Savantage Financial Services, Inc. v. United States , 595 F.3d 1282 ( 2010 )


Menu:
  •      United States Court of Appeals for the Federal Circuit
    2009-5076
    SAVANTAGE FINANCIAL SERVICES, INC.,
    Plaintiff-Appellant,
    v.
    UNITED STATES,
    Defendant-Appellee.
    .
    Timothy Sullivan, Thompson Coburn, LLP, of Washington, DC, argued for
    plaintiff-appellant.
    A. Bondurant Eley, Attorney, Commercial Litigation Branch, Civil Division, United
    States Department of Justice, of Washington, DC, argued for defendant-appellee. With
    her on the brief were Tony West, Assistant Attorney General, Jeanne E. Davidson,
    Director, and Bryant G. Snee, Deputy Director.
    Appealed from: United States Court of Federal Claims
    Senior Judge Bohdan A. Futey
    United States Court of Appeals for the Federal Circuit
    2009-5076
    SAVANTAGE FINANCIAL SERVICES, INC.,
    Plaintiff-Appellant,
    v.
    UNITED STATES,
    Defendant-Appellee.
    Appeal from the United States Court of Federal Claims
    in 08-CV-021 and 09-CV-113, Senior Judge Bohdan A. Futey.
    __________________________
    DECIDED: February 22, 2010
    __________________________
    Before NEWMAN, BRYSON, and PROST, Circuit Judges.
    BRYSON, Circuit Judge.
    In this pre-award bid protest case, Savantage Financial Services, Inc.,
    challenges the terms of a request for proposals from the Department of Homeland
    Security (“DHS”). The request sought proposals to implement an agency-wide financial,
    acquisition, and asset management system. The request required proposers to offer a
    system that is integrated and currently fully operational within the federal government.
    Although the Court of Federal Claims had previously enjoined DHS from using an earlier
    solicitation, the court concluded that the requirements of the new solicitation were not
    unlawful. Savantage appeals, contending that the new solicitation, like the previous
    one, unduly restricts competition, in violation of the Competition in Contracting Act
    (“CICA”), 
    10 U.S.C. § 2304
    (a)(1).
    I
    DHS was established in 2003 through the merger of 22 federal agencies. As a
    result of the merger, DHS inherited five different financial management software
    systems and a number of different acquisition management and asset management
    systems. The use of different financial systems within the agency has caused logistical
    difficulties and has been the subject of criticism and concern from federal auditors and
    lawmakers. As a result, DHS has devoted considerable effort to obtaining an integrated
    financial, acquisition, and asset management system.
    In January 2004, DHS launched its first effort to integrate its financial systems
    through a project entitled Electronically Managing Enterprise Resources for Government
    Effectiveness and Efficiency (“eMerge2”). The plan underlying the eMerge2 project was
    to purchase commercial off-the-shelf software products and to integrate them so as to
    facilitate communication among all the Department’s components. That project was a
    complete failure; in December 2005, after spending $52 million with no discernible
    results, the agency abandoned the eMerge2 program.
    DHS initiated its second effort to integrate its financial systems in 2007, through
    the Transformation and Systems Consolidation (“TASC”) initiative. Its initial request for
    proposals contained a series of task orders proposing the “migration” of all DHS
    components to one of two integrated “shared software baselines” already in use within
    the agency: (1) the Oracle financial management system integrated with the
    Compusearch PRISM and Sunflower Assets systems, or (2) an integrated system from
    2009-5076                                  2
    Systems Applications Products (“SAP”). In response, Savantage filed a pre-award bid
    protest with the Court of Federal Claims in January 2008. In April 2008, the court ruled
    in favor of Savantage, concluding that DHS’s decision to require migration to the Oracle
    or SAP financial software systems constituted an improper sole-source procurement.
    See Savantage Fin. Servs., Inc. v. United States (“Savantage I”), 
    81 Fed. Cl. 300
    , 308
    (2008).   The court enjoined DHS from proceeding with its solicitation until it had
    conducted a competitive procurement. 
    Id. at 311
    .
