Caci, Inc.-Federal v. United States ( 2023 )


Menu:
  • Case: 22-1488    Document: 81     Page: 1   Filed: 05/10/2023
    United States Court of Appeals
    for the Federal Circuit
    ______________________
    CACI, INC.-FEDERAL,
    Plaintiff-Appellant
    v.
    UNITED STATES, GENERAL DYNAMICS MISSION
    SYSTEMS, INC., SIERRA NEVADA CORPORATION,
    Defendants-Appellees
    ______________________
    2022-1488
    ______________________
    Appeal from the United States Court of Federal Claims
    in No. 1:21-cv-01823-ZNS, Judge Zachary N. Somers.
    ______________________
    Decided: May 10, 2023
    ______________________
    SHANNEN WAYNE COFFIN, Steptoe & Johnson LLP,
    Washington, DC, argued for plaintiff-appellant. Also rep-
    resented by MARK CHRISTOPHER SAVIGNAC; GARY
    CAMPBELL, MILES MCCANN, Perkins Coie LLP, Washing-
    ton, DC.
    DANIEL FALKNOR, Commercial Litigation Branch, Civil
    Division, United States Department of Justice, Washing-
    ton, DC, argued for defendant-appellee United States. Also
    represented by REGINALD THOMAS BLADES, JR., BRIAN M.
    BOYNTON, PATRICIA M. MCCARTHY; MICHAEL RAY TREGLE,
    JR., Contract Litigation and Intellectual Property, United
    Case: 22-1488    Document: 81      Page: 2    Filed: 05/10/2023
    2                                    CACI, INC.-FEDERAL   v. US
    States Army Legal Service Agency, Fort Belvoir, VA.
    MATTHEW S. HELLMAN, Jenner & Block LLP, Washing-
    ton, DC, argued for defendant-appellee General Dynamics
    Mission Systems, Inc. Also represented by NOAH B.
    BLEICHER, NATHANIEL EDWARD CASTELLANO, CARLA
    JOANNE WEISS.
    SHAUN C. KENNEDY, Holland & Hart LLP, Denver, CO,
    for defendant-appellee Sierra Nevada Corporation. Also
    represented by CHRISTOPHER M. JACKSON, RYAN
    LUNDQUIST, THOMAS ANDREW MORALES.
    ______________________
    Before DYK, REYNA, and STARK, Circuit Judges.
    DYK, Circuit Judge.
    Appellant CACI, Inc. (“CACI”) appeals the Court of
    Federal Claims (“Claims Court”) dismissal of its bid pro-
    test. The Claims Court held that CACI lacked standing but
    nonetheless alternatively concluded that CACI’s bid suf-
    fered a fatal technical deficiency. We hold that the Claims
    Court erred in treating the statutory standing issue as ju-
    risdictional. We affirm on the merits.
    BACKGROUND
    I.     CACI’s Proposal and the Army’s Evaluation
    The Army issued a solicitation for a Next Generation
    Load Device Medium (“NGLD-M” or “device”) to encrypt
    and decrypt sensitive information on the battlefield. In its
    solicitation, the Army stated that “[i]n order to be eligible
    for [the] award Offerors must . . . [r]ecieve a minimum of
    acceptable rating in each Technical Subfactor.” J.A. 1588.
    The technical subfactors were “Hardware and Application
    Programming Interface (API) Integration/Description Ap-
    proach, User Application Software (UAS) Approach/Key
    Management         Interface    (KMI)       Implementation,
    Case: 22-1488    Document: 81     Page: 3    Filed: 05/10/2023
    CACI, INC.-FEDERAL   v. US                                3
    Management, and Production.” J.A. 1588. The Army eval-
    uated each technical subfactor for strengths, weaknesses,
    significant weaknesses, and deficiencies. A deficiency “is a
    material failure of a proposal to meet a Government re-
    quirement or a combination of significant weaknesses in a
    proposal that increases the risk of unsuccessful contract
    performance to an unacceptable level.” J.A. 1594. One or
    more deficiencies would lead to an unacceptable rating,
    meaning that the “[p]roposal is unawardable.” J.A. 1594.
