Eskridge & Associates v. United States ( 2020 )


Menu:
  • Case: 19-1862     Document: 44   Page: 1    Filed: 04/15/2020
    United States Court of Appeals
    for the Federal Circuit
    ______________________
    ESKRIDGE & ASSOCIATES,
    Plaintiff-Appellant
    v.
    UNITED STATES,
    Defendant-Appellee
    ANSIBLE GOVERNMENT SOLUTIONS, LLC,
    Defendant
    ______________________
    2019-1862
    ______________________
    Appeal from the United States Court of Federal Claims
    in No. 1:18-cv-02001-CFL, Senior Judge Charles F. Lettow.
    ______________________
    Decided: April 15, 2020
    ______________________
    TIMOTHY TURNER, Whitcomb, Selinsky, PC, Denver,
    CO, argued for plaintiff-appellant.
    TANYA KOENIG, Commercial Litigation Branch, Civil
    Division, United States Department of Justice, Washing-
    ton, DC, argued for defendant-appellee. Also represented
    by JOSEPH H. HUNT, ROBERT EDWARD KIRSCHMAN, JR.,
    DOUGLAS K. MICKLE.
    ______________________
    Case: 19-1862    Document: 44      Page: 2    Filed: 04/15/2020
    2                   ESKRIDGE & ASSOCIATES v. UNITED STATES
    Before PROST, Chief Judge, SCHALL and WALLACH, Circuit
    Judges.
    WALLACH, Circuit Judge.
    Appellant Eskridge & Associates (“Eskridge”) filed a
    bid protest in the U.S. Court of Federal Claims, protesting
    the award of a U.S. Department of the Army (“Army”) con-
    tract to a competitor. Following Eskridge’s motion for judg-
    ment on the administrative record, the Court of Federal
    Claims concluded that Eskridge lacked standing, as it was
    not an interested party pursuant to 28 U.S.C. § 1491, and
    dismissed the protest. See Eskridge & Assocs. v. United
    States, 
    142 Fed. Cl. 410
    , 425 (2019) (Opinion and Order);
    Judgment, Eskridge & Assocs. v. United States, No. 18-
    2001 (Fed. Cl. Mar. 19, 2019), ECF No. 26.
    Eskridge appeals. We have jurisdiction pursuant to 28
    U.S.C. § 1295(a)(3). We affirm.
    BACKGROUND 1
    In 2016, the Army sought to procure the services of cer-
    tified registered nurse anesthetists (“CRNAs”) for the
    Womack Army Medical Center, located in Fort Bragg,
    North Carolina, by issuing a solicitation (“the 2016 Solici-
    tation”). See 
    Eskridge, 142 Fed. Cl. at 412
    –13. Relevant
    here, the Army performed a price realism analysis of the
    proposals made in response to the 2016 Solicitation.
    Id. at 412.
    Eskridge bid on the 2016 Solicitation, but the so-
    licitation was cancelled in 2017 in connection with a cor-
    rective action (“the 2017 Protest”).
    Id. Later in
    2017, the
    Army released a preview for a new solicitation for the
    CRNAs at Fort Bragg.
    Id. at 413.
    The preview outlined
    1   Unless otherwise noted, we will rely on the uncon-
    tested facts as presented by the Court of Federal Claims.
    See generally Appellant’s Br., Appellee’s Br. Where the
    parties disagree, we rely on the record.
    Case: 19-1862     Document: 44     Page: 3    Filed: 04/15/2020
    ESKRIDGE & ASSOCIATES v. UNITED STATES                      3
    the award of a contract on a fixed-price basis for a base pe-
    riod of six months, with the addition of four option years to
    follow, and estimated a cost of $21,034,111.20.
    Id. The preview
    also stated that performance was expected to com-
    mence on April 1, 2018 and to end by September 30, 2022.
    Id. In early
    January 2018, the Army filed a solicitation
    with bids due three weeks later (“the 2018 Solicitation”).
