Enhanced Veterans Solutions, Inc. v. United States , 131 Fed. Cl. 565 ( 2017 )


Menu:
  • In the United States Court of Federal Claims
    No. 15-1022C
    (Filed under seal April 26, 2017)
    (Reissued May 3, 2017) †
    ************************
    *
    *
    ENHANCED VETERANS              *              Post-award bid protest; service
    SOLUTIONS, INC.,               *              center operation support services;
    *              U.S. Citizenship & Immigration
    Plaintiff,       *              Services; solicitation interpretation;
    *              patent ambiguity; FAR §§ 15.304(d),
    v.                         *              15.305; roll-up of subfactor ratings;
    *              FAR § 1.602-2(b); alleged disparate
    THE UNITED STATES,             *              treatment; integrity and business
    *              ethics, FAR § 9.104-1(d); subcontractor
    Defendant,       *              past performance.
    and                        *
    *
    CENTRAL RESEARCH, INC.,        *
    *
    Defendant-Intervenor. *
    *
    ************************
    Alexander O. Levine, PilieroMazza PLLC, with whom were Pamela J. Mazza,
    Megan C. Connor, Patrick T. Rothwell, and Jacqueline K. Unger, all of Washington,
    D.C., for plaintiff.
    Domenique Kirchner, Commercial Litigation Branch, Civil Division,
    Department of Justice, with whom were Benjamin C. Mizer, Principal Deputy
    Attorney General, Robert E. Kirschman, Jr., Director, and Deborah A. Bynum,
    Assistant Director, all of Washington, D.C., for defendant. Joshua A. Kranzberg,
    Associate Counsel, Department of Homeland Security, Washington, D.C., of counsel.
    Gerald H. Werfel, Baker, Cronogue, Tolle & Werfel, LLP, McLean, Virginia,
    for defendant-intervenor Central Research, Inc. H. Todd Whay, Sterling, Virginia,
    of counsel.
    † This opinion, initially filed under seal, is reissued for publication, with the name
    of a third-party offeror redacted and some minor, non-substantive corrections made.
    OPINION AND ORDER
    WOLSKI, Judge.
    Enhanced Veterans Solutions, Inc. (eVETS) filed a bid protest seeking to
    enjoin the U.S. Department of Homeland Security’s United States Citizenship &
    Immigration Services (USCIS or the agency) from proceeding with the contract for
    service center operations support services that was awarded to defendant-
    intervenor, Central Research, Inc. (CRI). Before the Court are the motions for
    judgment on the administrative record filed by each party pursuant to Rule 52.1(c)
    of the Rules of the United States Court of Federal Claims (RCFC). Among other
    things, eVETS argues that USCIS’s evaluation was unreasonable, that the agency
    erred by excluding eVETS from the best value analysis, and that the award to CRI
    was improper. For the reasons stated below, the Court disagrees with plaintiff and
    finds that the agency’s award to CRI was not arbitrary or unreasonable.
    Accordingly, defendant’s and defendant-intervenor’s motions for judgment on the
    administrative record are GRANTED and plaintiff ’s cross-motion for judgment on
    the administrative record is DENIED.
    I. BACKGROUND
    A. The Solicitation
    The agency issued Solicitation No. HSSCCG-14-R-00027 (the Solicitation) on
    June 20, 2014. Admin. R. (AR), Tab 7c at 138–41. The Solicitation sought proposals
    to provide comprehensive records management services at USCIS’s four service
    centers for a one-year base period and three one-year option periods. 1 AR, Tab 8b at
    147. Two single-award contracts were to be awarded. Id. at 253. The contract at
    issue is the Group A contract for the Nebraska Service Center (NSC) and the Texas
    Service Center (TSC). Id. The USCIS service centers process correspondence,
    perform data entry, collect fees, provide file operation support services, and perform
    adjudication operations concerning most applications and petitions for immigration
    services and benefits. Id. at 147. The Solicitation explained that USCIS was
    shifting from a paper-based model towards the processing of applications and
    petitions online using the USCIS Electronic Immigration System (ELIS). Id. at 149.
    By using ELIS, an applicant may view his case status, access forms, and submit
    forms online. Id. As the service centers transition to ELIS, certain tasks will either
    no longer be performed or be performed at a reduced level. Id. The agency was
    seeking a proposal that would “result in improved efficient, accurate, and timely
    performance of . . . records management and support services.” Id. at 147.
    1The period of performance was later amended to shorten the base period to six
    months and add a fourth option period of six months. AR, Tab 26b at 1525.
    -2-
    B. Evaluation Criteria
    The Solicitation informed offerors that an award would be made:
    [T]o the responsible offeror that offers the best value to the
    Government, price and non-price factors considered. In making this
    comparison, the Government is more concerned with obtaining
    performance capability superiority rather than the lowest overall price.
    However, the Government will not issue an award to a contractor who
    presents a significantly higher overall price to achieve only slightly
    superior performance capabilities. The Government will make this
    assessment through the development of a trade-off analysis.
    AR, Tab 8b at 270. Each proposal would be evaluated based on three factors:
    Technical, Price, and Past Performance. Id. at 271. Technical and Price were
    “approximately equal,” and both were individually more important than Past
    Performance. Id. The Technical factor consisted of four subfactors: Operational
    Approach, Management Approach, Corporate Experience, and Experience with
    Unions. Id. The first three subfactors were all of “equal importance,” while the
    fourth was of lesser importance. Id. The first volume of each offeror’s submission
    was to be its Technical Proposal, addressing the Technical subfactors, AR Tab 8b at
    257–59, and the second volume would be the Business Proposal, including Price and
    Past Performance information, id. at 260–64.
    Under the Source Selection Plan (SSP), the Technical factor and each of its
    subfactors were to be rated based on five adjectival ratings. AR, Tab 5 at 109. The
    possible ratings were “Outstanding,” “Good,” “Acceptable,” “Marginal,” and
    “Unacceptable.” Id. “Outstanding” was to be given to a proposal that “clearly
    demonstrates an outstanding understanding of all aspects of the requirement so
    that performance is expected to be of the highest quality,” “has strengths that will
    very significantly benefit the Government,” and has no identified weaknesses. Id.
    “Good” describes a proposal that “clearly demonstrates a good understanding of all
    aspects of the requirement so that performance is expected to be of high quality,”
    “has strengths that will significantly benefit the Government,” and contains no
    significant weaknesses. Id.
    The rating of “Acceptable” was to apply to a proposal that “demonstrates an
    acceptable understanding of the requirements” and “contains only minor or no
    strengths” and no significant weaknesses. AR, Tab 5 at 109. A proposal was to be
    found “Marginal” if it “demonstrates a marginal solution and approach and contains
    a significant weakness in any factor or sub-factor,” and “does not meet the
    requirements to be rated Acceptable,” but, if given the opportunity for discussions or
    clarifications, “has a reasonable chance of becoming Acceptable.” Id. The rating of
    -3-
    “Unacceptable” was to be given to a proposal that “contains deficiencies and/or gross
    omissions; or failed to demonstrate an understanding of the scope of work necessary
    to perform the required tasks; or failed to provide a reasonable, logical approach to
    fulfilling much of the Government’s requirements,” and that requires significant
    revisions to be considered “other than unacceptable.” Id.
    The SSP mirrored the Federal Acquisition Regulation (FAR), see 
    48 C.F.R. § 15.001
    , in defining key rating terms. “Significant weakness” was defined as “[a]
    flaw in the proposal that appreciably increases the risk of unsuccessful contract
    performance.” AR, Tab 5 at 110. “Deficiency” was defined as “[a] material failure of
    a proposal to meet a Government requirement or a combination of significant
    weaknesses in a proposal that increases the risk of unsuccessful contract
    performance to an unacceptable risk.” 
    Id.
     Perhaps because the SSP employed the
    same adjectival ratings at the factor and subfactor levels, see 
    id. at 109
    ; see also AR,
    Tab 1 at 7–8, the Technical Evaluation Committee (TEC) adopted the following
    evaluation process: “In the event an offeror was rated Marginal or Unacceptable in
    any subfactor, that rating rolled up and became the overall rating for the factor
    because the proposal was determined to have either a significant weakness or a
    deficiency.” AR, Tab 17 at 1019; AR, Tab 30 at 2054.
