
    2             DYNCORP INTERNATIONAL, LLC v. UNITED STATES
    DOUGLAS GLENN EDELSCHICK, Commercial Litigation
    Branch, Civil Division, United States Department of
    Justice, Washington, DC, argued for defendant-appellee
    United States. Also represented by ROBERT EDWARD
    KIRSCHMAN, JR., DOUGLAS K. MICKLE, JOSEPH H. HUNT;
    KATHLEEN D. MARTIN, Office of the Legal Adviser, United
    States Department of State, Washington, DC.
    JONATHAN F. COHN, Sidley Austin LLP, Washington,
    DC, argued for defendant-appellee AAR Airlift Group, Inc.
    Also represented by JOEL SINGER, ROBERT JOSEPH
    CONLAN, JR., KATHERINE L. OLSON.
    ______________________
    Before CHEN, MAYER, and BRYSON, Circuit Judges.
    PER CURIAM.
    DynCorp International, LLC (“DynCorp”) appeals a
    judgment of the United States Court of Federal Claims
    denying its post-award bid protest. See DynCorp Int’l,
    LLC v. United States, 
    134 Fed. Cl. 537
    (2017) (“Court of
    Federal Claims Decision”). We affirm.
    BACKGROUND
    DynCorp was the incumbent contractor on a previous
    contract to provide worldwide aviation support services
    (“WASS”) to the United States Department of State,
    Bureau for International Narcotics and Law Enforcement
    Affairs, Office of Aviation (“State”). WASS activities are
    part of State’s Air Wing, a program which “provides
    aviation support for the eradication and interdiction of
    illicit drugs.” J.A. 100079. The program also provides
    aviation support for reconnaissance, medical evacuation,
    and the movement and security of personnel and equip-
    ment. 
    Id. In July
    2014, State issued a solicitation which called
    for the award, on a best value basis, of an indefinite
    DYNCORP INTERNATIONAL, LLC v. UNITED STATES              3
    delivery and indefinite quantity contract to provide flight
    operations services, aviation logistics services, and avia-
    tion maintenance and engineering services for the WASS
    program. J.A. 100079–87. In January 2015, the agency
    evaluated the initial proposals submitted by DynCorp and
    AAR Airlift Group, Inc. (“AAR”) and made a competitive
    range determination that excluded DynCorp. See J.A.
    125500. Following two protests filed by DynCorp, howev-
    er, State took corrective action and revised the competi-
    tive range to include DynCorp. J.A. 125500–01.
    After two rounds of discussions, State evaluated the
    offerors’ final proposals. It empaneled a four-member
    technical evaluation team, which rated DynCorp’s pro-
    posal as “unacceptable” for Factor One (Management and
    Administration), primarily because DynCorp received a
    deficiency associated with its proposal that the Infor-
    mation Technology Associate Contractor (“IT Associate
    Contractor”), a separate contractor operating under a
    separate contract, would maintain the new Management
    Information System (“MIS”). See J.A. 106075, 106079–81,
    106667, 110358. On September 1, 2016, the Source
    Selection Authority (“SSA”) awarded the WASS contract
    to AAR. J.A. 110463; see also J.A. 110454–63. The SSA
    determined that “AAR submitted a [s]uperior technical
    proposal that met or exceeded all of the technical re-
    quirements” of the solicitation. J.A. 110460.
    Following the contract award, DynCorp filed a protest
    with the United States Government Accountability Office
    (“GAO”), arguing that the WASS contract solicitation “did
    not impose post-transition [MIS] operational and mainte-
    nance responsibilities on the [WASS] Contractor.” J.A.
    124062. Instead, according to DynCorp, while the solici-
    tation required the WASS Contractor to test and imple-
    ment the MIS, it assigned the IT Associate Contractor
    “primary responsibility” for maintaining and operating
    the MIS following the transition from the legacy Air Wing
    4              DYNCORP INTERNATIONAL, LLC v. UNITED STATES
    Information System (“AWIS”). J.A. 124062; see also J.A.
    125499.
    The GAO denied DynCorp’s protest, concluding that
    State’s evaluation of the proposals submitted by DynCorp
    and AAR was “reasonable, consistent with the solicitation,
    and did not reflect unequal treatment.” J.A. 125658.