    Following the court’s ruling, DHS spent 10 months conducting market research
    regarding the integration and implementation of financial systems in an effort to develop
    a new solicitation. The result was a new request for proposals, issued on January 9,
    2009, and amended on February 14, 2009.           The new request sought a financial,
    acquisition, and asset management system that “will be provided as an integrated
    solution that is currently fully operational in the Federal government.” The new TASC
    procurement was to be conducted as “a full and open competition” in two separate
    phases: (1) identification of viable offerors through submission of information to DHS;
    and (2) submission and demonstration of proposals by viable offerors.
    That process was halted following the receipt of the first phase submissions,
    when Savantage filed the present bid protest action with the Court of Federal Claims.
    Savantage argued that DHS’s requirements unduly restricted full and open competition,
    in violation of CICA, because the requirements effectively eliminated all solutions except
    for Oracle-based systems.     Both parties moved for judgment on the administrative
    record.
    2009-5076                                   3
    In an April 2009 opinion, the trial court denied the protest, holding that Savantage
    “ha[d] not met its burden of demonstrating that the requirement of a fully integrated,
    currently operational system lacks a rational basis” and thus “defer[ring] to the agency’s
    discretion in determining its own needs.” Savantage Fin. Servs., Inc. v. United States
    (“Savantage II”), 
    86 Fed. Cl. 700
    , 706 (2009). Savantage appealed to this court.
    On appeal, Savantage argues that by requiring a system that is integrated and
    currently operational in the federal government, the new solicitation unduly restricts
    competition. Savantage contends that DHS’s attempts to justify those requirements are
    based on conclusory statements lacking factual support in the administrative record.
    Savantage further asserts that DHS’s requirements effectively guarantee that only the
    Oracle     financial   management     product        (coupled   with   the   PRISM   acquisition
    management and the Sunflower asset management products) will qualify for selection.
    According to Savantage, the requirements of the new solicitation are pretextual,
    disguising DHS’s efforts to favor Oracle—one of the solutions DHS was enjoined from
    selecting by specific designation in the prior solicitation.
    II
    In a bid protest case, an agency’s action must be set aside if it is arbitrary,
    capricious, an abuse of discretion, or otherwise not in accordance with law.               See
    Bannum, Inc. v. United States, 
    404 F.3d 1346
    , 1351 (Fed. Cir. 2005); see also 
    28 U.S.C. § 1491
    (b)(4); 
    5 U.S.C. § 706
    (2)(A). The court’s task is to determine whether “(1)
    the procurement official’s decision lacked a rational basis; or (2) the procurement
    procedure involved a violation of regulation or procedure.” Weeks Marine, Inc. v. United
    States, 
    575 F.3d 1352
    , 1358 (Fed. Cir. 2009). Savantage does not allege a procedural
    2009-5076                                       4
    violation, but argues that DHS’s restrictions on the solicitation lacked a rational basis
    and were therefore unlawful.
    Contracting officers “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). For that
    reason, 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, we must sustain an agency action unless the action does not “evince[] rational
    reasoning and consideration of relevant factors.”       Advanced Data Concepts, Inc. v.
    United States, 
    216 F.3d 1054
    , 1058 (Fed. Cir. 2000). Upon review of the record in this
    case, we agree with the trial court that there is a rational basis for the three contested
    requirements of the new solicitation: (1) that the proposed financial, acquisition, and
    asset management system be “integrated”; (2) that it be “currently fully operational”; and
    (3) that it be “currently fully operational in the Federal government.”
    With respect to the requirement that the system be integrated, we agree with the
    trial court that it is “logical that [DHS] would want to ensure its success by seeking a
    fully integrated system, both on the basis of its own experiences and those of other
    agencies and departments.” Savantage II, 86 Fed. Cl. at 706. As the administrative
    record amply shows, the failure of DHS’s own eMerge2 project—largely due to the
    contractors’ inability to provide functional integration among components—underscored
    the risks of building an entirely new system using separate, unintegrated, off-the-shelf
    components. Internal DHS documents indicate that the Department responded to that
    failure by rejecting a piecemeal approach and electing to acquire a core financial
    2009-5076                                     5
    system pre-integrated with other key systems. As we have held, an agency “has no
    obligation to point to past experiences substantiating its concerns in order to survive
    rational basis review . . . [as CICA does not require the agency] to supply a historical
    record of failures to substantiate a risk.”        CHE Consulting, 
    552 F.3d at 1355
    .