    C. Evaluation of Proposals and Award of Contract
    Four amendments to the Solicitation were issued by USCIS prior to the
    proposal deadline. AR, Tabs 9–12. Of relevance, Amendment 1 was issued on July
    3, 2014, and included answers to questions submitted by offerors regarding the
    Solicitation. AR. Tab 9a at 535. One question, submitted by eVETS, see Pl.’s Stat.
    Facts & Mem. Pts. & Auths. Supp. Cross-Mot. J. Admin. R. & Opp’n Def.’s Mot. J.
    Admin. R. (Pl.’s Mot.) at 9, asked whether the TSC ELIS immigration visa (IV) work
    --- described as “an average monthly volume of 40,000 which annualizes to 480,000
    (960,00 [sic] to include both forms)” --- was a data collection function or a file
    operations function. AR, Tab 9b at 543. The agency responded: “ELIS IV
    processing is a file operation performed under CLIN 0006.” 
    Id.
    Five offerors submitted proposals for the Group A contract by the July 22,
    2014 deadline, including CRI and eVETS. 2 See AR, Tab 17 at 1018. Following the
    review and evaluation of the initial proposals by the TEC, eVETS had the best
    overall rating of Good for the Technical factor --- with a Good rating for
    Management Approach and for Corporate Experience, and Acceptable for the other
    two subfactors. 
    Id.
     All other offerors received the rating of Marginal for the
    2 Plaintiff proposed that Veterans Enterprise Technology Solutions, Inc. (VETS)
    would serve as its major subcontractor. AR, Tab 15 at 785. Under the previous
    task order, VETS was the incumbent prime contractor for the Texas and Nebraska
    service centers and eVETS served as a subcontractor. 
    Id.
    -4-
    Technical factor, presumably because each had an Operational Approach subfactor
    rating of Marginal. 
    Id.
     at 1018–19. The Contracting Officer noted that eVETS was
    the highest priced offeror and the only one proposing higher costs than the
    Independent Government Cost Estimate (IGCE). AR, Tab 20 at 1315. 3 With the
    other four offerors having significant weaknesses in the area of staffing, and eVETS
    having the highest price and a weakness due to low staffing, the Contracting Officer
    decided to include all five offerors in the competitive range. 
    Id.
     at 1315–16.
    On December 23, 2014, Amendment 5 to the Solicitation was issued, AR, Tab
    21, and discussion letters were sent to eVETS and the other offerors, AR, Tabs 22,
    23, 78–80. In the letter to eVETS, concerning its Technical Proposal, the second of
    fourteen areas for discussion under the Operational Approach subfactor stated:
    T2. The staffing chart was determined to allocate insufficient numbers
    of employees in the following areas:
    Data Collections at NSC. The 37 allocated [Full Time
    Equivalents] (FTEs) are not considered to be sufficient to meet
    base year requirements.
    Data Collections at TSC. The 28 allocated FTEs are not
    considered to be sufficient to meet base year requirements.
    AR, Tab 23 at 1487–88.
    Concerning plaintiff ’s Business Proposal, the first area for discussion noted
    that the period of performance was to be revised, with the new base period of six
    months running through November 30, 2015, followed by three one-year option
    periods, and a fourth option lasting six months. 
    Id. at 1489
    . 4 The fifth area for
    discussion referenced Attachment 1 to the letter, described as “Volumes and Hours
    for CLINs 6 and 8,” and stated: “Volumes by center by period for CLIN XXX6 File
    Operations are provided. The volumes begin with GFY 13 incurred volumes and
    reflect a percentage decrement each period that USCIS expects to occur as a result
    of ELIS impacts.” 
    Id. at 1490
    . And in discussion areas eight through ten, under the
    Pricing Template category, eVETS was told:
    B8. Summary Tab---Proposed Full Time Equivalents (FTEs) and
    hours are significantly higher than the Government’s estimate.
    3Plaintiff, intervenor, and two other offerors received a Low Risk assessment for
    Past Performance, with the fifth assigned a Medium Risk. AR, Tab 20 at 1314.
    4 The solicitation originally called for a one-year base period ending November 30,
    2015, and three one-year options. AR, Tab 8b at 144. The base period was modified
    by Amendment 1, to a separate two-month transition period through January 31,
    2015, and a ten-month period ending November 30, 2015. AR, Tab 9d at 1569–70.
    -5-
    B9. Summary Tab---Proposed price is significantly high.
    B10. Summary Tab---eVETS flat lined FTEs for all periods. Volumes
    decrease each period for ELIS. See Amendment No. 5, Attachment 1.
    
    Id. at 1490
    .
    Attachment 1 to the letter consisted of spreadsheets entitled “Contract Year
    Workload Activity Report,” listing file operations for the Nebraska and Texas
    Service Centers. 
    Id.
     at 1492-1–1492-4. Of particular relevance to this protest is the
    report concerning the TSC. The first column of data apparently shows the number
    of times each of the listed file operations was processed in the period December 1,
    2012, through November 30, 2013, a twelve-month period that aligns with the
    endpoints of the four contract periods. AR, Tab 23 at 1492-3. 5 The other four
    columns projected that work over the periods of performance then in effect under
    the Solicitation (through Amendment 5). In the next column representing the base
    period, the numbers of each operation from the December 2012 through November
    2013 period are prorated over the ten-month base period and multiplied by 95
    percent. 
    Id.
     The next three columns represent the three option years, and multiply
    the first column figures by 85 percent, 75 percent, and 60 percent, respectively. 
    Id.
    A notation below the data fields explains: “These % represents [sic] the anticipated
    workload reduction from FY13 operation volumes due to USCIS ELIS
    implementation.” 
    Id. at 1492-4
    .
    Before submitting formal responses to the areas of discussion and revisions to
    their proposals, each offeror participated in a telephone conference call with agency
    officials, with the eVETS discussion apparently occurring on January 6, 2015. See
    
    id. at 1487
    ; see also AR, Tab 36 at 2421; Tabs 24a & 24b (discussion notes of
    Contract Specialist and Contracting Officer). After the oral discussions, USCIS
    issued Amendment 6 on January 9, 2015, revising the period of performance as
    announced in the discussion letters --- a six-month base period ending November
    30, 2015, and an additional six-month option period ending May 31, 2019. See AR,
    Tab 26b at 1524–25; Tab 23 at 1489. The amendment included an updated version
    of Attachment 1 to the discussion letters, the Contract Year Workload Activity
    Report. See AR, Tab 26c at 1538 (revised report for the TSC). Offerors were
    informed that the purpose of the revised Attachment 1 was “to reflect the correct
    period of performance and decrement volumes.” AR, Tab 26a at 1523. The revised
    5 Although the column heading is “FY13 Processed,” a notation on the second line
    indicates the report is “for TSC from 12/1/2012 to 11/30/13.” AR, Tab 23 at 1492-3.
    Prospective offerors had previously been given workload data for fiscal year 2013,
    which ran from October 1, 2012, to September 30, 2013, see AR Tab 6b at 134–35,
    containing the identical fields but slightly different numbers from the Attachment 1
    data.
    -6-
    portions of the report were depicted in red. See AR, Tab 26c at 1538. The base
    period was changed to four months, 
    id.,
     subtracting the two-month transition period
    from the new six-month base period, see AR, Tab 26b at 1527–28. The data in the
    base year column changed, as it was now prorated over four rather than ten
    months. Compare AR, Tab 23 at 1492-3 (ten-month figures) with Tab 26c at 1538
    (four-month figures). The only other revision concerning CLIN 6 file operations was
    the addition of a column with data for the fourth option period, prorated over six
    months and calculated at 60 percent of the levels for the year ending November 30,
    2013. AR, Tab 26c at 1538. All of the fields describing the operations, and the data
    in the other columns, were unchanged from the prior version of the report.