    DynCorp then appealed to the Court of Federal Claims,
    asserting that State’s evaluation of its technical proposal
    was arbitrary and capricious and that State erred in
    failing to disqualify AAR for soliciting and using DynCorp
    proprietary information. The Court of Federal Claims
    rejected these arguments, however, concluding that
    “[g]iven the judicial standards to be applied in reviewing
    decisions of a contracting officer, the agency award deci-
    sion was entirely reasonable and rational.” Court of
    Federal Claims 
    Decision, 134 Fed. Cl. at 541
    . In the
    court’s view, the contracting officer had a reasonable basis
    for concluding that “DynCorp’s proposal was deficient
    compared to that of AAR,” 
    id. at 544,
    because “DynCorp’s
    revised proposal did not address Federal [Information
    Technology] requirements and did not address important
    data migration and capture issues,” 
    id. at 543.
    The court
    concluded, moreover, that State’s “decision not to disqual-
    ify AAR ha[d] a rational basis in the entire record.” 
    Id. DynCorp then
    appealed to this court. We have juris-
    diction under 28 U.S.C. § 1295(a)(3).
    DISCUSSION
    A. Standard of Review
    We review the Court of Federal Claims’ grant of
    judgment on the administrative record without deference.
    Allied Tech. Grp., Inc. v. United States, 
    649 F.3d 1320
    ,
    1326 (Fed. Cir. 2011); see also Colonial Press Int’l, Inc. v.
    United States, 
    788 F.3d 1350
    , 1355 (Fed. Cir. 2015). “In a
    bid protest case, the inquiry is whether the agency’s
    action was arbitrary, capricious, an abuse of discretion, or
    DYNCORP INTERNATIONAL, LLC v. UNITED STATES               5
    otherwise not in accordance with law and, if so, whether
    the error is prejudicial.” Glenn Def. Marine (ASIA), PTE
    Ltd. v. United States, 
    720 F.3d 901
    , 907 (Fed. Cir. 2013);
    see 28 U.S.C. § 1491(b)(4).
    B. DynCorp’s Arguments
    DynCorp advances three principal arguments on ap-
    peal. First, it contends that State acted arbitrarily and
    capriciously in refusing to disqualify AAR from the pro-
    curement for obtaining and using proprietary DynCorp
    information. Second, DynCorp argues that State misled it
    into believing that it could permissibly transfer responsi-
    bility for MIS operations and maintenance to the IT
    Associate Contractor. Finally, it asserts that State erred
    when it declined to disqualify AAR for failing to include a
    required staffing plan in its proposal. We address each of
    these arguments in turn.
    C. The Responsibility Determination
    Contracting officers are vested with authority to exer-
    cise discretion on a wide range of procurement issues,
    including determinations regarding whether a particular
    offeror is a responsible offeror. 1 Impresa Construzioni
    Geom. Domenico Garufi v. United States, 
    238 F.3d 1324
    ,
    1334–35 (Fed. Cir. 2001); see also PAI Corp. v. United
    States, 
    614 F.3d 1347
    , 1352 (Fed. Cir. 2010) (“To demon-
    strate that [a contracting officer’s] determination is arbi-
    trary or capricious, a protester must identify ‘hard facts’;
    a mere inference or suspicion of an actual or apparent
    conflict is not enough.”). Here, after undertaking an
    exceptionally thorough review of the record, the contract-
    ing officer reasonably decided not to disqualify AAR based
    1    The Federal Acquisition Regulation dictates that
    “[n]o purchase or award shall be made unless the con-
    tracting officer makes an affirmative determination of
    responsibility.” 48 C.F.R. § 9.103(b).
    6             DYNCORP INTERNATIONAL, LLC v. UNITED STATES
    upon its receipt of allegedly proprietary DynCorp infor-
    mation. See J.A. 126080–103. The contracting officer
    conducted a document-by-document review of all thirty
    documents in AAR’s possession that contained DynCorp
    information. J.A. 126081–86. He concluded that twenty
    of these documents were publically available.       J.A.
    126081–82. As to the remaining ten documents, the
    contracting officer determined that they did not contain
    DynCorp bid or proposal information, J.A. 126083–91,
    and that AAR did not use any information in those docu-
    ments “to gain a competitive advantage” in the procure-
    ment, J.A. 126092.
