Glenn Defense Marine (Asia), PTE Ltd. v. United States , 720 F.3d 901 ( 2013 )


Menu:
  •   United States Court of Appeals
    for the Federal Circuit
    ______________________
    GLENN DEFENSE MARINE (ASIA), PTE LTD.,
    Plaintiff-Appellant,
    v.
    UNITED STATES,
    Defendant-Appellee,
    AND
    MLS-MULTINATIONAL LOGISTIC SERVICES LTD,
    Defendant-Appellee.
    ______________________
    2012-5125
    ______________________
    Appeal from the United States Court of Federal
    Claims in No. 11-CV-718, Judge Marian Blank Horn.
    ______________________
    Decided: June 25, 2013
    ______________________
    DAVID S. BLACK, Holland & Knight, LLP, of McLean,
    Virginia, argued for plaintiff-appellant. With him on the
    brief was GREGORY R. HALLMARK.
    ARLENE PIANKO GRONER, Senior Trial Counsel, Com-
    mercial Litigation Branch, Civil Division, United States
    Department of Justice, of Washington, DC, argued for
    defendant-appellee, United States. With her on the brief
    were STUART F. DELERY, Acting Assistant Attorney Gen-
    2                         GLENN DEFENSE MARINE   v. US
    eral, JEANNE E. DAVIDSON, Director, and MARTIN F.
    HOCKEY, JR., Assistant Director.
    SARAH M. GRAVES, Husch Blackwell, LLP, of Wash-
    ington, DC, argued for defendant-appellee, MLS-
    Multinational Logistic Services, LTD. With her on the
    brief were WALTER A.I. WILSON, DANIEL J. DONOHUE and
    CLAUDE P. GODDARD, JR.
    ______________________
    Before MOORE, REYNA, and WALLACH, Circuit Judges.
    Opinion for the court filed by Circuit Judge WALLACH,
    Dissenting opinion filed by Circuit Judge MOORE.
    WALLACH, Circuit Judge.
    Glenn Defense Marine (Asia), PTE Ltd. (“GDMA”) ap-
    peals from the order of the United States Court of Federal
    Claims granting the motions of the government and MLS-
    Multinational Logistic Services Ltd. (“MLS”) for judgment
    on the administrative record. Glenn Defense Marine
    (Asia), PTE Ltd. v. United States, 
    105 Fed. Cl. 541
    , 583
    (Fed. Cl. 2012). 1 Because GDMA failed to establish that
    the award of the contract to MLS was arbitrary, capri-
    cious, an abuse of discretion, or otherwise not in accord-
    ance with law, we affirm the Court of Federal Claims.
    BACKGROUND
    The United States Navy, Naval Supply Systems
    Command, Fleet Logistics Center Yokosuka (“Navy”)
    solicited bids on November 3, 2009 for maritime husband-
    1  Citations to the Court of Federal Claims decision
    are from the redacted version issued for publication July
    17, 2012. The opinion was issued under seal on May 25,
    2012.
    GLENN DEFENSE MARINE   v. US                             3
    ing support services to Navy ships visiting ports in four
    regions in the Western Pacific and Indian Ocean for
    separate negotiated procurements. Offerors were in-
    structed to submit separate proposals for each region in
    which they sought a contract. The contract for each
    region would be “Firm-Fixed-Price Indefinite-Delivery,
    Indefinite-Quantity (IDIQ) type contract,” with a twelve-
    month base period and four one-year options. Solicitation
    No. N62649-09-R-0041 (“Solicitation”). The Solicitation
    stated the Navy would award contracts to those proposals
    that would be “most advantageous to the Government.”
    
    Id.
     ¶ OP-1.1. The solicitation also stated that, “[t]he
    following factors, in order of importance, shall be used to
    evaluate acceptable offers: Technical Approach, Past
    Performance, and Price. The non-price factors, when
    combined, are significantly more important than price.”
    
    Id.
     ¶OP-1.8. The Navy stated it “may accept other than
    the lowest priced proposal.” 
    Id.
     ¶OP-1.5.
    Offerors were instructed to submit a Past Perfor-
    mance Matrix, Past Performance Reference Information
    4                         GLENN DEFENSE MARINE   v. US
    Sheets, and other past performance information. 2 In its
    Past Performance Matrix an offeror was required to list
    “all directly related or similar Government or commercial
    contracts or subcontracts currently being performed, or
    completed in the past three years which are similar in
    scope, magnitude[,] and complexity to that which is
    detailed in this Solicitation.” Solicitation ¶ 5.2. Offerors
    were also instructed to submit a Past Performance Refer-
    ence Information Sheet identifying three to five individu-
    als from the contracts listed in the Past Performance
    Matrix to provide references. The Technical Evaluation
    Board and the Past Performance Evaluation Team
    (“Evaluation Team”) evaluated the offers using an adjec-
    tival rating accompanied by a narrative to explain the
    basis for the adjectival rating selected: “Outstanding,”
    “Better,” “Satisfactory,” “Less than Satisfactory,” or
    2   The Solicitation explains:
    Past Performance is a measure of the degree to
    which an offeror satisfied its customers in the past
    by performing its contractual obligations on rele-
    vant directly related contracts and subcontracts
    (or partnerships or joint ventures) that are similar
    in scope, magnitude, and complexity to that re-
    quired by the solicitation (completed within the
    past 3 years or currently in progress). There are
    four areas to be reviewed: Level of Capability, Ef-
    ficiency, and Effectiveness in Providing Service;
    Conformance to the Terms and Conditions of the
    Contract; Level of Reasonableness and Coopera-
    tion; and Level of Commitment to Good Customer
    Service. Under the Past Performance factor, each
    of the areas to be reviewed will be given equal
    consideration.