    Five offerors submitted proposals. CACI submitted an
    initial proposal that was given a Technical/Risk Rating of
    unacceptable because it failed to provide for two-factor au-
    thentication for all modes of operation as required by the
    solicitation. Despite this deficiency, CACI’s proposal was
    included in the competitive range, and CACI was allowed
    to submit a final proposal because “only minor revisions to
    [CACI’s] proposal will be required to rectify this issue and
    a complete rewrite will not be necessary.” J.A. 5398.
    Appellees Sierra Nevada Corporation (“SNC”) and
    General Dynamics Mission Systems (“GDMS”) were also
    within the competitive range. CACI, SNC, and GDMS sub-
    mitted final proposals. CACI for the first time included
    two-factor authentication in its bid for all modes of opera-
    tion. CACI proposed using a username and password for
    the first method of authentication and a dongle that could
    be inserted into the device’s USB port for the second
    method of authentication.
    The Army assigned three deficiencies to CACI’s pro-
    posal related to its two-factor authentication proposal.
    First, the Army was unable to confirm that the device with
    the dongle inserted would meet the size requirement be-
    cause CACI did not provide the size measurement of the
    dongle used for two-factor authentication. The Army also
    assigned two other deficiencies because it determined that
    CACI’s proposal required that the two-factor authentica-
    tion dongle remain inserted into the device’s only USB
    Case: 22-1488      Document: 81     Page: 4    Filed: 05/10/2023
    4                                     CACI, INC.-FEDERAL   v. US
    port, meaning the USB port could not be used to distribute
    and receive data as required by the solicitation. The Army
    assigned one deficiency for failure to meet data distribution
    requirements and another for failing to meet the data re-
    ceiving requirements. Because of these three deficiencies,
    CACI was ineligible for the award. The Army awarded the
    contract to SNC and GDMS.
    II.    Proceedings at the Claims Court
    CACI filed a bid protest at the Claims Court challeng-
    ing the technical deficiencies assigned to its proposal. SNC
    and GDMS intervened as defendants. SNC and the gov-
    ernment moved to dismiss CACI’s complaint for lack of
    standing under a new theory not raised before or addressed
    by the contracting officer, namely that CACI had an organ-
    izational conflict of interest (“OCI”) that could not be
    waived or mitigated, which made CACI ineligible for the
    award even if it were to prevail on its claim regarding the
    technical deficiencies. Because of the OCI, SNC and the
    government argued that CACI was not an interested party
    and lacked standing, which they characterized as a juris-
    dictional issue.
    OCIs are governed by the Federal Acquisitions Regula-
    tions (“FAR”), found at 48 C.F.R. Chapter 1. The FAR pre-
    scribes “limitations on contracting as the means of
    avoiding, neutralizing, or mitigating [OCIs]” with the goals
    of “[p]reventing the existence of conflicting roles that might
    bias a contractor’s judgment” and “[p]reventing unfair com-
    petitive advantage.” FAR § 9.505. Under the FAR, con-
    tracting officers are to “[i]dentify and evaluate potential
    [OCIs] as early in the acquisition process as possible.” FAR
    § 9.504(a)(1). An OCI can result from work performed un-
    der a prior contract. The FAR provides, in relevant part,
    that “[a] contractor that provides systems engineering and
    technical direction for a system [under a prior contract] . . .
    shall not . . . [b]e awarded a contract to supply the system
    or any of its major components.” FAR § 9.505-1. In
    Case: 22-1488    Document: 81      Page: 5    Filed: 05/10/2023
    CACI, INC.-FEDERAL   v. US                                 5
    general, an OCI can be waived by an agency head or de-
    signee, FAR § 9.503, an OCI can be mitigated, see FAR
    § 9.505, and contractual restrictions may sunset under the
    terms of the prior contract, FAR § 9.507-2. 1
    Here, as part of its proposal, CACI submitted an Or-
    ganizational and Consultant Conflict of Interest state-
    ment. CACI’s statement acknowledged that a former CACI
    employee under a prior contract worked with the Army to
    prepare one of the documents included in the solicitation
    but contended that the employee “provided only logistical
    and administrative support” and “did not participate in the
    substantive aspects of the [document] approval process.”