    DynCorp points to the fact that Anita Hamilton, an
    AAR employee who had formerly worked at DynCorp,
    provided AAR with certain DynCorp salary information
    when AAR was developing its initial bid on the WASS
    contract.     See J.A. 126105–06, 126527, 126789–90,
    127130–58. Sworn evidence in the record showed, howev-
    er, that: (1) Hamilton did not consider the DynCorp salary
    information to be confidential, J.A. 126117; (2) she made
    only “limited use” of the salary information, J.A. 126117;
    see also J.A. 126091; and (3) the salary information was
    “from 2010 or earlier,” J.A. 126116; see also J.A. 126090–
    91. Further sworn evidence showed that AAR did not ask
    Hamilton to provide the salary information and that she
    provided it “on her own initiative during her [temporary]
    assignment with AAR.” J.A. 126117. The contracting
    officer reasonably concluded, moreover, that AAR did not
    use the limited salary information provided by Hamilton
    when it prepared its final proposal, see J.A. 126083–84,
    126105–06, 126117, 127284, and that AAR obtained no
    “[c]ompetitive [a]dvantage” as a result of its receipt. J.A.
    126084; see also J.A. 126091 (noting that “AAR took steps
    to sanitize [the Hamilton salary] information from future
    proposal submissions”); J.A. 126101 (concluding that
    “there [was] simply no evidence that AAR received any
    type of competitive advantage from any information it
    DYNCORP INTERNATIONAL, LLC v. UNITED STATES                7
    received concerning [DynCorp’s] performance under its
    incumbent contract”). Under such circumstances, the
    contracting officer had a rational basis for his decision not
    to disqualify AAR based upon its receipt of the stale
    DynCorp salary information referenced by Hamilton. 2
    See J.A. 126083–99.
    Likewise unpersuasive is DynCorp’s argument that
    State was required to disqualify AAR because it received
    a spreadsheet containing DynCorp profit margin analysis
    (“PMA”) information from a DynCorp subcontractor. See
    J.A. 126112–14. With respect to the PMA information,
    AAR promptly informed the contracting officer that a
    DynCorp subcontractor had sent one of AAR’s independ-
    ent consultants an unsolicited email with an attachment
    containing DynCorp PMA information. See J.A. 110464.
    Given that there was no credible evidence that AAR
    solicited the PMA spreadsheet, see J.A. 110504–07,
    126112–14, used any of the information it contained, see
    J.A. 110504–07, 126112–14, or gained any competitive
    advantage as a result of its receipt, J.A. 126086–91, the
    contracting officer acted well within the scope of his
    2   Although Hamilton attempted to obtain certain
    incumbent contract information from a DynCorp subcon-
    tractor in May 2014, sworn record evidence showed that
    the subcontractor never provided that information. J.A.
    126119–20. As the contracting officer reasonably deter-
    mined, AAR gained “[n]o competitive advantage” and
    DynCorp suffered “[n]o harm” as a result of Hamilton’s
    unfulfilled inquiry to the DynCorp subcontractor. J.A.
    126084. Significantly, moreover, the contracting officer
    determined that any information obtained from the
    DynCorp subcontractor would have been immaterial
    given that “missions [using the DynCorp subcontractor]
    were eliminated from the [s]olicitation with the issuance
    of [amendment 5].” J.A. 126091.
    8              DYNCORP INTERNATIONAL, LLC v. UNITED STATES
    discretion in declining to disqualify AAR based upon the
    PMA information. See, e.g., Advanced Data Concepts, Inc.
    v. United States, 
    216 F.3d 1054
    , 1058 (Fed. Cir. 2000)
    (explaining that “[t]he arbitrary and capricious standard
    . . . is highly deferential” and “requires a reviewing court
    to sustain an agency action evincing rational reasoning
    and consideration of relevant factors”); John C. Grimberg
    Co. v. United States, 
    185 F.3d 1297
    , 1303 (Fed. Cir. 1999)
    (“Because responsibility decisions are largely a matter of
    judgment, contracting officers are generally given wide
    discretion to make this decision.”).