    Id. In addition
    to listing various requirements and expec-
    tations, the 2018 Solicitation provided the method by
    which the Army intended to evaluate the bids—the “lowest
    price technically acceptable . . . approach.”
    Id. (capitaliza- tion
    altered). Specifically, the 2018 Solicitation stated that
    the Army would “initially list proposals from lowest to
    highest price,” and then “evaluate the technical acceptabil-
    ity of the five lowest-priced bids.”
    Id. (internal quotation
     marks and citation omitted). If any of those five bids were
    rated technically acceptable, the Army would “not evaluate
    any other proposals,” and instead “award the contract to
    the lowest-priced, technically acceptable bidder.”
    Id. (in- ternal
    quotation marks and citation omitted). The price
    “would act as a filter,” allowing the Army to review only the
    five lowest-priced bids for the detailed technical evalua-
    tion.
    Id. The Army
    provided three categories to determine
    if a bid was technically acceptable: (1) “[g]eneral compli-
    ance with solicitation requirements”; (2) technical merit,
    scored on six subfactors; and (3) past performance.
    Id. (ci- tation
    omitted). In the 2018 Solicitation, the Army set the
    minimum compensation rate for a CRNA at $113.89 per
    hour, inclusive of fringe benefits.
    Id. at 414.
    The addition
    of the minimum compensation rate—which had not been
    included in the 2016 Solicitation—was provided in lieu of
    the 2016 Solicitation’s price realism analysis, as “the Army
    Case: 19-1862    Document: 44      Page: 4    Filed: 04/15/2020
    4                   ESKRIDGE & ASSOCIATES v. UNITED STATES
    believed the minimum acceptable wage rate acted as a
    price realism regulator[.]”
    Id. 2 The
    Army received eighteen timely, complete pro-
    posals.
    Id. Before the
    Army could evaluate the proposals,
    however, Eskridge filed a pre-award protest with the Gov-
    ernment Accountability Office (“GAO”), alleging that the
    Army “acted in bad faith” regarding the 2018 Solicitation—
    by failing to include language allegedly agreed upon follow-
    ing the 2016 Solicitation’s cancellation—and that the 2018
    Solicitation was ambiguous.
    Id. at 414–15
    (internal quota-
    tion marks and citation omitted). The Army responded, re-
    questing that the GAO dismiss the protest, contending that
    Eskridge failed “to allege facts upon which a legally suffi-
    cient assertion of bad faith could be based.”
    Id. at 415
    (in-
    ternal quotation marks and citation omitted). The Army
    explained that its reference in the 2018 Solicitation to 48
    C.F.R. § 52.222-46, which requires compensation realism
    evaluations, “fulfilled the Army’s obligation arising from
    its informal agreement” after the 2016 Solicitation was
    cancelled.
    Id. (internal quotation
    marks and citation omit-
    ted); see 48 C.F.R. § 52.222-46. 3 Eskridge withdrew its
    2    The 2018 Solicitation was amended multiple times
    and included, inter alia, an increase to the minimum com-
    pensation rate to $121.22 per hour.
    Id. 3 Section
    52.222-46 provides for the evaluation of
    compensation for professional employees. The regulation
    requires that professional employees in the service of the
    federal government “be properly and fairly compensated,”
    as it is “in the [federal government’s] best interest.” 48
    C.F.R. § 52.222-46(a). Accordingly, the regulation provides
    requirements that proposals for the solicitations of profes-
    sional employees undergo various evaluations to ensure
    that the employees are compensated at rates that will en-
    sure “uninterrupted[,] high-quality work.”
    Id. “Failure to
    Case: 19-1862     Document: 44      Page: 5    Filed: 04/15/2020
    ESKRIDGE & ASSOCIATES v. UNITED STATES                       5
    protest two days after the Army responded. 
    Eskridge, 142 Fed. Cl. at 415
    .
    After Eskridge withdrew its protest, the Army com-
    menced its evaluation process.