    Solicitation at ¶ OP-18.2.1.
    GLENN DEFENSE MARINE     v. US                               5
    “Neutral.” These reports would be provided to the Procur-
    ing Contracting Officer/Source Selection Authority who
    would compare the strengths and weaknesses and make a
    source selection decision. After all proposals were as-
    signed a set of adjectival ratings, the Navy would engage
    in negotiations with the offerors. After these negotiations
    the Navy would determine which proposal provided the
    best value to the Navy by engaging in a trade-off process.
    The contract would be awarded to the best value pro-
    posal. 3
    3      
    48 C.F.R. § 15.101-1
     states:
    (a) A tradeoff process is appropriate when it may
    be in the best interest of the Government to
    consider award to other than the lowest priced
    offeror or other than the highest technically
    rated offeror.
    (b) When using a tradeoff process, the following
    apply:
    (1) All evaluation factors and significant sub-
    factors that will affect contract award and
    their relative importance shall be clearly
    stated in the solicitation; and
    (2) The solicitation shall state whether all
    evaluation factors other than cost or price,
    when combined, are significantly more im-
    portant than, approximately equal to, or
    significantly less important than cost or
    price.
    6                        GLENN DEFENSE MARINE   v. US
    On August 12, 2010, GDMA and MLS submitted their
    proposals for the Region 1, South Asia, contract. The
    Evaluation Team received responses to reference ques-
    tionnaires from four of GDMA’s references and from one
    contracting officer on a relevant contract. Each past
    performance questionnaire asked the reference to provide
    an overall rating of GDMA’s performance, a rating for
    various subfactors, and left space for the reference to
    provide additional comments. The Evaluation Team
    determined that one of GDMA’s reference contracts was
    highly relevant while the other three were moderately
    relevant. For the highly relevant contract, reviewers gave
    overall evaluations of “Better” or “Satisfactory.” The
    Husbanding Branch Chief for the highly relevant contract
    assessed GDMA’s overall performance as “Satisfactory.”
    However, he gave GDMA a “Less than Satisfactory”
    rating for several subfactors, including ease of communi-
    cation, timely response to problems and ability to find
    effective solutions, and performance within negotiated
    price. J.A. 613. In the narrative comments the Husband-
    ing Branch Chief noted that a number of pre-visit esti-
    mates were received late, government specialists
    routinely needed to request corrections, and email re-
    sponses were routinely delayed. The review also noted
    two past performance letters sent to GDMA: one for not
    providing force protection barriers and the other for
    failing to provide a proposed pricing plan. A reviewer of
    one of the moderately relevant contracts indicated an
    (3) This process permits tradeoffs among cost
    or price and non-cost factors and allows
    the Government to accept other than the
    lowest priced proposal. The perceived
    benefits of the higher priced proposal shall
    merit the additional cost, and the ra-
    tionale for tradeoffs must be documented
    in the file in accordance with 15.406.
    GLENN DEFENSE MARINE   v. US                              7
    overall evaluation of “Outstanding,” but noted that
    GDMA had received a past performance letter about their
    customer service not being responsive.
    In its initial summary report, the Evaluation Team
    assigned GDMA an overall past performance rating of
    “Satisfactory.” J.A. 536. In its report it cautioned that
    although the references all gave GDMA overall ratings of
    “Satisfactory” or better, those rating were not substanti-
    ated with narrative comments, which instead provided
    more support for the “Less than Satisfactory” ratings
    assigned for several subfactors. The report referenced the
    negative comments identified in the reviewers’ narratives:
    non-responsiveness by customer service representatives,
    late or incomplete pre-port visit estimates, a negative past
    performance letter regarding force protection barriers,
    failure to provide a pricing plan, delinquent payments,
    and general non-responsiveness in communications.
    On November 4, 2010, the Evaluation Team forward-
    ed its assessments to the primary contracting officer who,
    that same day, forwarded a draft of the pre-negotiation
    Business Clearance Memorandum to a member of the
    Contract Review Board (“Board”). The memorandum
    assigned GDMA an overall performance rating of “Satis-
    factory” but also reflected the concerns raised in the past
    performance questionnaires. Glenn Defense Marine, 105
    Fed. Cl. at 551. A Board member raised concerns with
    the primary contracting officer over the “Satisfactory”
    rating which, in his opinion, “appear[ed] dubious at best.”
    Id. (internal quotation marks omitted). After discussing
    the matter with the Evaluation Team, the primary con-
    tracting officer responded that it was a borderline deci-
    sion. Id. The Evaluation Team Chairman indicated to the
    other reviewers that, in light of the Board member’s
    concern about the “Satisfactory” rating, “[i]t may be easier
    for us to adjust the ratings downward based on the cur-
    rently available negative” comments, rather than attempt
    to substantiate the “Satisfactory” rating. Id. (internal
    quotation marks omitted).