    On appeal, DynCorp argues that the contracting of-
    ficer was unduly concerned about whether there had been
    a violation of the Procurement Integrity Act (“PIA”), 41
    U.S.C. § 2102, and failed to assess adequately whether
    AAR should be disqualified for having created an “ap-
    pearance of impropriety.” See NKF Eng’g, Inc. v. United
    States, 
    805 F.2d 372
    , 377 (Fed. Cir. 1986) (concluding that
    a contracting officer had discretion to disqualify an offeror
    when he “perceive[d] a strong appearance of impropriety
    in a situation not precisely covered by the [Ethics in
    Government Act, 18 U.S.C. § 208(a)]”). We disagree. The
    contracting officer here properly addressed not only
    whether AAR violated the PIA, but also specifically con-
    sidered whether any “appearance of impropriety” tainted
    the procurement. See J.A. 126091 (rejecting DynCorp’s
    allegation that AAR engaged in “‘corporate espionage’”
    and concluding that AAR’s receipt of the Hamilton salary
    information was not “a compromise to the integrity of the
    acquisition . . . or otherwise demonstrative of poor busi-
    ness ethics”); J.A. 126092 (examining “whether AAR’s
    obtaining and relying upon information relative to [Dyn-
    Corp’s] incumbent contract . . . gave rise to an appearance
    of an impropriety or otherwise indicated that AAR was
    not a responsible contractor”); J.A. 126095 (“It is clear to
    me that AAR did not violate the [PIA] nor commit any
    DYNCORP INTERNATIONAL, LLC v. UNITED STATES              9
    misconduct as it relates to the Solicitation.” (emphasis
    added)).
    D. DynCorp’s Technical Proposal
    DynCorp argues that State led it to believe that it was
    permissible to shift responsibility for MIS operations and
    maintenance to the IT Associate Contractor after transi-
    tion from the AWIS. We do not find this argument per-
    suasive. The solicitation stated that the new MIS would
    “be proposed by the [WASS Contractor]” and specified
    that the WASS Contractor would “input and maintain the
    preponderance of [MIS] data.” J.A. 100087. While it is
    true that the solicitation originally contained a sentence
    stating that “[t]he IT [A]ssociate [C]ontractor will assume
    responsibility for the MIS after transition,” J.A. 100276,
    State, in October 2015, issued solicitation amendment
    five, which deleted this sentence and replaced it with a
    sentence stating that “[t]he IT [A]ssociate [C]ontractor
    will support the existing MIS (AWIS) until transition to
    [the] new MIS is complete,” J.A. 103418 (emphasis omit-
    ted).
    Importantly, moreover, during an August 2014 ques-
    tion and answer session State specifically stated that the
    WASS Contractor was required to shoulder responsibility
    for the MIS after transition from the AWIS. See J.A.
    103342 (explaining that “[o]nce the MIS is successfully
    tested and implemented, operation and maintenance will
    remain with the [WASS Contractor]”). State also in-
    structed offerors to include costs for MIS operations and
    maintenance on a particular line of the performance work
    statement. See J.A. 103399 (explaining that offerors
    should “assign” costs for MIS operations and maintenance
    “to [performance work statement] line # 2.C.43.b”); see
    also J.A. 103966 (emphasizing that “[t]he requirements of
    [performance work statement] sections 2.C.43.b through
    2.C.43.e are . . . the contractor’s responsibility”). Given
    State’s explicit directive that the WASS Contractor bore
    10            DYNCORP INTERNATIONAL, LLC v. UNITED STATES
    responsibility for MIS operations and maintenance after
    transition from the AWIS, see J.A. 103342, we reject
    DynCorp’s allegation that the agency misled it into believ-
    ing that it was acceptable to transfer that responsibility
    to the IT Associate Contractor.
    DynCorp argues that four technical evaluation notices
    (“TENs”) which State issued to it during the second round
    of discussions, see J.A. 111557, 111585, 111934, 111936,
    caused it “reasonably to believe that the IT [Associate]
    Contractor could handle [operations and maintenance] for
    the MIS.” To the contrary, however, these TENs asked
    DynCorp to clarify whether or not its proposal included
    certain MIS equipment and lifecycle support tasks. TEN
    137, for example, referred to the radio-frequency identifi-
    cation (“RFID”) devices that DynCorp included in the
    “Distribution Management Technologies” section of its
    proposal. J.A. 111557; see also 105738–39. State noted
    that the RFID devices were not included “as part of a total
    MIS solution in the MIS section” of DynCorp’s proposal
    and that DynCorp had not indicated whether it had
    “included the cost of these requisite system[s] (i.e. tags,
    readers, and software), installation and configuration
    labor, and lifecycle replacement costs in the contract.”