    Nonetheless, DHS’s prior “fifty-two million-dollar failure at integration,” Savantage II, 86
    Fed. Cl. at 705, provides support for its decision to obtain a pre-integrated system.
    Savantage contends that there is no justification for DHS’s choice of a pre-
    integrated solution, rather than implementing a core financial system first and then
    separately integrating and implementing feeder systems. Savantage points to evidence
    that building a fully integrated solution at the outset is more difficult than subsequently
    integrating feeder systems into a core financial system, and that a pre-integrated
    solution is thus more likely to fail. On a question such as whether to implement a pre-
    integrated system or to build a system by beginning with a core financial system and
    then integrating other systems afterwards, an agency’s preferences are entitled to great
    weight.   As the trial court noted, “competitors do not dictate an agency’s minimum
    needs, the agency does.”        Savantage II, 86 Fed. Cl. at 706.     And determining an
    agency’s minimum needs “is a matter within the broad discretion of agency officials . . .
    and is not for [the] court to second guess.” Wit Assocs., Inc. v. United States, 
    62 Fed. Cl. 657
    , 662 (2004). We agree with the trial court that Savantage has failed to meet its
    burden of showing that the agency’s decision to require a fully integrated system is so
    plainly unjustified as to lack a rational basis.
    Similarly, DHS’s requirement that the financial management, asset, and
    acquisition system be currently fully operational cannot be considered unreasonable.
    2009-5076                                      6
    Having already failed to build an operational system from the ground up, DHS could
    reasonably prefer a system that is already operating successfully.           Savantage’s
    contention that a pre-integrated system is difficult to implement supports DHS’s decision
    to require a system that has been shown to work.
    Savantage focuses principally on DHS’s final requirement, that the system be
    currently operational in the federal government.          Savantage asserts that the
    administrative record is devoid of evidence connecting DHS’s needs to that requirement
    of the new solicitation. We disagree.
    Contrary to Savantage’s suggestion, DHS was not required to synthesize its
    thinking and its market research into a prelitigation written explanation of the rationale
    for each of the solicitation requirements.      DHS’s rationale for its “in the federal
    government” requirement is apparent from, and supported by, the agency record. The
    $52 million loss resulting from the failed eMerge2 program, which was discussed in June
    2007 testimony before a Senate Committee, prompted DHS to investigate ways to
    leverage its resources and those of other federal agencies to save money and avoid
    unnecessary duplication of efforts.       See Meeting the Challenge: Are Missed
    Opportunities Costing Us Money?: Hearing Before the Subcomm. on Fed. Fin. Mgmt.,
    Gov’t Info., Fed. Servs., and Int’l Sec. of the S. Comm. on Homeland Sec. &
    Governmental Affairs, 110th Cong. 27-39 (2007). The “process overview” of the new
    request for proposals explains the need to “leverage the tremendous investment that
    DHS and the Federal government have made” and to “utilize and reuse work already
    completed” within the federal government. DHS’s TASC documentation also expresses
    the agency’s intention to comply with Office of Management and Budget Circular A-130.
    2009-5076                                   7
    While Circular A-130 does not directly favoring the sharing of information systems, it
    expresses a preference for “satisfy[ing] new information needs through interagency or
    intergovernmental sharing of information . . . , where appropriate, before creating or
    collecting new information.” OMB, Circular No. A-130 § 8(a)(1)(d).
    In addition, numerous DHS documents express the need for a system that
    complies with standards and requirements specific to the government and to DHS. For
    example, the solicitation’s statement of objectives explains that success in achieving
    DHS’s goals of producing timely, accurate, and useful financial information and ensuring
    the integrity of internal controls and clean audit reports “rests upon an integrated core
    financial management system that meets FSIO [Financial Systems Integration Office]
    and DHS-specific requirements,” and complies with statutory and regulatory standards.