    J.A. 2318. Thus, CACI concluded it did not have an OCI
    with respect to the current contract. J.A. 2318. Because
    the employee did not provide “engineering and technical di-
    rection” there was no conflict. The contracting officer at
    the time of the proposal made no determination or sugges-
    tion that there was an OCI.
    For the first time at the Claims Court, SNC and the
    government argued that the work of CACI’s former em-
    ployee constituted an OCI because the work was “systems
    engineering and technical assistance” (“SETA”) under FAR
    § 9.505-1. Because CACI had an OCI, it did not have a sub-
    stantial chance of securing the award; it was not an inter-
    ested party and thus lacked standing. In support of its
    motion, the government submitted a declaration from the
    contracting officer for the solicitation. The contracting of-
    ficer stated that, “[a]t the request of counsel for the
    1   CACI asks us to interpret FAR § 9.507-2 and hold
    that once a sunset provision contained in a prior contract
    in accordance with that regulation becomes operable then
    a bidder no longer has a disqualifying OCI stemming from
    that contract, notwithstanding the arguable applicability
    of FAR § 9.505-1. Consistent with the analysis below, we
    decline to decide this issue.
    Case: 22-1488    Document: 81      Page: 6    Filed: 05/10/2023
    6                                    CACI, INC.-FEDERAL   v. US
    Government,” she reviewed CACI’s OCI statement and
    found that “CACI would not have been eligible for [an]
    award due to an unmitigable OCI.” J.A. 59. The contract-
    ing officer declined to request a waiver from the agency
    head at the time she prepared her declaration because she
    “ha[d] no information before [her] that would lead [her] to
    believe that it was in the Government’s best interest to
    waive any provision of FAR Sub Part 9.5 in this acquisi-
    tion.” J.A. 60–61. The contracting officer also found that
    CACI had an OCI that could not be mitigated. The con-
    tracting officer’s declaration did not address whether the
    restriction resulting from the earlier contract had expired,
    i.e., sunsetted.
    In its answering brief, CACI argued that the OCI
    should not be determined in a de novo review by the Claims
    Court because the contracting officer’s declaration failed to
    follow the procedure set forth by the FAR, and, in any
    event, that the work done by its prior employee was not
    SETA work, and that any potential OCI had been sunset-
    ted.
    The Claims Court conducted its own analysis of the rec-
    ord evidence, finding that CACI’s OCI statement and the
    technical documents in the solicitation provided prima fa-
    cie evidence that CACI had performed SETA work. The
    Claims Court did not rely upon the contracting officer’s dec-
    laration. Because “[t]he FAR prohibits a [systems engi-
    neering and technical direction] contractor, as either a
    prime contractor or a subcontractor, from supplying any of
    the system’s major components,” J.A. 9 (alterations in orig-
    inal) (citations omitted), and because CACI’s prior work
    was related to the same system, CACI had an OCI. Since
    CACI did not provide any evidence to rebut this prima facie
    showing, the Claims Court concluded that CACI did not
    have standing because the OCI would have prevented
    CACI from being eligible for the award. In other words,
    CACI did not show that it had a “substantial chance it
    would have received the contract award but for the alleged
    Case: 22-1488     Document: 81        Page: 7   Filed: 05/10/2023
    CACI, INC.-FEDERAL   v. US                                    7
    error [regarding the technical deficiencies] in the procure-
    ment process.” J.A. 9 (internal quotation marks and em-
    phasis omitted) (quoting Info. Tech. & Applications Corp.
    v. United States, 
    316 F.3d 1312
    , 1319 (Fed. Cir. 2003)).
    The Claims Court apparently held that the OCI here
    was not eliminated by waiver, mitigation, or sunset provi-
    sions, because the FAR provides that
    [a] contractor that provides systems engineering
    and technical direction for a system but does not
    have overall contractual responsibility for its devel-
    opment, its integration, assembly, and checkout, or
    its production shall not – (1) be awarded a contract
    to supply the system or any of its major components
    or (2) be a subcontractor or consultant to a supplier
    of the system or any of its major components.