    8                         GLENN DEFENSE MARINE   v. US
    Thereafter two Evaluation Team members submitted
    revised ratings for GDMA, reporting an overall rating for
    GDMA’s past performance as “Less than Satisfactory.” Id.
    at 551–52. Their comments were similar to those in their
    initial reviews, adding that the information was highly
    relevant to the region and substantiated by specific and
    detailed comments, and that the “[l]ack of effective man-
    agement of subcontractors’ performance and controlling
    contract cost had an overall effect on substandard busi-
    ness practices of which savings to the Government was
    [sic] not always maximized during port visits.” Id. at 552
    (internal quotation marks omitted).
    The Evaluation Team awarded MLS a past perfor-
    mance rating of “Better,” with summary notes indicating
    “[t]he offeror was very cooperative and committed to
    customer service. This meant that the offeror’s past
    performance record led to a strong expectation of custom-
    er satisfaction and successful performance.” Id. (internal
    quotation marks omitted). In each element of each area,
    the Evaluation Team noted that there were no major
    issues or weaknesses.
    After initial evaluations were completed, a Business
    Clearance Memorandum was drafted and the primary
    contracting officer sent questions to both GDMA and MLS
    and asked each to submit a final proposal. The primary
    contracting officer raised eight past performance issues
    with GDMA based upon comments in the questionnaires. 4
    No past performance questions were asked of MLS. In
    considering GDMA’s responses one reviewer noted that
    the majority of the corrective actions could not be verified
    4   These questions inquired about personnel respon-
    siveness and communication difficulties, significant
    differences in estimated prices and final invoices, failure
    to provide purchasing plans, and failure to obtain re-
    quired compensation for non-priced items.
    GLENN DEFENSE MARINE   v. US                               9
    and the responses did “not fully address the is-
    sues/deficiencies although some of their responses seem
    reasonable to resolve them.” Id. at 553 (internal quotation
    marks omitted). The primary contracting officer stated
    that GDMA’s “response to the past performance issue
    about subcontractor management satisfactorily resolved
    the concerns with that past performance issue. GDM[A]’s
    response to the other 7 issues did not satisfactorily resolve
    the past performance concerns raised by the [Evaluation
    Team].” Id. (internal quotation marks omitted).
    In the final evaluation both GDMA and MLS achieved
    a Technical Approach rating of “Better” and a Security
    Plan rating of “Acceptable.” Id. GDMA’s past perfor-
    mance rating was “Less than Satisfactory,” while MLS’s
    past performance rating was “Better.” However, MLS’s
    price was $989,214.00 higher than GDMA’s price.
    The primary contracting officer noted that GDMA and
    MLS had relatively equal technical evaluations, but that
    MLS’s past performance rating was higher; thus when
    combining the non-price factors together, MLS was rated
    higher than GDMA. Because of the difference in price, a
    trade-off analysis was required to determine the best
    value proposal. After performing the trade-off analysis,
    the primary contracting officer concluded that MLS’s
    proposal was the most advantageous and awarded MLS
    the contract, Contract No. N62649-11-D-0015, on June 24,
    2011.
    GDMA filed a protest at the Government Accountabil-
    ity Office (“GAO”) on July 5, 2011. GDMA argued, in
    part, that the negative comments should not have been
    weighted as heavily in evaluation of its past performance.
    The GAO found that “‘the Navy reasonably concluded that
    MLS’s past performance offered a clear advantage over
    the past performance of GDMA, and the Navy reasonably
    documented its decision to select MLS over GDMA for this
    reason.”’ Id. at 556 (quoting In re Glenn Defense Marine-
    Asia PTE, Ltd., B-402687.6; B-402687.7, 
    2011 WL 6947628
    , at *8 (Comp. Gen. Oct. 13, 2011) (“GAO Deci-
    10                        GLENN DEFENSE MARINE    v. US
    sion”)). GAO denied the protest. GDMA then filed its bid
    protest with the Court of Federal Claims. The Court of
    Federal Claims denied GDMA’s motion for judgment on
    the administrative record and request for injunctive relief
    and granted the Navy and MLS’s motion for judgment on
    the administrative record. GDMA timely appealed to this
    court, which has jurisdiction under 
    28 U.S.C. § 1295
    (a)(3).
    DISCUSSION
    We review the grant of a motion for judgment upon
    the administrative record in bid protest actions de novo.
    Galen Med. Assocs., Inc. v. United States, 
    369 F.3d 1324
    ,
    1329 (Fed. Cir. 2004). In a bid protest case, the inquiry is
    whether the agency’s action was arbitrary, capricious, an
    abuse of discretion, or otherwise not in accordance with
    law and, if so, whether the error is prejudicial. 
    28 U.S.C. §1491
    (b)(4) (adopting the standard of 
    5 U.S.C. § 706
    ); see
    Bannum, Inc. v. United States, 
    404 F.3d 1346
    , 1351 (Fed.
    Cir. 2005). “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.’” Savantage Fin. Servs., Inc. v.