    Id.
    The Army
    sorted the
    bids according to price; Eskridge’s bid was not ranked
    among the five lowest proposals.
    Id. The Army
    conducted
    its technical evaluations of the lowest proposals and, find-
    ing three of the five to be technically acceptable, sent noti-
    fications to the thirteen unsuccessful bidders, including
    Eskridge.
    Id. The Army
    awarded the contract (“Contract”)
    to Ansible Government Solutions, LLC (“Ansible”), after
    determining that Ansible provided the lowest-priced, tech-
    nically acceptable proposal.
    Id. at 417.
         In March 2018, Eskridge filed another protest with the
    GAO.
    Id. Eskridge alleged
    that the Army’s determination
    was “unreasonable, capricious, and contrary to law” and
    that its “evaluation was ambiguous and contrary to the
    terms of the [2018] [S]olicitation.”
    Id. (internal quotation
     marks and citation omitted). The Army requested that the
    GAO dismiss Eskridge’s protest, arguing that Eskridge
    was not an interested party “because there were [multiple]
    proposals that were evaluated as [t]echnically [a]cceptable
    with . . . lower prices than [Eskridge’s] proposal.”
    Id. (cita- tion
    omitted) (all alterations except ellipsis in original). On
    April 1, 2018, while proceedings were ongoing before the
    GAO, the Army signed the Contract with Ansible.
    Id. Eskridge filed
    a response to the Army’s request for dismis-
    sal on April 6 and, on April 13, the Army issued a stop work
    order to Ansible.
    Id. at 417–18.
    On April 18, the Army
    took corrective action by issuing a memorandum that indi-
    cated it would “‘revise the source selection documents in
    order to better document the selection and award process’
    and to ‘review the evaluations of the proposals [to
    comply . . . may constitute sufficient cause to justify rejec-
    tion of a proposal.”
    Id. § 52.222-46(d).
    Case: 19-1862    Document: 44      Page: 6    Filed: 04/15/2020
    6                   ESKRIDGE & ASSOCIATES v. UNITED STATES
    determine] if [Ansible] fully compl[ied] with’” the require-
    ments of the 2018 Solicitation.
    Id. at 418
    (citation omitted)
    (alterations in original).
    In April 2018, the Army reevaluated the proposals as
    set forth in its corrective action memorandum.
    Id. The Army
    reviewed the ten lowest-priced bidders on both tech-
    nical and past performances bases.
    Id. Five of
    the ten bid-
    ders were deemed technically unacceptable.
    Id. at 419
    . 
    Of
    the five technically acceptable bidders, Eskridge bid the
    highest total price at $18,124,729.20.
    Id. Ansible’s pro-
     posal bore the total price of $16,565,078.40.
    Id. The Army
     compared each line of the itemized proposed price against
    the independent government estimate (“IGE”) to determine
    if each itemized price was fair and reasonable.
    Id. 4 Ansi-
     ble’s proposed prices were 14 to 25 percent less than the
    IGE, while Eskridge’s proposed prices were between 13
    to 14 percent below the IGE.
    Id. The Army
    awarded the
    Contract to Ansible and notified the nine unsuccessful bid-
    ders.
    Id. at 419
    –20.
    
         In August 2018, Eskridge filed a post-award protest
    with the GAO, claiming the Army’s determination process
    was “‘ambiguous and contrary’ to the solicitation, ‘unrea-
    sonable, arbitrary, and contrary to law,’” and conducted in
    bad faith, alleging the Army did not adhere to the terms
    agreed upon following the 2016 Solicitation.
    Id. at 420
    4   The IGE was an estimate “based upon [the Army’s]
    assessment of base salaries paid in the local area as well as
    salaries paid on current contracts.” J.A. 170. In the 2018
    Solicitation, the Army determined it would review compen-
    sation as part of its technical evaluation of the proposals,
    and “[a] low, or no [c]ompensation [p]lan, may be viewed as
    evidence of failure to comprehend the complexity of the
    contract requirements or appropriate compensation levels
    for [the] geographic area where performance will take
    place.” J.A. 170.