    J.A. 9 (emphasis and alteration in original) (quoting FAR
    § 9.505-1(a)).
    Alternatively, the Claims Court found that, even if
    CACI had standing, defendants would nevertheless be en-
    titled to judgment on the administrative record. In this re-
    spect, the Claims Court considered each of the challenged
    technical deficiencies and found that the Army acted rea-
    sonably in its assessment of CACI’s proposal.
    The Claims Count dismissed CACI’s complaint for lack
    of jurisdiction (lack of standing). CACI appealed. We have
    jurisdiction pursuant to 
    28 U.S.C. § 1295
    (a)(3).
    DISCUSSION
    I.     The Claims Court’s OCI Decision
    Under the Tucker Act, the Claims Court has jurisdic-
    tion over actions “by an interested party objecting to . . . the
    award of a contract [by a federal agency.]” 
    28 U.S.C. § 1491
    (b)(1). We have interpreted the statutory language
    “interested party” to be an “actual or prospective bidder[]
    or offeror[] whose direct economic interest would be
    Case: 22-1488     Document: 81     Page: 8    Filed: 05/10/2023
    8                                    CACI, INC.-FEDERAL   v. US
    affected by the award of the contract or by failure to award
    the contract.” Rex Serv. Corp. v. United States, 
    448 F.3d 1305
    , 1307 (Fed. Cir. 2006) (emphasis and citation omit-
    ted). “To prove a direct economic interest, a party must
    show that it had a ‘substantial chance’ of winning the con-
    tract.” Digitalis Educ. Sols., Inc. v. United States, 
    664 F.3d 1380
    , 1384 (Fed. Cir. 2012) (quoting Rex Serv., 
    448 F.3d at 1308
    ).
    The standing issue here presents a question of statutory
    standing rather than Article III standing, Acetris Health,
    LLC v. United States, 
    949 F.3d 719
    , 727 (Fed. Cir. 2020)
    (characterizing the “interested party” inquiry as “statutory
    standing”), there being no contention that CACI lacks Ar-
    ticle III standing. Although the Supreme Court had “on
    occasion . . . treated [statutory standing] as effectively ju-
    risdictional,” Lexmark Int’l, Inc. v. Static Control Compo-
    nents, Inc., 
    572 U.S. 118
    , 128 n.4 (2014) (citing Steel Co. v.
    Citizens for a Better Env’t, 
    523 U.S. 83
    , 97 & n.2 (1998)), in
    Lexmark, the Supreme Court held that statutory standing,
    occasionally referred to as the zone-of-interests require-
    ment, is not jurisdictional. 
    Id.
     Rather, it is “an issue that
    requires us to determine, using traditional tools of statu-
    tory interpretation, whether a legislatively conferred cause
    of action encompasses a particular plaintiff’s claim.” 
    Id. at 127
    .
    Thus, as we have confirmed, “the Supreme Court has
    . . . clarified that so-called ‘statutory standing’ defects do
    not implicate a court’s subject-matter jurisdiction.” Lone
    Star Silicon Innovations LLC v. Nanya Tech. Corp., 
    925 F.3d 1225
    , 1235 (Fed. Cir. 2019) (citing Lexmark, 
    572 U.S. at
    128 n.4); see also Meenaxi Enter., Inc. v. Coca-Cola Co.,
    
    38 F.4th 1067
    , 1072 n.2 (Fed. Cir. 2022). This is true even
    when the cause of action relies on a waiver of sovereign im-
    munity. See Wilkins v. United States, 
    143 S. Ct. 870
    , 879
    (2023); Walby v. United States, 
    957 F.3d 1295
    , 1300 (Fed.
    Cir. 2020) (citing United States v. Kwai Fun Wong, 
    575 U.S. 402
    , 410 (2015)). Our prior caselaw treating the interested
    Case: 22-1488     Document: 81     Page: 9    Filed: 05/10/2023
    CACI, INC.-FEDERAL   v. US                                  9
    party issue as a jurisdictional issue, see, e.g., Myers Inves-
    tigative & Sec. Servs., Inc. v. United States, 
    275 F.3d 1366
    ,
    1369 (Fed. Cir. 2002) (citing Steel Co, 
    523 U.S. at
    102–04),
    is no longer good law in this respect. The Claims Court
    here erred in treating the issue of statutory standing as ju-
    risdictional.