    United States, 
    595 F.3d 1282
    , 1285-86 (Fed. Cir. 2010)
    (quoting Weeks Marine, Inc. v. United States, 
    575 F.3d 1352
    , 1358 (Fed. Cir. 2009)). “The arbitrary and capri-
    cious standard applicable [in bid protests] is highly defer-
    ential.” Advanced Data Concepts, Inc. v. United States,
    
    216 F.3d 1054
    , 1058 (Fed. Cir. 2000).
    Contracting officers “are entitled to exercise discretion
    upon a broad range of issues confronting them in the
    procurement process.” Impresa Construzioni Geom. Do-
    menico Garufi v. United States, 
    238 F.3d 1324
    , 1332 (Fed.
    Cir. 2001) (internal quotation marks and citation omit-
    ted). De minimis errors in the procurement process do not
    justify relief. Grumman Data Sys. Corp. v. Dalton, 
    88 F.3d 990
    , 1000 (Fed. Cir. 1996). The protestor bears the
    burden of proving that a significant error marred the
    procurement in question. 
    Id.
     The protestor’s burden is
    greater in negotiated procurement, as here, than in other
    GLENN DEFENSE MARINE   v. US                              11
    types of bid protests because “‘the contracting officer is
    entrusted with a relatively high degree of discretion.’”
    Galen, 
    369 F.3d at 1330
     (quoting Burroughs Corp. v.
    United States, 
    617 F.2d 590
    , 597 (Ct. Cl. 1980)). “[T]he
    greater the discretion granted to a contracting officer, the
    more difficult it will be to prove the decision was arbitrary
    and capricious.” Burroughs, 617 F.2d at 597. Moreover,
    this court accords contracting officers an even greater
    degree of discretion when the award is determined based
    on the best value to the agency. E.W. Bliss Co. v. United
    States, 
    77 F.3d 445
    , 449 (Fed. Cir. 1996). Ultimately, to
    prevail in a bid protest, the protestor must show prejudi-
    cial error. Data Gen. Corp. v. Johnson, 
    78 F.3d 1556
    , 1562
    (Fed. Cir. 1996).
    GDMA argues that the Navy’s best value determina-
    tion and award of the Region 1 contract to MLS was
    arbitrary and capricious due to its reliance upon the
    Evaluation Team’s flawed evaluation of GDMA and MLS.
    GDMA asserts that the Navy’s rating of GDMA’s past
    performance as “Less than Satisfactory” and its rating of
    MLS’s past performance as “Better” both lacked rational
    bases and were inconsistent with the record evidence. In
    addition, GDMA asserts that the Court of Federal Claims
    misapplied the standard for determining prejudice. We
    address each argument in turn.
    I.   The Navy’s Best Value Determination Was Not
    Arbitrary And Capricious
    “Procurement officials have substantial discretion to
    determine which proposal represents the best value for
    the government.” E.W. Bliss, 
    77 F.3d at 449
    . In this case,
    the Navy’s best value decision is supported by the record
    and well within the substantial discretion of the contract-
    ing officials. After considering all of the offerors’ pro-
    posals, references, and corrective actions, the Navy
    reasonably determined that an award to MLS would
    provide the best value. In particular, the Navy reasona-
    bly compared the negative comments in GDMA’s relevant
    references and GDMA’s inadequate corrective action to
    12                        GLENN DEFENSE MARINE   v. US
    the reviews of MLS, which contained no negative feed-
    back. The contracting officer determined that although
    there was a price difference between GDMA’s final pro-
    posal and MLS’s final proposal, MLS had superior past
    performance and would ultimately provide the best value
    to the Navy. This was consistent with the Solicitation,
    which expressly stated that non-price factors were signifi-
    cantly more important than price. Even considering
    price, the contracting officer reasonably found the real
    cost to the Navy might actually be higher if the award
    went to GDMA because of increased administration costs
    resulting from GDMA’s documented non-responsiveness
    in communications, late estimates, etc. 5 Based on the
    record and recognizing the broad discretion courts afford
    agencies in the negotiated procurement process, the
    Navy’s best value determination was not arbitrary, capri-
    cious, or in violation of law.
    5   GDMA contends that the trade-off analysis does
    not explain why an award to GDMA over MLS would
    require enhanced contract oversight and management.
    However, the primary contracting officer explained that
    the increased costs may be necessary to mitigate risks
    expected based upon GDMA’s past performance. Due to
    GDMA’s documented lack of responsiveness, the primary
    contracting officer deduced that a contract with GDMA
    would require additional contract administration costs
    from a recurring need for contracting officials to follow-up
    with GDMA on material issues such as late pre-port cost
    estimates, lack of response to correspondence, and pricing
    issues. The primary contracting officer based his projec-
    tion of future increased contract administration costs on
    the follow-up needed with GDMA in the past. The prima-
    ry contracting officer adequately explained the factors
    considered.
    GLENN DEFENSE MARINE   v. US                           13
    II. GDMA’s Past Performance Evaluation Did Not
    Lack Rational Basis
    GDMA argues that the Navy’s past performance rat-
    ing of “Less than Satisfactory” is inconsistent with the
    record evidence because the references upon which the
    Evaluation Team relied all rated GDMA’s overall perfor-
    mance as “Satisfactory” or better. However, GDMA cites
    no reason why the Navy should have only considered the
    overall ratings and disregarded the subfactor ratings and
    narrative comments. The Navy’s decision was rationally
    based on its evaluation of all of the evidence before it.