    On February 4, 2015, offerors submitted their final proposal revisions (FPRs)
    and responses to the areas for discussion. AR, Tab 36 at 2421; see AR, Tab 29a at
    1755 (eVETS response); Tab 29b at 1812 (eVETS FPR, Business Proposal); Tab 29c
    at 1941 (eVETS FPR, Technical Proposal). Plaintiff made several changes to its
    final proposal, including increasing the number of proposed staffing for data
    collections at TSC and NSC. 6 AR, Tab 29a at 1756–59. In response to the B8 area
    for discussion, eVETS stated:
    •   Our original bid for CLIN 6 was based on the period FY 13
    (10/1/12–09/30/13) data from the current SCOSS Task Order. The
    Contract Year Workload Activity Report (Attachment 1 of
    Amendment 6) has since provided volumes of work from the period
    12/01/12–11/30/13 that is now factored into this latest bid. The
    volume of work provided in the Contract Year Workload Activity
    Report (Attachment 1 of Amendment 6) also included a decrease
    over the life of the contract which is in contrast to our original bid
    that did not factor in decreasing volumes.
    •   Our original proposed price included the movement of all ELIS
    work at the TSC from CLIN 4 to CLIN 6. These volumes were
    added to the FY 13 volumes for CLIN 6 that were used in our
    original price proposal.
    •   The Contract Year Workload Activity Report volumes do not
    include ELIS work. This equates to 50 FTEs at the TSC.
    •   The eVETS Final Proposal Revision provides FTEs in CLIN 6 based
    solely on the Contract Year Workload Activity Report (Attachment
    1 Amendment 6).
    
    Id.
     at 1789–90.
    6 Plaintiff increased its proposed data collections staff level at NSC by 5.3 FTEs
    and at TSC by 2 FTEs. AR, Tab 29a at 1756–59.
    -7-
    Despite this language in its discussion response, eVETS’s revised Technical
    Proposal retained the language pledging “to process the TSC Visa Packets,” which it
    noted “has an average monthly volume of 40,000 cases.” AR, Tab 29c at 1982; see
    also 
    id. at 1976
     (“File Operations at the Service Centers involve a variety of tasks,
    to include Visa packet at the TSC.”), 1994 (“Visa Packets ELIS” included in TSC
    basis of estimate at 3.1 per hour). But in the revised Business Proposal, eVETS
    reduced the overall level of staffing proposed to perform file operations at the TSC
    in the base year, from 260 FTEs to 176 FTEs. See AR, Tab 16a at 939; Tab 29b at
    1908.
    The FPRs were reviewed by the TEC and the Business Evaluation
    Committee (BEC). The TEC rated eVETS’s overall Technical factor Marginal with
    subfactor ratings of Good in both Management Approach and Corporate Experience,
    Acceptable in Union Experience, and Marginal in Operational Approach. AR, Tab
    30 at 2053. Under the Operational Approach subfactor, eVETS received two
    strengths, two weaknesses, and a significant weakness. AR, Tab 30 at 2070–71.
    The significant weakness was assigned due to concerns about file operations at the
    TSC, as the TEC found “[t]he allocated 176 FTEs . . . which is considered
    understaffed by over 80 FTEs demonstrates a failure to provide a reasonable, logical
    approach to fulfill much of the Government’s file operations requirements.” 
    Id. at 2071
    . The TEC concluded that “the staffing plan is inadequate and the proposal
    lacks an explanation of how this staffing is sufficient that allows the TEC to
    determine the offeror can perform with this few staff, making this Subfactor
    Marginal.” 
    Id.
     In contrast, the TEC rated CRI’s Overall Technical factor Good,
    with subfactor ratings of Acceptable for Management Approach and Good for
    Operational Approach, Corporate Experience, and Union Experience. 
    Id. at 2053
    .
    One other offeror, [XXXXXXXXX] ([XXXXXX]), received a Good rating for the
    Technical factor. 
    Id.
     The other two received Technical factor ratings of
    Unacceptable and Marginal, respectively, reflecting the assignment of those same
    ratings for the Operational Approach subfactor. AR, Tab 30 at 2053.
    For the Past Performance factor, the BEC assigned Low Risk to all offerors
    except [XXXXX], which was assessed to present a Medium Risk. AR, Tab 31a at
    2109. Plaintiff ’s price of $97,565,189.16 was the second lowest on offer, nearly $15
    million lower than intervenor’s price --- which, in turn, was nearly $15 million lower
    than [XXXXX]’s price. AR, Tab 31b at 2154.
    The Source Selection Advisory Committee (SSAC) --- composed of the
    directors of the four service centers to be supported by the work solicited, see AR,
    Tab 35 at 2418 --- and the Source Selection Authority (SSA), received a briefing
    from the chairmen of the TEC and BEC on April 3, 2015, see AR, Tab 34 at 2348,
    2351; Tab 35 at 2412; Tab 36 at 2423. After reviewing the reports of the TEC and
    the BEC, the SSAC “did not take exception to any of the findings or conclusions” in
    the reports. AR, Tab 35 at 2414. The SSAC found that the eVETS ratings of
    -8-
    Marginal for the overall Technical factor and for the Operational Approach
    subfactor, and the “associated weaknesses and risks were too significant to
    overcome for consideration of an award.” 
    Id. at 2415
    . It “noted that the significant
    staffing concern was in more than one functional area,” and that “[t]he file
    operations area is a Labor Hour CLIN which shifts all risk of performance/costs to
    the agency[,] further compounding the risks associated with the insufficient
    proposed staffing levels.” 
    Id.
     The SSAC found these concerns were further
    compounded by a “noted variation in productivity metrics” that was not credibly
    explained. 
    Id.
     Due to its concerns regarding eVETS and the other offeror with a
    Marginal Technical factor rating, and with a third offeror rated Unacceptable under
    this factor, the SSAC determined that only CRI and [XXXXX] were viable for the
    award. 
    Id.
     at 2414–15. It recommended that the award be made to intervenor. AR,
    Tab 35 at 2416.
    The SSA reviewed the TEC and BEC reports and the SSAC’s
    recommendation, and concurred in all respects. AR, Tab 36 at 2423–26. Regarding
    eVETS’s proposal, the SSA pointed out concerns over eVETS’s proposed staffing
    levels. The SSA stated that “despite being advised during discussions that [its]
    staffing was considered inadequate and making some minor adjustments to the
    data collections staffing at both NSC and TSC,” eVETS further downsized what had
    been a properly-sized file operations workforce by over 80 FTEs. 
    Id. at 2424
    . After
    reiterating the SSAC’s concerns, 
    id.,
     the SSA found the file operations staffing
    levels “an unacceptable risk” based on the likelihood that eVETS would be
    understaffed and unable to absorb the increased costs of hiring more workers,
    resulting in unbudgeted and disruptive contract cost increases for USCIS. 
    Id. at 2425
    . Based on the above concerns with eVETS, the SSA did not consider eVETS
    viable for possible award and thus did not include eVETS in the best value trade-off
    analysis. 
    Id.
     The SSA awarded the contract to CRI because CRI offered “the best
    integration of technical, price and past performance for Group A.” 
    Id. at 2426, 2428
    .
    D. The GAO Protest and Proceedings in This Court
    Plaintiff challenged the award of the Group A contract to CRI by filing a
    protest with the United States Government Accountability Office (GAO) on May 26,
    2015. AR, Tab 43 at 2497. In its initial protest, eVETS argued that the agency
    materially erred by failing to consider the advantageous aspects of its proposal in a
    proper best-value analysis, 
    id.
     at 2503–04; that the agency violated the Solicitation
    by making the Operational Approach subfactor more important than the others, 
    id.
    at 2504–05; that the evaluation of its Operational Approach was unreasonable, 
    id.
    at 2506–18; that it should have received a higher rating than CRI under the
    Experience with Unions subfactor, 
    id.
     at 2518–19; that CRI should have received
    lower ratings for the Corporate Experience subfactor and the Past Performance
    factor, 
    id.
     at 2519–21; that intervenor’s proposal showed that CRI would
    impermissibly perform less than 50 percent of the contract, 
    id.
     at 2521–22; that CRI
    -9-
    should have been found not responsible due to alleged concerns about its
    subcontractor, 
    id.
     at 2522–23; and that intervenor should have been found to have
    overstaffed its proposal, 
    id. at 2523
    . Seven weeks later, eVETS filed a
    supplemental protest, adding the argument that CRI’s revised Technical Proposal
    was one page longer than the limit and, as a consequence, its last page ---
    containing intervenor’s entire discussion of the Experience with Unions subfactor ---
    should have been disregarded. AR, Tab 50 at 2675.