    We now turn to the question of whether the Claims
    Court properly considered statutory standing de novo
    where the issue had not been addressed initially by the con-
    tracting officer. Federal acquisitions, and the role of the
    contracting officer, are governed by the FAR. This regula-
    tion is promulgated under chapter 13 of title 41 of the U.S.
    Code. The statute establishes “a Federal Acquisition Reg-
    ulatory Council,” 
    41 U.S.C. § 1302
    , with members author-
    ized to issue and maintain the FAR. 
    Id.
     § 1303(a)(1).
    Under the FAR, the contracting officer plays important
    roles. The contracting officer determines whether and to
    whom a contract should be awarded by applying the terms
    of the solicitation, the FAR, and other governing authority.
    See FAR § 15.303. In the case of a dispute between the
    government and the contracting party after a contract has
    been awarded, the contractor can submit a dispute directly
    to the contracting officer under the Contract Disputes Act.
    
    41 U.S.C. § 7103
    (a)(1). The contracting officer’s decision is
    then subject to review by an agency board or the Claims
    Court. 
    Id.
     § 7104.
    In contrast, in most bid protests, the contracting officer
    is not charged with initially resolving a bid protest dispute.
    Under the statute, a protestor may file a protest at Govern-
    ment Accountability Office or the Claims Court. 2 See
    
    41 U.S.C. § 3708
    (a)(1); 
    31 U.S.C. § 3552
    (a); 4 C.F.R.
    2   A protestor may also file a protest directly with the
    contracting officer, as established by Executive Order No.
    12,979, 
    60 Fed. Reg. 55171
     (Oct. 25, 1995). See FAR
    § 33.103.
    Case: 22-1488    Document: 81      Page: 10    Filed: 05/10/2023
    10                                   CACI, INC.-FEDERAL   v. US
    21.1(c); 
    28 U.S.C. § 1491
    (b)(1). When such disputes are
    presented to the Claims Court, the plaintiff must be an “in-
    terested party,” 
    28 U.S.C. § 1491
    (b)(1), that is, a party with
    a substantial chance of securing the award. See Info. Tech.
    & Applications Corp., 
    316 F.3d at 1319
     (statutory stand-
    ing). The Claims Court in some instances must make the
    statutory standing determination, i.e., whether the plain-
    tiff is an interested party. This determination by the
    Claims Court is required when the plaintiff is arguing that
    the contracting officer made an error in evaluating the bid
    of another contractor. Myers, 
    275 F.3d at 1370
    ; CliniComp
    Int’l, Inc. v. United States, 
    904 F.3d 1353
    , 1359 (Fed. Cir.
    2018). This is so even though statutory standing is no
    longer treated as a jurisdictional issue. We see nothing in
    Lexmark that suggests that in such cases the Claims Court
    may not initially determine whether a plaintiff is an “inter-
    ested party,” though such an initial determination is not
    required before addressing the merits, because statutory
    standing is not jurisdictional.
    In such instances where the Claims Court elects to
    make a determination of statutory standing, the Claims
    Court is charged only with making a preliminary determi-
    nation (“substantial chance”) with respect to the plaintiff’s
    chances of securing the contract, rather than a final merits
    determination of contract entitlement. See Digitalis, 
    664 F.3d at 1384
    . Unless some exception to the Chenery doc-
    trine permits final decision by the Claims Court, for exam-
    ple, the issue to be decided is purely legal, a remand to the
    agency is required to make the final determination of con-
    tract entitlement. See Oracle Am., Inc. v. United States,
    
    975 F.3d 1279
    , 1291 (Fed. Cir. 2020) (describing Chenery
    remand exceptions).
    However, the present case is different from Myers and
    CliniComp in that CACI is not challenging an award to a
    third party based on some defect in the solicitation process,
    but is rather challenging the contracting officer’s determi-
    nation that CACI’s own bid had disqualifying deficiencies.