    Case: 19-1862     Document: 44     Page: 7    Filed: 04/15/2020
    ESKRIDGE & ASSOCIATES v. UNITED STATES                      7
    (internal citations omitted). Eskridge also argued that An-
    sible’s bid and the other bids lower than its own were too
    close to the proposal’s “minimum bid” of $15,186,441.60.
    Id. In November
    2018, the “GAO dismissed Eskridge’s pro-
    test, finding Eskridge was not an interested party.”
    Id. at 421.
    Specifically, the GAO determined that Eskridge’s
    arguments were “unpersuasive,” as the other three unsuc-
    cessful bidders that had provided proposals with total
    prices lower than Eskridge’s had “a more direct economic
    interest in this procurement.”
    Id. (internal quotation
     marks and citation omitted). Additionally, the GAO found
    unpersuasive Eskridge’s argument that the three other
    bidders with “proposed prices that were in the neighbor-
    hood of Ansible’s also should [be] assessed as nonrespon-
    sive,” as there was less than a $200,000 difference between
    Eskridge’s bid and the next lowest bid.
    Id. (internal quota-
     tion marks and citation omitted).
    In December 2018, Eskridge filed a complaint in the
    Court of Federal Claims, alleging that the “Army’s decision
    to award the [C]ontract to Ansible [is] arbitrary, capricious,
    or contrary to law” and requesting the Court of Federal
    Claims to “issue a declaratory judgment that the Army’s
    award was in violation of its own solicitation and of pro-
    curement laws” and to “order the Army to award the . . .
    [C]ontract to Eskridge.”
    Id. at 412,
    421. The Court of Fed-
    eral Claims dismissed all of Eskridge’s claims.
    Id. at 425.
     In doing so, the Court of Federal Claims first addressed
    whether Eskridge had a substantial chance of winning the
    Contract and concluded that it did not.
    Id. at 422–23.
    The
    Court of Federal Claims reasoned that all five technically
    acceptable bidders exceeded the minimum compensation
    rate required by the Army.
    Id. at 422.
    Second, the Court
    of Federal Claims determined that, because Eskridge’s bid
    was valued within $200,000 of the next lowest bid,
    Eskridge’s bid would fail alongside the other four lower
    bids under Eskridge’s own argument that all bids “‘in the
    neighborhood’ of Ansible’s were so low as to represent a
    Case: 19-1862     Document: 44     Page: 8    Filed: 04/15/2020
    8                   ESKRIDGE & ASSOCIATES v. UNITED STATES
    facially unreasonable bid.”
    Id. at 422–23.
    Third, the Court
    of Federal Claims determined that “the claims of error
    Eskridge makes in this protest focus primarily on the
    Army’s alleged failure to conduct a compensation realism
    analysis, which as a practical matter would affect each of
    the five lowest-priced, technically acceptable proposals
    equally.”
    Id. at 423.
          The Court of Federal Claims also addressed Eskridge’s
    claim that the Army failed to incorporate terms it pledged
    to include following the 2017 Protest.
    Id. at 424.
    It con-
    cluded that Eskridge waived the issue, as a timely com-
    plaint would have come in a pre-award protest.
    Id. The Court
    of Federal Claims concluded that, in any event, the
    Army fulfilled its obligations following the 2017 Protest, as
    it “incorporated by reference [48 C.F.R.] § 52.222-46, which
    put all [bidders] on notice that the Army intended to con-
    duct an analysis of compensation realism as part of the
    technical evaluation.”
    Id. at 424–25.
    The Court of Federal
    Claims dismissed the Complaint, concluding that “because
    Eskridge offered the fifth highest technically acceptable
    bid and its protest does not make a credible challenge to
    the technical acceptability of four lower bids,” “Eskridge
    cannot show a direct economic interest in the protest and
    consequently is not an interested party and lacks stand-
    ing.”