    On September 3, 2015, the GAO denied the protest in part and dismissed the
    remainder, after finding no basis to sustain the protest. AR, Tab 59 at 2754, 2759,
    2763. The GAO explained that eVETS’s interpretation of Attachment 1 to
    Amendment 6 would have created a patent ambiguity the clarification of which was
    not timely sought, and that it was reasonable for the agency to evaluate the TSC file
    operations staffing based on the required ELIS IV work. 
    Id.
     at 2760–61. The GAO
    found that the Solicitation did not require the mechanical combination of Technical
    subfactor ratings, and that the eVETS proposal was technically unacceptable and
    thus properly excluded from the best value determination. 
    Id.
     at 2761–63. The
    remaining protest grounds were dismissed because plaintiff, having been found
    ineligible for award, lacked the requisite interest to raise them. 
    Id. at 2763
    .
    Eleven days later, eVETS filed its complaint in our court, containing six
    counts. Count I alleged that USCIS unreasonably evaluated eVETS’s proposal
    under the Operational Approach subfactor. Compl. ¶¶ 27–51. Count II argued that
    in basing the eVETS proposal’s Marginal rating for the Technical factor on just the
    Operational Approach subfactor, the agency failed to follow the Solicitation’s
    evaluation criteria. 
    Id.
     ¶¶ 52–64. In Count III, eVETS claimed that the best value
    analysis was improper due to the exclusion of its proposal. 
    Id.
     ¶¶ 65–77. Count IV
    alleged disparate treatment in the agency’s evaluation of plaintiff ’s training plan,
    quality control plan, and use of proprietary data tools. 
    Id.
     ¶¶ 78–88. Count V
    challenged the reasonableness of USCIS’s assessment of CRI’s past performance
    and corporate experience. 
    Id.
     ¶¶ 89–101. And in Count VI, eVETS argued that
    USCIS unreasonably ignored available and relevant information concerning
    intervenor’s proposed subcontractor in determining that CRI was responsible. 
    Id.
    ¶¶ 102–14.
    Along with its complaint, eVETS filed an application for a preliminary
    injunction and a temporary restraining order. Pl.’s Appl. Prelim. Inj. & TRO, ECF
    No. 4. After that motion was fully briefed, and at the conclusion of a hearing on the
    motion, the Court denied plaintiff ’s requested preliminary injunction, due to
    eVETS’s failure to demonstrate a likelihood of success on the merits. See Order
    (Sept. 18, 2015), ECF No. 26. The parties then fully briefed motions for judgment
    on the administrative record, and plaintiff moved for leave to supplement the
    administrative record with a declaration from an officer of VETS and documents
    concerning intervenor’s proposed subcontractor, FCi Federal, Inc. (FCi), see Pl.’s
    - 10 -
    Mot. Suppl. Admin. R. (Pl.’s Mot. Suppl.), ECF No. 35. 7 At the end of a lengthy
    hearing on the motions for judgment on the administrative record, held two days
    before intervenor was to begin full performance of the contract, the Court indicated
    that handover of the contract would not be enjoined, and explained its tentative
    intention to decide matters in favor of defendant and intervenor. Tr. (Oct. 8, 2015)
    (Tr.) at 251–54. After a full and thorough consideration of the record and
    arguments of counsel, the Court is confirmed in that view, and explains its ruling
    below.
    II. DISCUSSION
    A. Legal Standards
    The Administrative Dispute Resolution Act (ADRA) amendments to the
    Tucker Act require our court to follow Administrative Procedure Act (APA)
    standards of review in bid protests. 
    28 U.S.C. § 1491
    (b)(4). Those standards,
    incorporated by reference, provide that a:
    reviewing court shall . . . (2) hold unlawful and set aside agency action,
    findings, and conclusions found to be -- [¶] (A) arbitrary, capricious, an
    abuse of discretion, or otherwise not in accordance with law; [¶] (B)
    contrary to constitutional right, power, privilege, or immunity; [¶] (C) in
    excess of statutory jurisdiction, authority, or limitations, or short of
    statutory right; [¶] (D) without observance of procedure required by law;
    [¶] (E) unsupported by substantial evidence in a case subject to sections
    556 and 557 of this title or otherwise reviewed on the record of an agency
    hearing provided by statute; or [¶] (F) unwarranted by the facts to the
    extent that the facts are subject to trial de novo by the reviewing court.
    In making the foregoing determinations, the court shall review
    the whole record or those parts of it cited by a party, and due account
    shall be taken of the rule of prejudicial error.
    
    5 U.S.C. § 706
     (2012).
    Based on an apparent misreading of the legislative history, see Gulf Grp., Inc.
    v. United States, 
    61 Fed. Cl. 338
    , 350 n.25 (2004), the Supreme Court had
    determined, before the 1996 enactment of the ADRA, that the de novo review
    standard of 
    5 U.S.C. § 706
    (2)(F) does not usually apply in review of informal agency
    decisions --- decisions, that is, such as procurement awards. See Citizens to Pres.
    Overton Park, Inc. v. Volpe (Overton Park), 
    401 U.S. 402
    , 415 (1971). Instead,
    7The government opposed the motion to supplement, see Def.’s Opp’n to Pl.’s Mot.
    Suppl. (Def.’s Suppl. Opp’n), ECF No. 40, and plaintiff filed a reply in support of the
    motion, see Pl.’s Reply to Def.’s Suppl. Opp’n, ECF No. 43.
    - 11 -
    courts in those cases are supposed to apply the standard of 
    5 U.S.C. § 706
    (2)(A):
    whether the agency’s acts were “arbitrary, capricious, an abuse of discretion, or
    otherwise not in accordance with law.” See Overton Park, 
    401 U.S. at 416
     (citation
    omitted); see also Advanced Data Concepts, Inc. v. United States, 
    216 F.3d 1054
    ,
    1057 (Fed. Cir. 2000) (applying 
    5 U.S.C. § 706
    (2)(A)). But see Impresa Construzioni
    Geom. Domenico Garufi v. United States (Domenico Garufi), 
    238 F.3d 1324
    , 1332
    n.5 (Fed. Cir. 2001) (also citing 
    5 U.S.C. § 706
    (2)(D) as applicable in bid protests).
    The “focal point for judicial review” is usually “the administrative record already in
    existence,” Camp v. Pitts, 
    411 U.S. 138
    , 142 (1973), even when the matter under
    review was not the product of a formal hearing. See Fla. Power & Light Co. v.
    Lorion, 
    470 U.S. 729
    , 744 (1985); Axiom Res. Mgmt., Inc. v. United States, 
    564 F.3d 1374
    , 1379 (Fed. Cir. 2009).
    A motion for judgment on the administrative record pursuant to RCFC 52.1
    differs from a motion for summary judgment under RCFC 56, as the existence of
    genuine issues of material fact does not preclude judgment on the administrative
    record. See Bannum, Inc. v. United States, 
    404 F.3d 1346
    , 1355–57 (Fed. Cir. 2005);
    Fort Carson Supp. Servs. v. United States, 
    71 Fed. Cl. 571
    , 585 (2006). Rather, a
    motion for judgment on the administrative record examines whether the agency,
    “given all the disputed and undisputed facts appearing in the record, acted in a
    manner that was arbitrary, capricious, an abuse of discretion, or otherwise not in
    accordance with law.” Fort Carson, 71 Fed. Cl. at 585; see also Greene v. United
    States, 
    65 Fed. Cl. 375
    , 382 (2005); Arch Chems., Inc. v. United States, 
    64 Fed. Cl. 380
    , 388 (2005). Factual findings are based on the evidence in the record, “as if [the
    court] were conducting a trial on the record.” Bannum, 
    404 F.3d at 1357
    ; see also
    Carahsoft Tech. Corp. v. United States, 
    86 Fed. Cl. 325
    , 337 (2009); Gulf Grp., 61
    Fed. Cl. at 350.