    Even though each reference rated GDMA’s performance
    as “Satisfactory” or “Better” overall, the narrative com-
    ments detracted from those ratings. The Navy reasonably
    considered the entire record, including several “Less than
    Satisfactory” subfactor ratings and negative comments
    from the narrative portion of the questionnaires. 6 The
    6  The dissent cites to the overall and subfactor rat-
    ings as if these adjectival ratings can be added up and
    “averaged out” to score the contractor. Dissent Op. 3-4.
    However, these reports are not subject to a mathematical
    calculation. The Evaluation Team considered the adjec-
    tival ratings in light of the accompanying narrative
    comments, which was within their discretion. E.W. Bliss,
    
    77 F.3d at 449
     (discussing the substantial discretion with
    which procurement officials are entrusted to find the best
    value for the government). Moreover, notwithstanding
    the single positive comment the dissent cites, Dissent Op.
    at 3–4, the reviewer also noted that GDMA’s “prices for
    the non-contract are rather high and attempt to negotiate
    the cost seem pointless.” J.A. 611. Additionally, she
    commented that there were “[n]o major issues under the
    purview of this contract except the DAO Representative
    in India complained about their services during the USS
    Shiloh and USS Lassen visit to GOA in Apr 10. He com-
    plained about GDMA’s inability to provide pier side force
    protection services utilizing containers. The pier area
    14                        GLENN DEFENSE MARINE   v. US
    evaluation Team’s report stated that “[o]verall, [GDMA]
    was less than fully cooperative and did not demonstrate a
    commitment to service.” Glenn Defense Marine, 105 Fed.
    Cl. at 554 (internal quotation marks omitted). The pri-
    mary contracting officer observed that the majority of
    GDMA’s re-visit estimates for port visits were received
    late and repeatedly required corrections. He also indicat-
    ed that GDMA had failed to provide force protection
    barriers as specified by the ships in their order. In anoth-
    er instance, GDMA failed to provide a pricing plan, which
    was necessary to insure that non-priced items were fairly
    and reasonably priced. Finally, the primary contracting
    officer noted routine delays in GDMA’s responses to
    questions, which “exacerbate[d] the short lead time for
    arranging port visit services.” Id. at 566 (internal quota-
    was not cordoned off appropriately.” Id. At any rate, our
    role is not to search for statements that could support a
    reversal, but rather, to determine whether there was a
    rational basis for the Navy’s decision.
    GLENN DEFENSE MARINE   v. US                                15
    tion marks omitted). 7 The Evaluation Team’s final Sum-
    mary Report for GDMA indicated:
    7   The primary contracting officer’s notes stated:
    1-6 of 9 pre-visit estimates for port visits cov-
    ered by this contract from 27 OCT 09–present
    were received late. In addition, the contract spe-
    cialists at FISC Det. Singapore routinely have to
    request corrections to the PCEs received for port
    visits (e.g. not all items requested in the LOGREQ
    [logistical requirements] are included in the PCE
    [pre-visit cost estimates]).
    2-A negative past performance letter regard-
    ing the USS LASSEN and USS Shiloh port visits
    to Goa, India was sent to GDMA on 6 July 10.
    GDMA did not provide force protection barriers as
    specified by the ships in their ordering LOGREQs.
    A complaint from State Department personnel in
    Goa led to the issuance of this past performance
    letter.
    3-A negative past performance letter regard-
    ing performance under this contract was sent to
    GDMA on 14 JUN 10. GDMA has not provided a
    proposed pricing plan for insuring that non-priced
    items are offered at fair and reasonable prices.
    This pricing plan is a deliverable specified under
    this contract. Fair and reasonable pricing for non-
    priced items is an unresolved issue under this
    contract. The FISC Det. Singapore office has yet
    to receive competitive price quotations for any
    non-priced services provided under this contract.
    16                         GLENN DEFENSE MARINE   v. US
    For Region 1, [GDMA’s] past performance on pre-
    viously awarded relevant contracts did not meet
    some significant requirements. Although the offe-
    ror was generally responsive to changes in re-
    quirements, provided timely services and had
    reasonably good control over managing subcon-
    tractors, there were several noted deficiencies in
    its performance when it came to the reliability
    and consistency of its customer service practices,
    transparency in pricing and ease of communica-
    tions.
    Id. at 554.
    Moreover, the Navy’s rating was not premised on
    these references alone. Before the Navy’s final rating, the
    Navy gave GDMA an opportunity to respond to specific
    concerns. GDMA acknowledged those issues and ex-
    plained it had taken or was in the process of taking cor-
    rective action. The Navy conducted a follow-up review
    and found that these corrective actions had not adequate-
    ly addressed its concerns. In considering GDMA’s correc-
    tive action in response to the negative reviews, the
    reviewer found GDMA’s corrective action “lacked suffi-
    cient details for the [Evaluation Team] to determine the
    offeror’s effectiveness in addressing the deficiencies.” Id.