    Id. at 425.
                             DISCUSSION
    I. Standard of Review and Legal Standard
    “Whether a party has standing to sue is a question that
    [we] review de novo.” Am. Fed’n of Gov’t Emps. v. United
    States, 
    258 F.3d 1294
    , 1298 (Fed. Cir. 2001) (internal quo-
    tation marks and citation omitted). Section 1491 provides
    that the Court of Federal Claims
    shall have jurisdiction to render judgment on an
    action by an interested party objecting to a solicita-
    tion by a Federal agency for bids or proposals for a
    Case: 19-1862     Document: 44     Page: 9    Filed: 04/15/2020
    ESKRIDGE & ASSOCIATES v. UNITED STATES                      9
    proposed contract or to a proposed award or the
    award of a contract or any alleged violation of stat-
    ute or regulation in connection with a procurement
    or a proposed procurement.
    28 U.S.C. § 1491(b)(1) (emphasis added). The statute pro-
    vides that the Court of Federal Claims shall have jurisdic-
    tion over an objection brought by “an interested party,” but
    does not define the term. See
    id. § 1491.
          We have held that the “interested party” term under
    § 1491 must be interpreted in accordance with the standing
    requirements provided by the Competition in Contracting
    Act (“CICA”), 31 U.S.C. §§ 3551–56. See Am. 
    Fed’n, 258 F.3d at 1300
    –02; see also Myers Investigative & Sec. Servs.,
    Inc. v. United States, 
    275 F.3d 1366
    , 1370 (Fed. Cir. 2002)
    (“[I]n our recent decision in American Federation, we held
    that [§] 1491(b)(1) did not adopt the [Administrative Proce-
    dure Act’s] liberal standing standards, and that the nar-
    rower standards—consistent with the [CICA]—continued
    to apply.” (internal citation omitted)). “In bid protests un-
    der [§ 1491], we . . . construe the term ‘interested party’ in
    [§] 1491(b)(1) in accordance with the [standing require-
    ments of the] CICA and hold that standing under
    § 1491(b)(1) is limited to actual or prospective bidders or
    offerors whose direct economic interest would be affected by
    the award of the contract or by failure to award the con-
    tract.” Myers 
    Investigative, 275 F.3d at 1370
    (third brack-
    eted addition and ellipsis in original) (emphasis added)
    (internal quotation marks and citation omitted). We have
    stated that “[t]o prove a direct economic interest as a puta-
    tive prospective bidder, [the protestor] is required to estab-
    lish that it had a ‘substantial chance’ of receiving the
    contract.” Rex Serv. Corp. v. United States, 
    448 F.3d 1305
    ,
    1308 (Fed. Cir. 2006); see Info. Tech. & Applications Corp.
    v. United States, 
    316 F.3d 1312
    , 1319 (Fed. Cir. 2003) (“To
    establish prejudice, [the protestor] must show that there
    was a ‘substantial chance’ it would have received the con-
    tract award but for the alleged error in the procurement
    Case: 19-1862    Document: 44      Page: 10     Filed: 04/15/2020
    10                   ESKRIDGE & ASSOCIATES v. UNITED STATES
    process.” (citation omitted)); Statistica, Inc. v. Christopher,
    
    102 F.3d 1577
    , 1581 (Fed. Cir. 1996) (similar).
    II. Eskridge Lacks Standing to Bring a Protest
    The Court of Federal Claims determined that Eskridge
    lacked standing to bring a post-award protest because it
    did not have a direct economic interest since it did not have
    a substantial chance of receiving the Contract. See
    
    Eskridge, 142 Fed. Cl. at 422
    –23. Eskridge contends that
    the Court of Federal Claims erred in concluding that it did
    not have a direct economic interest as it would have had a
    substantial chance of winning the Contract “but for the
    Army’s errors in evaluating technical acceptability.” Ap-
    pellant’s Br. 18. We disagree with Eskridge.