    Under the “arbitrary and capricious” standard, this court considers “whether
    the decision was based on a consideration of the relevant factors and whether there
    has been a clear error of judgment” by the agency. Overton Park, 
    401 U.S. at 416
    .
    Although “searching and careful, the ultimate standard of review is a narrow one.
    The court is not empowered to substitute its judgment for that of the agency.” 
    Id.
    This court will instead look to see if an agency has “examine[d] the relevant data
    and articulate[d] a satisfactory explanation for its action,” Motor Vehicle Mfrs. Ass’n
    v. State Farm Mut. Auto. Ins. Co., 
    463 U.S. 29
    , 43 (1983), and “may not supply a
    reasoned basis for the agency’s action that the agency itself has not given.”
    Bowman Transp., Inc. v. Ark.–Best Freight Sys., Inc., 
    419 U.S. 281
    , 285–86 (1974).
    This court must determine whether “the procurement official’s decision lacked a
    rational basis.” Domenico Garufi, 
    238 F.3d at 1332
     (adopting APA standards
    developed by the D.C. Circuit); see also Delta Data Sys. Corp. v. Webster, 
    744 F.2d 197
    , 204 (D.C. Cir. 1984). A second ground for setting aside a procurement decision
    is when the protester can show that “the procurement procedure involved a
    violation of regulation or procedure.” Domenico Garufi, 
    238 F.3d at 1332
    . This
    showing must be of a “clear and prejudicial violation of applicable statutes or
    - 12 -
    regulations.” 
    Id. at 1333
     (quoting Kentron Haw., Ltd. v. Warner, 
    480 F.2d 1166
    ,
    1169 (D.C. Cir. 1973)).
    Under the first rational basis ground, the applicable test is “whether ‘the
    contracting agency provided a coherent and reasonable explanation of its exercise of
    discretion.’” Domenico Garufi, 
    238 F.3d at 1333
     (quoting Latecoere Int’l, Inc. v. U.S.
    Dep’t of Navy, 
    19 F.3d 1342
    , 1356 (11th Cir. 1994)). This entails determining
    whether the agency “entirely failed to consider an important aspect of the problem,
    offered an explanation for its decision that runs counter to the evidence before the
    agency,” or made a decision that was “so implausible that it could not be ascribed to
    a difference in view or the product of agency expertise.” Ala. Aircraft Indus., Inc.–
    Birmingham v. United States, 
    586 F.3d 1372
    , 1375 (Fed. Cir. 2009) (quoting Motor
    Vehicle Mfrs. Ass’n, 
    463 U.S. at 43
    ).
    Because of the deference courts give to discretionary procurement decisions,
    “the disappointed bidder bears a heavy burden of showing that the [procurement]
    decision had no rational basis.” Domenico Garufi, 
    238 F.3d at 1333
     (internal
    quotation marks omitted) (quoting Saratoga Dev. Corp. v. United States, 
    21 F.3d 445
    , 456 (D.C. Cir. 1994)). The protester must demonstrate, by a preponderance of
    the evidence, the absence of any rational basis for the agency decision. See
    Overstreet Elec. Co. v. United States, 
    59 Fed. Cl. 99
    , 117 (2003); Info. Tech. &
    Applications. Corp. v. United States, 
    51 Fed. Cl. 340
    , 346 (2001) (citing
    GraphicData, LLC v. United States, 
    37 Fed. Cl. 771
    , 779 (1997)), aff’d, 
    316 F.3d 1312
     (Fed. Cir. 2003). If arbitrary action is found as a matter of law, this court will
    then decide the factual question of whether the action was prejudicial to the bid
    protester. See Bannum, 
    404 F.3d at
    1351–54.
    The interpretation of a solicitation, as that of contract provisions generally, is
    a question of law which courts review de novo. NVT Techs., Inc. v. United States,
    
    370 F.3d 1153
    , 1159 (Fed. Cir. 2004); Banknote Corp. of Am., Inc. v. United States,
    
    365 F.3d 1345
    , 1353 (Fed. Cir. 2004). Whether a provision in a solicitation is
    ambiguous, and whether an ambiguity is latent or patent, are also questions of law
    over which courts exercise independent review on a case-by-case basis. NVT Techs.,
    
    370 F.3d at 1159
    ; Grumman Data Sys. Corp. v. Dalton, 
    88 F.3d 990
    , 997 (Fed. Cir.
    1996). When interpreting a solicitation, the document must be considered as a
    whole and interpreted in “a manner that harmonizes and gives reasonable meaning
    to all of its provisions.” Banknote Corp., 
    365 F.3d at 1353
    ; NVT Techs., 
    370 F.3d at 1159
    . If the provisions are clear and unambiguous, the court must give them “their
    plain and ordinary meaning.” Banknote Corp., 
    365 F.3d at 1353
     (citation omitted).
    - 13 -
    B. Analysis
    1. The Agency Did Not Act Unreasonably in Assigning eVETS a Marginal
    Rating under the Operational Approach Subfactor
    Plaintiff ’s first ground for its protest challenges USCIS’s determination that
    its proposal warranted a significant weakness and the resulting Marginal rating
    under the Operational Approach subfactor. Pl.’s Stat. Facts & Mem. of P & A in
    Supp. Cross-Mot. J. Admin. R. & Opp’n Def.’s Mot. J. Admin. R. (Pl.’s Mot.) at 14–
    31. According to the SSP, a “Marginal” rating was to be assigned to a factor or
    subfactor that “demonstrates a marginal solution and approach and contains a
    significant weakness in any factor or sub-factor.” AR, Tab 5 at 109 (emphasis
    added). A “Significant weakness” was defined as “[a] flaw in the proposal that
    appreciably increases the risk of unsuccessful contract performance.” Id. at 110.
    The agency gave eVETS a significant weakness for Operational Approach because
    plaintiff ’s “staffing chart was determined to allocate insufficient numbers of
    employees for file operations at the TSC,” as “[t]he allocated 176 FTEs . . . which is
    considered understaffed by over 80 FTEs demonstrates a failure to provide a
    reasonable, logical approach to fulfill much of the Government’s file operations
    requirements.” AR, Tab 30 at 2071. In challenging this determination, plaintiff
    makes three distinct arguments, considered in turn.
    a. Plaintiff ’s explanation for its staffing reduction.
    Plaintiff cannot dispute the TEC’s finding that its final proposal reduced the
    base year FTEs proposed to perform file operations at the TSC by more than 80
    from the initial proposal, resulting in a total staffing of 176 to perform the CLIN 6
    functions at that center. See AR, Tab 30 at 2066, 2071. Plaintiff initially proposed
    260 FTEs to perform this work, including quality control staff (but not the site
    quality manager). See AR, Tab 15 at 808; Tab 16 at 939, 941. In its FPR, this
    number was reduced to 176.2 FTEs (including the site quality manager). See AR,
    Tab 29c at 1990; Tab 29b at 1908. Not counting the task managers, drivers, and
    quality control personnel, the number of file operations staff proposed for the base
    year was 160.2 FTEs. See AR, Tab 29c at 1990. The TEC report stated that “[t]he
    TEC does not consider the proposed file operations workforce of 160 sufficient to
    meet the base year requirements.” AR, Tab 30 at 2066.
    The TEC further explained that “for the TSC in particular, [it] considers the
    proposed staffing inadequate and lacking in explanation as to why the offeror
    considers it sufficient.” Id. at 2067. Using the eVETS labor basis of estimate figure
    for processing visa packets at the TSC, the TEC calculated that plaintiff would need
    “approximately 580 hours of labor to complete our daily average of 1,800 packets,”
    equating to 77 FTEs --- leaving less than 90 FTEs to perform the rest of the file
    - 14 -
    operation tasks. Id. at 2068. 8 The significant weakness assigned to eVETS rested
    on the finding of “insufficient numbers of employees for file operations at the TSC,”
    which was found to be “understaffed by over 80 FTEs.” Id. at 2071. The subfactor
    evaluation concluded that “the staffing plan is inadequate and the proposal lacks an
    explanation of how this staffing is sufficient that allows the TEC to determine the
    offeror can perform with this few staff, making this Subfactor Marginal.” Id.