    As DHS has explained, federal government accounting practices differ significantly from
    those of private commercial entities. Although Savantage asserts that the requirement
    of FSIO compliance alleviates any concerns regarding the viability of systems from
    outside the federal government, the FSIO requirement does not render irrational DHS’s
    insistence on a contractor with experience in successfully executing a task of a similar
    nature, context, and scope.
    Savantage argues that this case is similar to Redland Genstar, Inc. v. United
    States, 
    39 Fed. Cl. 220
     (1997), in which the Court of Federal Claims held that changes
    to procurement requirements were unsupported by rationales belatedly offered by the
    Army Corps of Engineers. Unlike this case, Redland concerned an agency’s changes
    to its requirements (and attempted justifications) after the filing of a bid protest; the court
    nevertheless considered the late-proffered justifications, but concluded that those
    2009-5076                                     8
    justifications were unpersuasive.     39 Fed. Cl. at 232-34.       Like bid protest cases
    generally, the decision in Redland is highly fact-specific.         Whether an agency’s
    explanation for its bid proposal requirements is reasonable depends on the particular
    circumstances of each case; in this case, we find nothing unreasonable in the means
    DHS has devised to improve its likelihood of success in obtaining the agency-wide
    financial system that it has pursued, so far unsuccessfully, for more than six years.
    Finally, we find no support for Savantage’s argument that DHS’s requirements
    constitute a pretextual attempt to circumvent the trial court’s earlier injunction and
    procure an Oracle-based system.         As an initial matter, government officials are
    presumed to act in good faith. See Alaska Airlines, Inc. v. Johnson, 
    8 F.3d 791
    , 795
    (Fed. Cir. 1993) (“[T]here is a presumption that public officers perform their duties
    correctly, fairly, in good faith, and in accordance with the law and governing regulations
    . . . . [T]his presumption stands unless there is irrefragable proof to the contrary.”).
    There is no evidence in the record to suggest that DHS acted with intent to injure
    Savantage or any other potential bidder.         See Galen Med. Assocs., Inc. v. United
    States, 
    369 F.3d 1324
    , 1330 (Fed. Cir. 2004) (“In the cases where the court has
    considered allegations of [governmental] bad faith, the necessary ‘irrefragable proof’
    has been equated with evidence of some specific intent to injure the plaintiff.”).
    Savantage’s “pretext” argument rests on its contention that DHS’s new
    solicitation requires the use of the PRISM acquisition management system and the
    Sunflower asset management system, which are already used by several of DHS’s
    components.    Although the solicitation does not require the use of the PRISM and
    Sunflower systems, Savantage argues that in light of the widespread current use of
    2009-5076                                    9
    those systems by DHS components, “it doesn’t take much analysis to deduce DHS’s
    unstated requirement that the integrated solution must include the PRISM and
    Sunflower systems.”    Savantage further argues that, among the integrated systems
    currently in operation in the federal government, only Oracle is integrated with the
    PRISM and Sunflower systems. Accordingly, Savantage contends that the solicitation,
    although general in form, is designed to ensure that an Oracle-based system is
    selected.
    Savantage’s argument that DHS is committed to an integrated system using
    PRISM and Sunflower components is speculative and lacks support in the record. The
    Frequently Asked Questions for the new solicitation explicitly states that “[o]fferors are
    free to propose any software and solutions, if appropriate to meet DHS’ requirements”
    and that “corporate experience is not limited to previous experience within DHS.” Other
    DHS documents contrast the new solicitation, which seeks a solution from either inside
    or outside DHS, with the previous solicitation, which limited solutions to those already in
    use within DHS. Finally, there is record support for DHS’s assertion that at least two
    systems other than Oracle are presently integrated and fully operational within the
    federal government.      Therefore, we reject Savantage’s contention that DHS’s
    requirements constitute a pretextual cover for demanding an Oracle-based system.
    Because we agree with the trial court that DHS has a rational basis for requiring
    an integrated financial, acquisition, and asset management system that is currently fully
    operational within the federal government, we uphold the judgment of the Court of
    Federal Claims.
    AFFIRMED.
    2009-5076                                   10