    Eskridge bid on the 2018 Solicitation, so we focus our
    inquiry on whether Eskridge possesses the requisite direct
    economic interest. To be an interested party, a bidder must
    have a “direct economic interest [that] would be affected by
    the award of the contract.” 
    Myers, 275 F.3d at 1370
    . We
    conclude that Eskridge does not possess such a direct eco-
    nomic interest. In a post-award bid protest, the relevant
    inquiry is whether the bidder had a “substantial chance” of
    winning the award—specifically, whether a protestor “es-
    tablish[ed] not only some significant error in the procure-
    ment process, but also that there was a substantial chance
    it would have received the contract award but for that er-
    ror.” 
    Statistica, 102 F.3d at 1582
    ; see United States v. Int’l
    Bus. Machs. Corp., 
    892 F.2d 1006
    , 1010–11 (Fed. Cir. 1989)
    (concluding that a bid protestor had “at best, a trivial in-
    terest in the award” and therefore no economic interest
    where, if the protest were successful, the award would go
    to another party); see also Impresa Construzioni Geom. Do-
    menico Garufi v. United States, 
    238 F.3d 1324
    , 1334 (Fed.
    Cir. 2001) (summarizing cases). Eskridge failed to demon-
    strate that it would be in line for the Contract. First, even
    if Ansible was removed from the running for some reason,
    the award would go to one of the other three lower-priced,
    Case: 19-1862     Document: 44      Page: 11     Filed: 04/15/2020
    ESKRIDGE & ASSOCIATES v. UNITED STATES                        11
    technically acceptable bids that ranked before Eskridge,
    and Eskridge still would not have a substantial chance of
    winning the award. See 
    Eskridge, 142 Fed. Cl. at 424
    (ex-
    plaining that there were three lower-priced, technically ac-
    ceptable bids between Ansible’s and Eskridge’s bids); see
    also Int’l Bus. 
    Machs., 892 F.2d at 1010
    –11 (finding no di-
    rect economic interest where there is a lower-priced, tech-
    nically acceptable bid). 5
    Second, Eskridge fails to allege prejudice sufficient to
    require the Contract to be rebid, which would have allowed
    Eskridge to compete again. A bidder has an economic in-
    terest and therefore standing to challenge a contract award
    where, “if the [bidder’s] bid protest were allowed because of
    an arbitrary and capricious responsibility determination
    by the contracting officer, the government would be obli-
    gated to rebid the contract, and [the bidder] could compete
    for the contract once again.” 
    Impresa, 238 F.3d at 1334
    .
    Outside of its contention that the Army failed to conduct a
    compensation realism analysis, Eskridge does not allege al-
    ternate grounds which, if true, would require rebidding.
    See generally Appellant’s Br. Cf. Info. 
    Tech., 316 F.3d at 1319
    (determining that a disappointed bidder estab-
    lished the requisite prejudice for standing, as the party was
    a qualified bidder whose proposal met minimum contract
    requirements and “its chances of securing the contract in-
    creased if the problem [alleged] . . . was cured”).
    Eskridge’s   counterarguments       are   unavailing.
    Eskridge contends that it would have a chance of being
    awarded the Contract, because its challenge encompasses
    5    To the extent that Eskridge is protesting the terms
    of the 2018 Solicitation, such a challenge is untimely. See
    Blue & Gold Fleet, L.P. v. United States, 
    492 F.3d 1308
    ,
    1313 (Fed. Cir. 2007) (holding that a party waives the abil-
    ity to object to the terms of a solicitation if it fails to do so
    before the close of the bidding process).