    In the briefing given to the SSAC and the SSA, the TEC reiterated that it
    “does not consider the proposed file operations workforce sufficient to meet
    requirements.” AR, Tab 34 at 2364. The TEC finding that the TSC file operations
    staffing was “inadequate and lacking in explanation as to why the offeror considers
    it sufficient” was quoted in the SSAC report, AR, Tab 35 at 2415, and in the SSA’s
    decision, AR, Tab 36 at 2424.
    Plaintiff ’s first argument concerning the significant weakness it received for
    the Operational Approach subfactor focuses on a different statement of the TEC,
    one not referenced by the SSAC or the SSA. After noting the reduction in file
    operations staffing proposed for the TSC, the TEC stated: “There was no narrative
    provided by the offeror explaining the drastic changes from their [sic] original
    staffing after being advised during discussions the TEC considered the staffing to be
    inadequate.” AR, Tab 30 at 2066. 9 Plaintiff disputes this, pointing to a passage in
    its response to discussion questions, and argues that the TEC overlooked this
    explanation for its revised staffing levels. Pl.’s Mot. at 14–16 (citing AR, Tab 29a at
    1789–90).
    If the TEC did overlook this passage, it would be understandable. The
    passage responds to the first in a series of discussion questions from the BEC (and
    not the TEC), focusing on the aggregate hours, FTEs, and costs identified in a
    summary tab in the pricing template for all periods of performance. See AR, Tab
    29a at 1789–90; Tab, AR, Tab 16a at 898; AR, Tab 19b at 1292–93. The first of
    these questions noted that proposed FTEs and hours were “significantly higher
    than the Government’s estimate,” and the third revealed why --- as “eVETS flat
    lined FTEs for all periods,” although “[v]olumes decrease each period for ELIS.”
    AR, Tab 23 at 1490. While these questions implicitly concern only the file
    operations CLIN --- as offerors were given spreadsheets to use for the fixed-unit
    8 The 3.1 per hour estimate was carried over in a table reproduced from the initial
    proposal. See AR, Tab 15 at 809. The revised table in the FPR eliminated the “Visa
    Packets ELIS” field, formerly number 6.33. See AR, Tab 29c at 1994.
    9 The briefing provided to the SSAC and SSA included an abbreviated form of the
    statement: “There was no narrative provided by the offeror explaining the drastic
    changes from their [sic] original staffing.” AR, Tab 34 at 2364.
    - 15 -
    price CLINs, with identified annual workloads decreasing over time due to ELIS
    efficiencies, compare AR, Tab 14 at 721–24 (CRI spreadsheets) with AR, Tab 16 at
    900–03 (eVETS spreadsheets), precluding any possibility of flat lining --- they would
    not be the place one would expect to find an explanation for changes to the base
    year FTEs proposed. 10
    In any event, there are two problems with this argument of eVETS. The
    passage it believes that the agency ignored seems, in a rather circuitous fashion, to
    suggest that 50 FTEs who would perform ELIS work were removed from the file
    operations staffing proposed for the TSC, based on eVETS’s belief that only the
    workload listed in Attachment 1 to Amendment 6 should be used for purposes of the
    final proposal. AR, Tab 29a at 1789–90. First, if the TEC was truly faulting eVETS
    for not explaining the “drastic changes” in proposed staffing which reduced file
    operations by 84 FTEs, a discussion covering just 50 FTEs would fall well short of
    the mark. But more significantly, the TEC interpreted the Solicitation as requiring
    the ELIS IV work as a file operation at the TSC, see AR, Tab 30 at 2068, and its
    actual concern was that “the proposal lacks an explanation of how this staffing is
    sufficient that allows the TEC to determine the offeror can perform with this few
    staff,” id. at 2071. Instead of explaining how it would perform all of the required
    work, in the discussion response eVETS was suggesting that certain work need not
    be proposed. See AR, Tab 29a at 1789–90 (eVETS explaining that “[t]he Contract
    Year Workload Activity Report volumes do not include ELIS work” and that its FPR
    “provides FTEs in CLIN 6 based solely on the Contract Year Workload Activity
    Report”). 11
    Thus, the eVETS discussion response did not contain the answer that the
    TEC found lacking, but instead questioned the TEC’s premise. A review of that
    passage does not demonstrate that the agency objectively misstated what eVETS
    10 The only portion of the eVETS response to discussion questions cited in the TEC
    report concerned a question from the TEC. See AR, Tab 30 at 2067 (citing AR, Tab
    29a at 1766 (part of response to question T8)).
    11  Plaintiff has moved to supplement the administrative record with, among other
    things, a declaration from a VETS executive explaining why she believed ELIS IV
    processing was not required, and how --- through ELIS productivity advances and
    file operations staff efficiency gains --- that work could nevertheless be done with
    the staffing proposed by eVETS. See Ex. A to Pl.’s Mot. Suppl. For such
    explanations to be relevant to these proceedings, they needed to be included in the
    eVETS FPR. The Court is not persuaded that effective review of a procurement
    decision requires that the record be supplemented with information an offeror
    neglected to provide to the procuring agency, and thus the motion to supplement the
    administrative record is DENIED regarding this declaration. See Axiom Res.
    Mgmt., Inc. v. United States, 
    564 F.3d 1374
    , 1380 (Fed. Cir. 2009).
    - 16 -
    proposed, see USfalcon, Inc. v. United States, 
    92 Fed. Cl. 436
    , 462 (2010), but rather
    points to a disagreement concerning the proper interpretation of the Solicitation.
    This leads into plaintiff ’s second argument, to which we now turn.
    b. Amendment 6 and ELIS IV processing.
    Plaintiff ’s second argument concerns its interpretation of the updated
    Contract Year Workload Activity Report regarding file operations at the TSC, which
    was part of Attachment 1 to Amendment 6 of the Solicitation. See AR, Tab 26c at
    1538. This document was a revision of a spreadsheet distributed to offerors with
    the discussion letters, see AR, Tab 23 at 1492-3, adjusted to reflect a base period of
    four rather than ten months, and an additional option period of six months, see AR,
    Tab 26c at 1538. The first column of data on these reports is the number of times,
    for the year ending November 30, 2013, each task that had been reported as a file
    operation under the predecessor contract was processed at the TSC. The task fields
    are identical to the ones contained in the file operations portions of the Fiscal Year
    Workload Activity Report spreadsheets that had been provided to potential offerors.
    See AR, Tab 6b at 128–29, 131–32, 134–35. 12 To the extent Immigrant Visa packet
    processing, involving forms I-864 and DS-230, 13 had been reported under the
    predecessor contract, this was as a data collection operation rather than a file
    operation. See 
    id. at 128, 131, 134
    . 14 As the fields containing this data were not
    under the file operations heading in the historical reports, the Contract Year
    Workload Activity Report --- copying verbatim the file operations fields from those
    reports --- did not contain data concerning IV packet processing. Plaintiff interprets
    this omission as the agency’s decision to remove IV packet processing from the work
    to be proposed, and argues this is the only reasonable interpretation of this
    attachment to Amendment 6. Pl.’s Mot. at 16–27.
    Considering the Solicitation as a whole, and giving “reasonable meaning to
    all of its provisions,” Banknote Corp., 
    365 F.3d at 1353
    , the Court does not agree
    that the attachment to Amendment 6 had the effect of removing IV packet
    12These same spreadsheets were provided to offerors on a compact disk, as PWS
    Attachment 8.6, described as “historical volume information,” to be used “as a
    guide” in creating the pricing spreadsheets of proposals. AR, Tab 8b at 262; see AR,
    Tab 8k at 404.
    13   The DS-230 form was previously known as the OS-155A. Tr. at 135.
    14 While IV processing includes scanning these forms and verifying their data, and
    thus the numbers for each form suggests the amount of IV packets processed, it also
    involves other tasks such as assembling a paper A-File, see AR, Tab 8b at 150,
    which apparently were not reported under any of the CLINs of the predecessor
    contract, see Tr. at 19.