    Case: 22-1488    Document: 81     Page: 11    Filed: 05/10/2023
    CACI, INC.-FEDERAL   v. US                                11
    In this context, the statutory standing issue and the merits
    issue are overlapping. Every merits issue to a bidder’s
    qualifications is also a statutory standing issue. As the
    government admitted at oral argument, the technical defi-
    ciencies issues here could themselves be viewed as statu-
    tory standing issues. See Oral Arg. at 19:22–20:51; see also
    COMINT Sys. Corp. v. United States, 
    700 F.3d 1377
    , 1383
    (Fed. Cir. 2012) (“[T]he propriety of the marginal Qual-
    ity/Capability rating assigned to Comint by the agency is
    determinative of both Comint’s standing and the merits.”).
    In such a situation, allowing the Claims Court to deter-
    mine statutory standing de novo would be to allow the
    Claims Court to determine the merits de novo, when the
    statute and regulations clearly provide that CACI’s OCI
    compliance is to be determined initially by the contracting
    officer and reviewed by the Claims Court based on the
    agency record and an arbitrary and capricious standard.
    Congress has primarily placed the matter of OCI deter-
    minations in the hands of the contracting officer. “[T]he
    FAR recognizes that the identification of OCIs and the
    evaluation of mitigation proposals are fact-specific inquir-
    ies that require the exercise of considerable discretion.”
    Axiom Res. Mgmt., Inc. v. United States, 
    564 F.3d 1374
    ,
    1382 (Fed. Cir. 2009) (citing FAR § 9.505). We have em-
    phasized the importance of the arbitrary and capricious
    standard for reviewing a contracting officer’s actions in bid
    award decisions. Id. at 1381–82.
    In Axiom, Axiom, an unsuccessful bidder, challenged
    the award of a contract to another bidder, Lockheed, alleg-
    ing that Lockheed had an OCI. Id. at 1377–78. The con-
    tracting officer had reviewed Lockheed’s alleged OCI and
    concluded that the OCI was appropriately mitigated. Id.
    Axiom filed a complaint at the Claims Court, alleging that
    the government violated the FAR’s OCI provisions and
    seeking to supplement the record with affidavits not before
    the contracting officer. Id. at 1378–79. The Claims Court
    Case: 22-1488    Document: 81      Page: 12     Filed: 05/10/2023
    12                                    CACI, INC.-FEDERAL   v. US
    allowed Axiom to supplement the record and held, based
    on the supplemented record, that there was an OCI in vio-
    lation of FAR § 9.5. In doing so, the court did not apply the
    arbitrary and capricious standard. Id. at 1379. On appeal,
    we held that the Claims Court erred by essentially conduct-
    ing a de novo review of the OCI issue and in allowing Axiom
    to supplement the record before the contracting officer. Id.
    at 1381.
    Here, too, the Claims Court erroneously conducted a de
    novo review of CACI’s purported OCI. Where, as here, is-
    sues of statutory standing and merits overlap and there is
    no Chenery exception, the Claims Court has no authority
    to conduct its own de novo determination of the issue based
    on a record made in the Claims Court. 3
    To be sure, when a losing bidder is challenging the con-
    tracting officer’s determination, the disappointed bidder
    must establish that it was prejudiced by the contracting of-
    ficer’s action. See Oracle Am., Inc., 975 F.3d at 1290–92.
    The issue of prejudice is related to the issue of statutory
    standing. See Data Gen. Corp. v. Johnson, 
    78 F.3d 1556
    ,
    1562 (Fed. Cir. 1996) (describing various formulations of
    prejudice). Here, the government could assert that any er-
    ror in the technical deficiencies determination would have
    been harmless if CACI had a disqualifying conflict of inter-
    est. But as with statutory standing under Lexmark, the
    issue of prejudice is no longer jurisdictional unless it impli-
    cates Article III considerations, and our cases to the con-
    trary are no longer good law. The issue of prejudice can
    properly be resolved by the Claims Court initially only if
    under Chenery the issue need not be remanded to the
    agency, for example, if the issue is a purely legal question,
    Oracle Am., Inc., 975 F.3d at 1291, which is not the case
    3   This conclusion is not intended to suggest that the
    Claims Court cannot make jurisdictional determinations in
    the first instance.