    Case: 19-1862    Document: 44     Page: 12    Filed: 04/15/2020
    12                  ESKRIDGE & ASSOCIATES v. UNITED STATES
    all four lower-priced bidders due to the Army’s improper
    determination that they were technically acceptable when
    they were in fact deficient. See Appellant’s Br. 18 (“[T]he
    Army committed substantial errors by failing to adhere to
    evaluation criteria pertaining to retention and recruiting
    of CRNAs,” “which allowed four bidders to submit wage
    rates and pricing wholly inadequate to retain and recruit
    CRNAs in the latter option years of the contract[.]”). Spe-
    cifically, Eskridge asserts—notably without providing rec-
    ord support—that the 2018 Solicitation required that
    “wage rates must increase proportionally per option year
    at a percentage necessary to maintain and sustain the
    workforce throughout the life of the contract.”
    Id. at 19.
          This argument fails, hinging on a faulty premise: For
    Eskridge’s argument to prevail, the 2016 Solicitation’s
    price realism analysis requirement—which Eskridge sug-
    gests would engender the need for proportional and annual
    wage increases—must have been imputed into the 2018 So-
    licitation. It was not incorporated. The Army specified
    that in the 2018 Solicitation, it had removed the 2016 So-
    licitation’s price realism analysis requirement and, in its
    place, added the minimum compensation rate requirement.
    See 
    Eskridge, 142 Fed. Cl. at 414
    (“[T]he Army made th[e]
    [minimum compensation rate] addition because the prior
    iteration of this procurement—unlike the current one—in-
    corporated price realism in a best value trade-off analy-
    sis.”); see J.A. 171 (2018 Solicitation) (setting the initial
    “minimum acceptable provider wage rate” at $113.84 (cap-
    italization altered)), 159–72 (2018 Solicitation) (providing
    for no annual wage increase in option years). All four of
    the lower-priced bids met the compensation rate require-
    ment, see 
    Eskridge, 142 Fed. Cl. at 414
    –15; see also
    J.A. 861–65, and so the Court of Federal Claims did not err
    in determining the bids were technically acceptable on that
    basis, see Int’l Bus. 
    Machs., 892 F.2d at 1011
    (explaining
    that, where every bidder “offers essentially the same
    [bid,] . . . materially differ[ing] only as to price, the
    Case: 19-1862    Document: 44     Page: 13    Filed: 04/15/2020
    ESKRIDGE & ASSOCIATES v. UNITED STATES                    13
    solicitation itself is not challenged, and there is no reason
    to believe that the second-lowest bid is not responsive, only
    the second-lowest bidder has a direct economic interest”).
    Similarly, Eskridge’s claim that the Army erred by rat-
    ing the four lower bidders as technically acceptable—de-
    spite their offering of wage rates that “fall[] below the
    median rate established by the IGE” for two option years—
    is flawed. Appellant’s Br. 21. The compensation realism
    analysis specified in the 2018 Solicitation requires the
    Army to measure each bid’s price against the minimum
    hourly rate provided for, which the Army did. See
    
    Eskridge, 142 Fed. Cl. at 422
    . In contrast, the IGE analysis
    is used to determine whether each bidder’s pricing was
    “[f]air and reasonable.”
    Id. at 419
    (citation omitted); see
    J.A. 859 (2018 Solicitation Source Selection Decision Doc-
    ument) (“Fair and reasonable pricing can be determined by
    comparison to the [IGE].”). Compensation realism analysis
    evaluates whether a proposed compensation is too low,
    
    Eskridge, 142 Fed. Cl. at 423
    , while the fair and reasonable
    analysis determines if it is too high. See Triad Int’l Maint.
    Corp., B-408374, 
    2013 WL 4854436
    , at *7 (Comp. Gen.
    Sept. 5, 2013) (citing Milani Constr., LLC, B-401942, 2010
    CPD ¶ 87 at 4 (Comp. Gen. Dec. 22, 2009)). For the reasons
    stated above, the Army did not err in its compensation re-
    alism analysis. Accordingly, because Eskridge failed to
    demonstrate a direct interest, it does not have standing to
    protest.
    CONCLUSION
    We have considered Eskridge’s remaining arguments
    and find them unpersuasive. Accordingly, the Judgment of
    the U.S. Court of Federal Claims is
    AFFIRMED