    - 17 -
    processing from the work to be proposed. In the “General Scope of Work” section of
    the PWS, while offerors were informed that the use of online filings via the ELIS
    system would “eliminate[ ] data entry” --- with an “Immigrant Visa (IV) processing
    exception” --- and reduce file operations, they were also told that “[t]he TSC
    processes approximately 40,000 immigrant visa packets each month.” AR, Tab 8b
    at 149–50. This processing was described to include such tasks as “completing data
    capture of the packet into USCIS ELIS, ordering a Permanent Resident Card for
    the immigrant, and creating a physical A-File of the packet contents.” Id. at 150.
    Of the three forms involved in the process, ELIS would eliminate the scanning of
    but one. Id.
    In the “Contractor Tasks/Requirements” section of the PWS, the “File
    Operations Support” section begins by informing contractors they must “receive,
    store, retrieve, maintain, and distribute files,” and notes that “[u]nder USCIS ELIS,
    existing paper files (primarily A-Files) will continue to be utilized in conjunction
    with adjudication of a USCIS ELIS record.” Id. at 160 (¶ 4.5). One subparagraph
    required contractors to “track and update files in the National File Transfer
    System,” and another required them to “process documents received from district,
    port of entry, or consulate offices.” Id. at 162, 166 (¶¶ 4.5.6, 4.5.22). The processing
    of IV packets, see AR, Tab 8j at 396, which are sent to TSC from the port of entry,
    see AR, Tab 8b at 150, would fall in these categories.
    Plaintiff argues that IV processing is not explicitly discussed in the two PWS
    requirements sections (¶¶ 4.1 & 4.5) that are identified as corresponding to file
    operations in the Schedule of Services overview. Pl.’s Mot. at 18 & n.5 (discussing
    AR, Tab 8u at 432). But the requirements are described at a general level, and
    rarely mention any of the specific tasks or forms that are processed under data
    collection or file operations. Compare AR, Tab 8b at 151–53, 156–68 (using general
    terms such as documents, files, forms, materials) with AR, Tab 6b at 133–35 (listing
    specific descriptions of tasks and forms). Even less plausibly, eVETS stresses that
    “no ELIS IV work was included in the Solicitation’s Schedule of Services.” Pl.’s Mot.
    at 17. But the Schedule of Services for the fixed-unit-priced CLIN for data
    collection support was a spreadsheet which folded all tasks into three lines --- one
    for forms requiring the entry of one to twenty-five fields, another for forms
    requiring the entry of more than twenty-five fields, and a third for forms that were
    manually rejected. See AR, Tab 21b at 1330. 15 And the Schedule of Services for
    labor hour pricing CLINs, like file operations support, was a blank spreadsheet into
    which an offeror would enter its own labor categories, proposed hours, and proposed
    rates. Id. at 1337–38. Thus, no specific work at all was included in the Schedule of
    15 The referenced document is the Schedule of Services provided with Amendment
    5, which changed the base period from ten months to four months. The format is
    otherwise the same as initially provided. See AR, Tab 16b at 973 (initial eVETS
    proposal).
    - 18 -
    Services --- the only specific information provided was the annual estimated
    quantities of documents falling into the three data collection operations categories.
    Id. at 1330.
    For the original, ten-month base period, the Schedule of Services provided
    offerors with an estimated quantity of 300,000 forms to be processed in Tier 1
    (requiring up to 25 data fields), and 30,000 forms to be processed in Tier 2
    (requiring more than 25 fields of data). See AR, Tab 16b at 973. But Attachment
    8.4 to the Solicitation stated that the number of fields associated with the two forms
    used in IV packet processing, the I-864 and the OS-155A, were 32 and 34,
    respectively, and that the TSC processed 364,509 of the former and 569,233 of the
    latter in fiscal year 2013. AR, Tab 8h at 339–40, 346. Elsewhere, the same
    attachment listed as file operations the entry of “ELIS data fields” totaling 23 for
    the I-864 and 38 for the OS-155A. Id. at 341. When eVETS detected these
    discrepancies, and noted that with a monthly volume of 40,000 IV packets there
    would be 960,000 forms annually between the two of them, it submitted a question
    to the agency. Plaintiff asked whether ELIS IV packet processing was to be
    proposed under data collection or file operations, and the agency responded: “ELIS
    IV processing is a file operation performed under CLIN 0006.” AR, Tab 9b at 543.
    If the matter had previously been in doubt, this answer, submitted to all offerors as
    part of Amendment 1 to the Solicitation, clarified that this work was a file
    operation. 16
    Plaintiff maintains that the issuance of the revised Attachment 1, distributed
    along with Amendment 6 to the Solicitation, 17 could only mean that IV packet
    processing was no longer to be included in proposals. The email which
    accompanied this document described it as “Revised Attachment 1 (CLIN 6 Volumes
    and CLIN 8 Hours), Group A (NSC/TSC) to reflect the correct period of performance
    and decrement volumes.” AR, Tab 26a at 1523. It was a revised Attachment 1, as
    16 A close review of other Solicitation materials demonstrated that this work was to
    be proposed under file operations. Attachment 8.5 to the Solicitation contained a
    glossary and sample forms for the periodic reporting of forms processed. AR, Tab 8j
    at 385–402-5. The tasks of creating OS-155A IV packet A-Files, processing IV
    packets in ELIS, and verifying IV packet data were all placed under file operations.
    Id. at 396, 400, 402-4–402-5. The processing of I-864 forms was to be counted under
    data collection “when done in C3, but not when done in ELIS,” id. at 391, and data
    entry connected with the OS-155A was considered data collection when the legacy
    CLAIMS 3 system was used, id. at 392.
    17Although all of the parties have treated this attachment as part of Amendment 6,
    and for purposes of these motions the Court has done the same, it is nevertheless
    noted that Amendment 6 itself makes no reference to the attachment. See AR, Tab
    26b at 1524–36.
    - 19 -
    the original was distributed along with the discussion letters, seventeen days
    earlier. See AR, Tab 23 at 1492-3. Plaintiff places great emphasis on the phrase
    “correct period of performance and decrement volumes,” insisting that this means
    that the volumes contained on the spreadsheet are correct and no other work can be
    required under CLIN 6. Pl.’s Mot. at 21; see also Pl.’s Reply in Supp. Mot. J. Admin.
    R. (Pl.’s Reply) at 3–5. But what was corrected from the previous iteration were the
    length of the base period, which was converted from ten to four months, and the
    number of option periods, as a fourth option of a six-month duration was added.
    Compare AR, Tab 23 at 1492-3 with AR, Tab 26c at 1538. To the extent that any
    “decrement volumes” could be said to have been corrected, this was the by-product
    of changing the base period. Even the additional option year did not represent any
    “volume” that was reduced, as its column used the same numbers as the previous
    option period. 18 Moreover, the reduced levels of operations from year to year were
    not the result of some determination of the particular volume expected for each
    operation, but the result of applying the same percentage to all totals from the 2013
    workload data. See AR, Tab 26c at 1538. The most natural reading of this phrase is
    the only reasonable one, and the Court concludes that “correct” was only modifying
    “period of performance.”
    Despite plaintiff ’s best efforts, the Court fails to understand how the use of
    the words “decrement volumes” rather than “volume decrements” makes any
    difference in construing the words of the agency email --- either way, it means the
    amounts by which the figures were reduced. And even if the spreadsheet reflected
    the correct reductions, this would only be true for the work listed in the first place.
    In any event, an agency would hardly remove a requirement from a Solicitation in
    the roundabout manner suggested by plaintiff --- by not adding a new field of data
    to an updated version of a spreadsheet, when the requirement was previously
    recognized despite its absence from this spreadsheet.
    Plaintiff contends that the areas for discussion the agency sent to it
    suggested that the IV packet processing work was not required in proposals, and
    that if this was not the case, then the discussion areas were misleading. Pl.’s Mot.
    at 22–24; Pl.’s Reply at 8–9. In the Technical Proposal portion of the discussion
    letter, eVETS was told that its data collections FTEs were “not considered to be
    sufficient to meet base year requirements,” AR, Tab 23 at 1487–88, while the
    Business Proposal portion stated that plaintiff ’s “[p]roposed Full Time Equivalents
    (FTEs) and hours [were] significantly higher than the Government’s estimate” and
    its “[p]roposed price [was] significantly high,” id. at 1490. From this, eVETS
    maintains that it reasonably concluded that file operations FTEs should be reduced.