    Case: 22-1488    Document: 81     Page: 13   Filed: 05/10/2023
    CACI, INC.-FEDERAL   v. US                               13
    here. Typically, however, if the issue has not been ad-
    dressed in the first instance by the contracting officer, a
    remand is necessary for the contracting officer to address
    the issue of prejudice.
    In the context of appeals from other agency decisions,
    the Supreme Court has held that, “[g]enerally speaking, a
    [reviewing court] should remand a case to an agency for
    decision of a matter that statutes place primarily in agency
    hands.” INS v. Orlando Ventura, 
    537 U.S. 12
    , 16 (2002)
    (per curiam). This is because “[t]he reviewing court is not
    generally empowered to conduct a de novo inquiry into the
    matter being reviewed and to reach its own conclusions
    based on such an inquiry.” Fla. Power & Light Co. v. Lo-
    rion, 
    470 U.S. 729
    , 744 (1985). 4 In general, a declaration
    from a contracting officer as to how she would resolve the
    case is no substitute for a remand where the challenging
    party would have a full opportunity to present the case to
    the contracting officer. See FAR § 9.504(e) (“Before deter-
    mining to withhold award based on conflict of interest con-
    siderations, the contracting officer shall notify the
    contractor, provide the reasons therefor, and allow the con-
    tractor a reasonable opportunity to respond.”).
    Given our determination as to the contracting officer’s
    evaluation of the technical deficiencies (discussed below),
    there is no need to consider a remand to the contracting
    officer in this case to consider the OCI allegations. 5
    4   See also, e.g., Turner Const. Co. v. United States,
    
    645 F.3d 1377
    , 1386–87 (Fed. Cir. 2011) (finding no error
    in the Claims Court’s deferential consideration of a con-
    tracting officer’s post-award OCI investigation and analy-
    sis).
    5   CACI raises concerns about the effect of the Claims
    Court’s OCI decision on its eligibility and competitiveness
    Case: 22-1488         Document: 81   Page: 14    Filed: 05/10/2023
    14                                      CACI, INC.-FEDERAL   v. US
    II.      CACI’s Technical Deficiencies
    We review the Claims Court’s assessment of agency ac-
    tions without deference, reapplying the same standard of
    review applicable in the Claims Court. Bannum, Inc. v.
    United States, 
    404 F.3d 1346
    , 1351 (Fed. Cir. 2005). We
    consider whether the agency’s actions were “arbitrary, ca-
    pricious, an abuse of discretion, or otherwise not in accord-
    ance with law.” 
    5 U.S.C. § 706
    (2)(A); see Bannum, 
    404 F.3d at 1351
    .
    We consider only the first technical deficiency because
    it is determinative. There is evidence that the dongle in
    CACI’s proposal would protrude from the device. The
    Army assigned a technical deficiency to CACI’s proposal for
    failing to include the measurements of the proposed dongle
    used for two-factor authentication, making it “unclear if
    the proposed design meets the [device] length . . . require-
    ment[]” when the dongle is inserted. Appellant’s Br. at 44
    (quoting J.A. 5137).
    CACI argues that the Army’s determination was an
    abuse of discretion for two reasons.
    First, CACI argues that the dongle was not “opera-
    tional hardware” and thus did not need to be included in
    for contracts in the future. Based on these concerns, CACI
    asks that we clearly rule there was no OCI. Oral Arg. at
    0:16-0:36, 2:26-2:50. While we are not unsympathetic to
    CACI’s concerns, we conclude that the issue need not and
    should not be resolved in this appeal, just as the Claims
    Court could not properly resolve it de novo. We note, how-
    ever, that because we vacate the OCI finding (and the con-
    tracting officer’s declaration) without remanding for a final
    determination on the issue, the Claims Court’s OCI find-
    ings have no preclusive effect.