    J.A. 111557. State then asked DynCorp to clarify wheth-
    er the RFID devices were included in its MIS proposal or
    whether it expected State to purchase the devices. J.A.
    111557. Although the TENs cited by DynCorp requested
    clarification regarding whether DynCorp’s proposal
    included certain MIS-related costs and equipment, they
    are insufficient to overcome State’s explicit instruction
    that the WASS Contractor, not the IT Associate Contrac-
    tor, would be responsible for maintaining and operating
    the MIS after transition from the AWIS, see J.A. 103342.
    Indeed, TEN 130 specifically admonished that “[n]ew MIS
    activities and any required IT component should be
    included in the Offeror’s proposal.” J.A. 112476.
    DYNCORP INTERNATIONAL, LLC v. UNITED STATES               11
    E. Alleged Unequal Treatment
    DynCorp contends that State should have disqualified
    AAR because AAR, like DynCorp, proposed that the IT
    Associate Contractor would be responsible for MIS opera-
    tions and maintenance following transition from the
    AWIS. This argument fails. AAR’s technical proposal
    included “Maintenance and Operations” as one of the
    “nine major stages” in its MIS solution. J.A. 109390. Its
    proposal also stated that it would “[o]perate and maintain
    the [MIS], report defects, make minor enhancements to
    the system, and conduct periodic reviews.” J.A. 109391.
    DynCorp’s technical proposal, by contrast, specifically
    stated that the IT Associate Contractor would be respon-
    sible for MIS maintenance and operations. J.A. 106075;
    see also J.A. 106079–81.
    In arguing that AAR proposed to shift responsibility
    for MIS maintenance and operations to the IT Associate
    Contractor, DynCorp places great weight on a statement
    from AAR’s technical proposal stating that “[a]s requested
    by the [contracting officer’s representative], we will deliv-
    er responsibility for the enterprise [MIS] to the IT Associ-
    ate Contractor, or other designated personnel.” J.A.
    108866–67; see also J.A. 109388–89. 3 According to Dyn-
    Corp, the only reasonable reading of this statement is
    that AAR proposed to transfer responsibility for the MIS
    to the IT Associate Contractor after the transition from
    the AWIS was complete.
    3   DynCorp also points to four TENs that State is-
    sued to AAR during the first round of discussions in
    October 2015. See J.A. 112624, 112628, 112632, 112640.
    These TENs, however, simply quote language from the
    original performance work statement, language which
    was deleted by solicitation amendment five. See J.A.
    103418.
    12            DYNCORP INTERNATIONAL, LLC v. UNITED STATES
    We do not agree that AAR’s statement can reasonably
    be interpreted in only one way. Given that AAR’s pro-
    posal specifically stated that “Maintenance and Opera-
    tions” was one of the “major stages” in its MIS solution,
    J.A. 109390, State rationally interpreted AAR’s statement
    as simply giving the agency the option to direct AAR to
    shift responsibility for MIS maintenance and operations
    to the IT Associate Contractor or another designated
    party. As the GAO correctly concluded, “DynCorp’s
    proposal unambiguously places responsibility for MIS
    maintenance on the IT [A]ssociate [C]ontractor upon
    completion of the implementation of the new MIS. In
    contrast, the agency reasonably interpreted AAR’s pro-
    posal as assuming responsibility for MIS maintenance, as
    well as acknowledging that the offeror would transfer
    such responsibility if requested by the agency.” J.A.
    125669–70.
    F. AAR’s Staffing Plan
    Finally, we conclude that, under the particular cir-
    cumstances presented here, State did not err when it
    considered AAR’s response to TEN 010, see J.A. 112759–
    66, when evaluating its staffing proposal. Although the
    solicitation contained a prohibition on cross-referencing
    other proposal volumes, see J.A. 100197, it did not prohib-
    it offerors from cross-referencing a discussion response.
    See J.A. 100233 (“If it is determined to be in the best
    interest of the Government to hold discussions, offeror
    responses to Evaluation Notices (ENs) and the Final
    Proposal Revision (FPR) will be considered in making the
    source selection decision.”).
    CONCLUSION
    We have considered DynCorp’s remaining arguments
    but do not find them persuasive. Accordingly, the judg-
    ment of the United States Court of Federal Claims is
    affirmed.
    DYNCORP INTERNATIONAL, LLC v. UNITED STATES   13
    AFFIRMED