    In sum, GDMA’s past performance record led the Evalua-
    tion Team “‘to expect marginal customer satisfaction and
    less than fully successful performance.’” Id. (quoting the
    Evaluation Team’s Summary Report).
    4-Email responses from GDMA representa-
    tives to questions from the FISC Det. Singapore
    contract specialists are routinely delayed. The de-
    layed responses exacerbate the short lead time for
    arranging port visit services.
    Glenn Defense Marine, 105 Fed. Cl. at 566.
    GLENN DEFENSE MARINE    v. US                               17
    Based upon the broad discretion courts afford agen-
    cies in the procurement process and based upon the
    ratings and comments in the past performance question-
    naires, the analysis and review performed by the Evalua-
    tion Team and the contracting officer, as well as the
    discussions between GDMA and the Navy, this court
    cannot conclude that the overall past performance rating
    of “Less than Satisfactory” lacked rational basis. The
    Navy established a rational basis for its decision, explain-
    ing that a higher rating was not substantiated by the
    comments, and the agency’s reasonable interpretation of
    the facts is entitled to considerable deference.
    III. MLS’s Past Performance Evaluation Did Not Lack
    Rational Basis
    GDMA asserts that the Navy’s rating of MLS’s past
    performance as “Better” was arbitrary and capricious on
    the grounds that the “underlying finding” that the con-
    tracts of MLS’s subcontractors were highly relevant lacks
    a rational basis. GDMA asserts that the Evaluation
    Team could not provide a rational basis for finding the
    contracts performed by MLS’s subcontractors were of
    similar scope, magnitude, and complexity to that in the
    Solicitation because the record is incomplete.
    The Solicitation stated that “[p]ast [p]erformance is a
    measure of the degree to which an offeror satisfied its
    customers in the past by performing its contractual obli-
    gations on relevant directly related contracts and subcon-
    tracts . . . that are similar in scope, magnitude, and
    complexity to that required by the solicitation. . . .” Solici-
    tation ¶ OP-1.8.2.1. It also stated that “[i]n the case of an
    offeror whose past performance is somehow not similar in
    scope, complexity, or magnitude, or otherwise lacks rele-
    vance to some degree then the Government will take this
    into consideration and evaluate accordingly . . ..” Id. ¶ OP-
    1.8.2.4.
    MLS’s subcontracts involved husbanding services at
    many of the same ports covered by the Solicitation, for a
    18                         GLENN DEFENSE MARINE    v. US
    variety of vessels of various sizes that “‘spend the majori-
    ty of their useful life traveling from port to port,’” similar
    to the services required by this Solicitation. Glenn Defense
    Marine, 105 Fed. Cl. at 575 (quoting GAO Decision at *8).
    The Navy’s determination of relevance is owed deference
    as it is among “the minutiae of the procurement process,”
    which this court “will not second guess.” E.W. Bliss, 
    77 F.3d at 449
     (finding matters such “as technical ratings
    and the timing of various steps in the procurement” to
    involve discretionary determinations); see also Linc Gov’t
    Servs., LLC v. United States, 
    96 Fed. Cl. 672
    , 718 (2010)
    (“Thus, when evaluating an offeror’s past performance,
    the [Source Selection Authority] may give unequal weight,
    or no weight at all, to different contracts when the [Source
    Selection Authority] views one as more relevant than
    another.”) (internal quotation marks and citations omit-
    ted); PlanetSpace, Inc. v. United States, 
    92 Fed. Cl. 520
    ,
    539 (2010) (“At the outset, it is important to note that
    what does or does not constitute ‘relevant’ past perfor-
    mance falls within the [Source Selection Authority’s]
    considered discretion.”).
    Additionally, the Court of Federal Claims noted that
    there is no evidence that MLS’s past performance would
    have been evaluated any lower than “Better” if the sub-
    contractors’ references were given less weight.     The
    Evaluation Team’s summary report indicated that:
    The offeror was very responsive to customer ser-
    vice issues, provided timely services, flexible when
    responding to changes in requirements, main-
    tained control over managing subcontractors, was
    transparent in its pricing processes and was effec-
    tive in communications. Overall, the offeror was
    very cooperative and demonstrated a commitment
    to customer service. There were no substantiated
    problems or issues documented in this past per-
    formance assessment. Therefore, based upon the
    offeror’s past performance record, it leads the
    GLENN DEFENSE MARINE   v. US                              19
    [Evaluation Team] to expect a strong customer
    satisfaction and fully successful performance.
    Glenn Defense Marine, 105 Fed. Cl. at 555 (quoting the
    Evaluation Team’s Summary Report). 8 Accordingly, the
    Court of Federal Claims’ determination did not lack
    rational basis.
    IV. GDMA Did Not Allege Prejudicial Error
    If GDMA had prevailed in showing error in the award
    to MLS, it would also bear the burden of showing that
    error was prejudicial. As discussed above, the Navy’s past
    performance evaluations were rationally based. Moreo-
    8   GDMA also argues that the Court of Federal
    Claims improperly relied on the Navy’s submissions to
    GAO, which it argues are post hoc rationalizations, to
    support its decision. The Navy’s submissions to the GAO
    were those required by 
    31 U.S.C. § 3553
    (b)(2), and includ-
    ed an articulation of the agency’s reasoning in response to
    the protest. All of the materials submitted to the GAO
    are part of the administrative record before the Court of
    Federal Claims. 