    Case: 22-1488    Document: 81      Page: 15    Filed: 05/10/2023
    CACI, INC.-FEDERAL   v. US                                   15
    the device measurements. CACI points to the size require-
    ment, which states:
    The NGLD-M operational hardware used to per-
    form NGLD-M functions shall not exceed the
    length of 7.75”, width of 4.5”, and depth of 2.5”. The
    NGLD-M operational hardware used to perform
    NGLD-M functions shall not exceed 8 pounds. (In-
    cluding batteries as well as system components and
    accessories). The operational hardware may con-
    tain primary device, batteries and accessories re-
    quired to operate the NGLD-M.                  Battery
    installation is included for [size] requirements.
    Standalone cables that provide a means of interfac-
    ing with systems, devices or power sources that are
    outside of the NGLD-M system context are exempt
    from the [size] requirements. Contractors shall not
    use proprietary standalone cables.
    J.A. 1334 (emphasis added). CACI argues that the lan-
    guage “[t]he operational hardware may contain,” 
    id.
     (em-
    phasis added), suggests that the Army considered some
    accessories not to be “operational hardware.” CACI further
    points to the language, “Standalone cables that provide a
    means of interfacing with systems, devices or power
    sources that are outside of the NGLD-M system context are
    exempt from the [size] requirements,” 
    id.,
     as evidence that
    not all accessories are operational hardware. Accordingly,
    CACI argues that there is a latent ambiguity in the pro-
    posal that should be construed against the government.
    However, there is no ambiguity as to whether CACI’s
    proposed dongle is operational hardware as that term is
    used in the proposal. As set forth in the block quote above,
    the requirement is clear that “operational hardware” is
    “used to perform NGLD-M functions” and “required to op-
    erate the NGLD-M.” J.A. 1334. As the contracting officer
    determined, CACI’s dongle is required to operate the device
    because without it, a user could not initiate a session.
    Case: 22-1488    Document: 81     Page: 16    Filed: 05/10/2023
    16                                   CACI, INC.-FEDERAL   v. US
    Thus, the contracting officer was correct to find the dongle
    to be operational hardware.
    Second, CACI argues that the Army treated offerors
    differently with regard to the size requirement because one
    of the other offerors was not assigned a deficiency for fail-
    ing to include its authentication device in its measure-
    ments. Disparate evaluation claims are analyzed under a
    “substantively indistinguishable” standard. Off. Design
    Grp. v. United States, 
    951 F.3d 1366
    , 1373 (Fed. Cir. 2020).
    Under this standard, the protestor must show that the de-
    ficiencies assigned to its proposal were “substantively in-
    distinguishable” from those contained in other proposals.
    
    Id.
     at 1372–73. CACI did not do so here.
    It is true that the other offeror did not provide the
    measurements of its proposed authentication device. How-
    ever, the other offeror proposed a different solution from
    CACI’s to meet the two-factor authentication require-
    ments. This solution involved a small cartridge that is in-
    serted into a housing unit already built into the device.
    Accordingly, it is possible that inserting the cartridge
    would not affect the size of the device. In contrast, CACI
    proposed an external dongle that had to be inserted into a
    USB-C port, a solution that the Army reasonably deter-
    mined could impact the dimensions of the device when the
    dongle was inserted. CACI had the burden of showing that
    the two solutions are “substantively indistinguishable,” a
    burden CACI failed to meet.
    Therefore, the Army reasonably assigned a technical
    deficiency under the size requirement. A single deficiency
    renders the proposal “unawardable.” J.A. 1594. The
    Claims Court did not err in sustaining the contracting of-
    ficer’s finding of a technical deficiency.
    CONCLUSION
    For the foregoing reasons, we conclude that the Claims
    Court’s statutory standing determination was erroneous
    Case: 22-1488   Document: 81      Page: 17   Filed: 05/10/2023
    CACI, INC.-FEDERAL   v. US                              17
    because the Claims Court improperly addressed the non-
    jurisdictional question of statutory standing de novo de-
    spite the absence of any Chenery exception, but we none-
    theless affirm the ultimate determination.
    AFFIRMED-IN-PART AND VACATED-IN-PART
    COSTS
    No costs.