    31 U.S.C. § 3556
    . In a case involving a
    post-award conflict of interest investigation and analysis,
    this court noted that courts “reviewing bid protests rou-
    tinely consider . . . evidence developed in response to a bid
    protest.” Turner Constr. Co. v. United States, 
    645 F.3d 1377
    , 1386 (Fed. Cir. 2011). The Court of Federal Claims
    cited these submissions to support its finding that the
    subcontractors’ references were highly relevant because
    they required services that were “similar in scope, magni-
    tude, and complexity.” Glenn Defense Marine, 105 Fed. Cl.
    at 573–74 (internal quotation marks omitted). Even if the
    submissions were not appropriately considered, based
    upon the high ratings on all of the references and only
    positive comments, the Navy’s rating of MLS’s past per-
    formance does not lack a rational basis.
    20                        GLENN DEFENSE MARINE    v. US
    ver, the Court of Federal Claims was correct in finding
    that GDMA was not prejudiced by receiving a “Less than
    Satisfactory” rating, as opposed to a “Satisfactory” rating.
    To prevail in a bid protest case, the protestor must
    show that it was prejudiced by the government’s actions.
    Bannum, 
    404 F.3d at 1351
    . To establish prejudice, GDMA
    must show that there was a substantial chance it would
    have received the contract award but for the Navy’s
    allegedly erroneous past performance rating. See 
    id. at 1358
    ; Allied Tech. Grp., Inc. v. United States, 
    649 F.3d 1320
    , 1326 (Fed. Cir. 2011); Statistica, Inc. v. Christopher,
    
    102 F.3d 1577
    , 1582 (Fed. Cir. 1996). Unlike other issues
    in this case, prejudice is a question of fact that this court
    reviews for clear error. Bannum, 
    404 F.3d at
    1353–54.
    The Court of Federal Claims found that even if
    GDMA should have gotten a “Satisfactory” rating instead
    of “Less than Satisfactory” for past performance “it is not
    at all clear a trade-off analysis would have resulted in
    [GDMA] receiving the contract award.” Glenn Defense
    Marine, 105 Fed. Cl. at 572. The court explained: “Even
    with a Satisfactory rating for past performance, [GDMA]
    still would have had an inferior past performance rating
    as compared to MLS, and still would have had negative
    past performance comments in the record, which [GDMA]
    did not challenge.” Id. at 571. GDMA does not provide
    anything but conjecture that even with a “Satisfactory”
    rating it would have had a substantial chance of prevail-
    GLENN DEFENSE MARINE   v. US                             21
    ing in the bid. 9 The Court of Federal Claims did not
    clearly err in finding GDMA had not shown prejudice
    from being rated “Less than Satisfactory” rather than
    “Satisfactory.”
    CONCLUSION
    Accordingly, the Court of Federal Claims’ decision is
    affirmed.
    AFFIRMED
    9    GDMA asserts that the court erred in “[r]equiring
    GDMA to establish that it is ‘clear’ that a trade-off analy-
    sis would have resulted in GDMA receiving [an] award.”
    Appellant’s Br. at 64. Contrary to GMDA’s argument, the
    Court of Federal Claims did not require it to show it
    would ‘clearly’ have received the contract award but for
    the alleged error. Rather, the Court of Federal Claims
    stated that “it is not at all clear” that GDMA would have
    received the contract award but for the past performance
    rating. It thoroughly recited the “substantial chance”
    standard in its standard of review section, see Glenn
    Defense Marine, 105 Fed. Cl. at 558-59, and applied that
    standard in its analysis of the facts.
    United States Court of Appeals
    for the Federal Circuit
    ______________________
    GLENN DEFENSE MARINE (ASIA), PTE LTD.,
    Plaintiff-Appellant,
    v.
    UNITED STATES,
    Defendant-Appellee,
    AND
    MLS-MULTINATIONAL LOGISTIC SERVICES LTD,
    Defendant-Appellee.
    ______________________
    2012-5125
    ______________________
    Appeal from the United States Court of Federal
    Claims in No. 11-CV-718, Judge Marian Blank Horn.
    ______________________
    MOORE, Circuit Judge, dissenting.
    The majority in this case affirms the decision by the
    Court of Federal Claims granting judgment on the admin-
    istrative record in favor of the government. I dissent
    because the court erred by concluding that the U.S. Navy
    had a rational basis for finding that Glenn Defense Ma-
    rine (Asia), PTE Ltd. (GDMA) deserved an overall rating
    of “Less than Satisfactory” for its past performance. That
    rating lacks a rational basis, both legally and mathemati-
    cally. All of GDMA’s references rated its past perfor-
    mance as “Outstanding,” “Better,” or “Satisfactory.”
    2                         GLENN DEFENSE MARINE     v. US
    As part of the U.S. Navy’s process of awarding a con-
    tract for maritime husbanding services in the South Asia
    region, a Past Performance Evaluation Team (PPET)
    evaluated the offerors’ past performance. The PPET was
    instructed to use adjectival ratings: “Outstanding,” “Bet-
    ter,” “Satisfactory,” “Less than Satisfactory,” or “Neutral.”
    Four of GDMA’s references provided feedback regard-
    ing its past performance. The PPET determined that one
    of the prior contracts, the South Asia contract, was highly
    relevant to the contract at issue while the other three
    were moderately relevant. Of the moderately relevant
    contracts, two reviewers rated GDMA as “Outstanding”
    while the third gave it a rating of “Better.” The reviewer
    for the highly relevant contract rated GDMA as “Better.”
    The PPET received a second questionnaire regarding the
    South Asia contract from the contracting officer, who
    rated GDMA as “Satisfactory.” The chart below summa-
    rizes the references’ overall ratings of GDMA’s past
    performance.
    Reference             Overall Rating
    South Asia Contract
    First Reference             Better
    Second Reference          Satisfactory
    Thailand Contract              Better
    Singapore Contract          Outstanding
    BIMET Contract             Outstanding
    Despite these high past performance ratings, the
    PPET gave GDMA an overall past performance rating of
    “Satisfactory.” This seems inconsistent with the ratings
    themselves. Even more perplexingly, based on no new or
    GLENN DEFENSE MARINE   v. US                            3
    additional information, the PPET later revised GDMA’s
    past performance rating downward to “Less than Satis-
    factory.” The purported basis for such a low rating was
    negative comments that some of GDMA’s references
    included in the past performance questionnaires they
    submitted. GDMA’s references, however, did not them-
    selves believe that their own negative comments warrant-
    ed such a low rating. And GDMA’s references were
    uniquely positioned to consider the appropriate impact to
    give their own negative comments on GDMA’s overall
    rating, given their interaction with GDMA over the course
    of the contracts at issue. The PPET group, which decided
    to give GDMA a less than satisfactory rating, based their
    decision exclusively on these references; they had no
    additional or independent information which would
    warrant lowering the ratings. GDMA received two “Out-
    standing,” two “Better,” and one “Satisfactory” rating. In
    what universe do these ratings average out to an overall
    rating of “Less than Satisfactory”? The Navy lacked a
    rational basis for giving GDMA a lower rating than any of
    the company’s references and for weighing the negative
    comments on the questionnaires far more heavily than
    the references themselves did.
    It is important to understand that each of these re-
    views had an overall past performance rating, nine sub-
    category ratings, and a section for comments. It is true
    that one of the two reviewers for the South Asia contract
    listed a number of problems that he encountered with
    GDMA in the performance of the contract. Even this
    reviewer, who rated GDMA “Satisfactory” overall, gave
    GDMA one “Better,” four “Satisfactory,” and four “Less
    than Satisfactory” subcategory ratings. And the primary
    reviewer for the South Asia contract, who gave GDMA a
    “Better” overall rating for the same contract, gave GDMA
    four “Outstanding,” four “Better,” and one “Satisfactory”
    rating for the same nine subcategory rating criteria. This
    reviewer noted in her comments some of the same prob-
    lems, but also included positive comments such as, “[t]hey
    are very professional and their staff are very knowledgea-
    4                         GLENN DEFENSE MARINE   v. US
    ble and experience[d].” She further explained that, “[t]he
    ports in South Asia ha[ve] limited infrastructure and
    GDMA has the ability to support a carrier visit to Chen-
    nai with limited services available.” In the other three
    contracts, there were a total of twelve “Outstanding,” six
    “Better,” and one “Satisfactory” subcategory rating. In
    light of this record, PPET did not have a rational basis for
    rating GDMA “Less than Satisfactory” overall for past
    performance.
    PPET did its own cumulative version of the nine sub-
    category rating criteria, and its conclusions regarding the
    subcategories seem just as divorced from the underlying
    data as the overall ratings. For example, the PPET gave
    GDMA an overall rating of “Satisfactory” for the subfactor
    “Reliability and consistency of the company’s key person-
    nel.” The individual ratings for this subfactor, however,
    were three “Outstanding” ratings, one “Better,” and one
    “Satisfactory.” Similarly, for the subfactor of “Timeliness
    in providing goods and/or services in accordance with the
    contract schedule,” the PPET rated GDMA as “Satisfacto-
    ry” even though GDMA’s references gave it three “Out-
    standing” ratings, one “Better,” and one “Satisfactory.”
    GDMA’s past performance was not flawless, as the
    ratings clearly reflect. Certainly this record would have
    supported a past performance rating of “Better” or maybe
    even “Satisfactory,” but there is no rational basis for
    PPET’s decision to rate GDMA “Less than Satisfactory.”
    GDMA was one of only two bidders in the competitive
    range, and its price was roughly 64% lower than the other
    bidder. GDMA was rated equal to the other bidder on
    every factor except past performance, where the other
    bidder received a rating of “Better.” Based on GDMA’s
    lower price and equivalency in other areas, I believe that
    it would have had a substantial chance to receive the
    contract but for the Navy’s errors regarding past perfor-
    mance. See Bannum, Inc. v. United States, 
    404 F.3d 1346
    ,
    1351 (Fed. Cir. 2005). Therefore, I dissent.