    Pl.’s Reply at 8–9; Pl.’s Mot. at 22. But the understaffing comments regarding data
    18 Incidentally, the volumes contained in the Option 4 column are on their face
    decidedly not correct, as they are the same ones depicted for Option 3, which covers
    a period that is twice as long. See AR, Tab 26c at 1538.
    - 20 -
    collections expressly concerned “base year requirements,” while the excessive hours
    and price comments concerned the “Summary Tab” of the pricing template, which
    contained the total costs per CLIN for each year and the total hours and FTEs per
    contract period. AR, Tab 16b at 971. Moreover, the Business Proposal comments
    included the statement that “eVETS flat lined FTEs for all periods,” and noted that
    “[v]olumes decrease each period for ELIS” --- citing the initial version of Attachment
    1. AR, Tab 23 at 1490. Thus, the agency informed eVETS that data collections
    were understaffed in the base year, and that overall costs, FTEs and hours were too
    high because of its failure to reduce effort in the out years to match reduced
    volumes of work due to ELIS. These discussion comments were not misleading,
    were sufficiently specific, see Fort Carson Support Servs. v. United States, 
    71 Fed. Cl. 571
    , 611 (2006), and could not reasonably have been taken to mean that file
    operations were overstaffed in the base year.
    In support of its argument that the revised Attachment 1 should be construed
    as removing IV packet processing from the work to be proposed, eVETS infers from
    the proposals of its competitors that they, too, reached this conclusion. Pl.’s Mot. at
    24–27; Pl.’s Reply at 10. But nothing has been identified in their proposals to
    indicate that the IV packet processing work was removed from the FPRs. All four of
    the other offerors had each been told that they initially proposed too few staff to
    meet the base year file operations requirements at the TSC, AR, Tab 22 at 1481;
    Tab 78 at 4971; Tab 79 at 4979; Tab 80 at 4985; and three of the four responded by
    increasing the number of base year staffing, see AR, Tab 28 at 1544; Tab 63a at
    3477; Tab 63e at 3798–3800; Tab 65a at 4159. Plaintiff places great stress on the
    outlier, which was told that its proposed FTEs for data collections and file
    operations at both the TSC and NSC were not “sufficient to meet base year
    requirements,” but responded by reducing the base year FTE totals for three of the
    four identified areas. See AR, Tab 61b at 2969–70. Although that offeror explained
    that these lower totals were the result of plugging into a model “the new workload
    volumes provided in Amendments 5 and 6,” 
    id. at 2969
     (italics in original), from the
    manner in which information is presented in the proposals, it is impossible to know
    if IV packet processing was originally included and then removed. 19
    The final argument of plaintiff relating to the interpretation of the revised
    Attachment 1 is that, if the absence of IV packet processing data did not clearly
    remove this work from requirements, this at least resulted in a latent ambiguity
    concerning the matter. Pl.’s Mot. at 27–28. As is explained above, the Court does
    not believe that ELIS IV processing, which was clearly identified as part of the TSC
    file operations in the agency response to Question 24, see AR, Tab 9b at 543, could
    reasonably be viewed as having been deleted from the Solicitation by being absent
    from an updated spreadsheet that never contained this work in the first place. But
    19That offeror retained in its FPR an historical reference to experience with “ELIS
    implementation of DS-230 IV forms at TSC.” AR, Tab 61c at 3012.
    - 21 -
    the Court recognizes that there are two reasonable interpretations of the impact of
    revised Attachment 1 on this work, and both have been used by the government in
    this case. Government counsel argued that the absence of ELIS IV processing from
    the spreadsheet meant that the decrement percentages depicted for the option years
    would not apply to this work. See Tr. at 150–52. The agency, however, applied
    those percentages to ELIS IV processing in calculating the Independent
    Government Cost Estimate. See 
    id.
     at 234–36 (discussing AR, Tab 75b). As the
    Solicitation provided offerors with reductions in the volumes of all of the rest of the
    work to be performed, see AR, Tab 21b at 1330–34; AR, Tab 26c at 1538, the absence
    of information on how to treat the 480,000 IV packets that were processed at the
    TSC was the sort of “obvious, gross, or glaring” ambiguity that is necessarily patent,
    NVT Techs., 
    370 F.3d at
    1162 (citing H & M Moving, Inc. v. United States, 
    204 Ct. Cl. 696
    , 716 (1974)). As plaintiff failed to inquire about whether this work should
    be reduced or remain constant, the ambiguity cannot be challenged in this
    proceeding. 
    Id.
     In any event, neither reasonable interpretation of the Solicitation
    is advanced by eVETS, which instead embraces an interpretation that has been
    found unreasonable for the reasons stated above.
    c. Strengths and weaknesses were not arbitrarily assigned.
    The third argument raised by eVETS to challenge its rating under the
    Operational Approach subfactor focuses on the details of the evaluation. Pl.’s Mot.
    at 28–31. First, eVETS maintains that its reduced ratio of employees proposed to
    work performed actually reflects productivity gains. 
    Id. at 28
    . Plaintiff argues that
    a sufficient number of TSC file operations staff will be liberated by its expected
    efficiencies such that, combined with available surge support staffing, all of the
    ELIS IV processing work can nevertheless be performed. 
    Id.
     at 28–29 & nn.11–12.
    The problem with this argument is that it is based on explanations of productivity
    and the use of the surge CLIN that were not included in its proposals. 20
    Plaintiff next maintains that it was unreasonable for it to receive a Marginal
    rating based on the low number of file operations staff proposed for the TSC, when
    another offeror proposed but 19 more and received a Good rating. 
    Id. at 29
    . But
    challenges concerning “the minutiae of the procurement process in such matters as
    technical ratings . . . involve discretionary determinations of procurement officials
    that a court will not second guess.” E.W. Bliss Co., 77 F.3d at 449. Such subjective
    judgments will only be disturbed when inconsistencies are demonstrated, USfalcon,
    92 Fed. Cl. at 462, which is not the case when the offeror with the higher rating also
    proposed a higher staff level.
    20Plaintiff relies on explanations contained in a declaration that it sought,
    unsuccessfully, to add to the administrative record. See supra note 11.
    - 22 -
    The rest of this argument similarly concerns minutiae. Plaintiff complains
    that its explanation for the differences in tasks per hour between the two centers
    was found by the TEC to be “not credible,” AR, Tab 30 at 2067; see Pl.’s Mot. at 30.
    But this finding did not result in a weakness or risk being assigned to eVETS, see
    AR, Tab 30 at 2070–71, and the difference in opinion was explained by the agency,
    id. at 2067. Plaintiff also challenged the TEC’s finding of a risk of “an immediate
    front log forming in data collection at both centers,” AR, Tab 30 at 2071, although
    plaintiff was found to have proposed adequate staffing for the NSC, id. at 2066, and
    plaintiff believed it explained how it could cover data collections with other staff,
    Pl.’s Mot. at 30 (citing AR, Tab 29a at 1756–59). While there appears to be no
    explanation as to why the TEC believed that data collections at the NSC would be
    impacted by the insufficient staffing at the TSC, this risk had no impact on the
    rating eVETS received --- as the significant weakness assigned due to the
    understaffing of file operations at the TSC alone warranted a Marginal rating under
    the methodology used in the procurement. See AR, Tab 30 at 2054, 2071. And
    while it might appear to be overkill for the TEC to have found separate data
    collections weaknesses for the staffing chart depicting FTEs and for the number of
    FTEs proposed for the TSC, other offerors received similar treatment. See id. at
    2080–81, 2091. We are not in the business of second guessing the judgments of
    evaluators, E.W. Bliss Co., 77 F.3d at 449, and eVETS has not demonstrated the
    sort of subjective inconsistencies or objective inaccuracies, see USfalcon, 92 Fed. Cl.
    at 462, which would have rendered the Operational Approach subfactor evaluation
    an arbitrary and capricious one.
    2. The Agency Did Not Violate the Solicitation by Assigning eVETS a
    Marginal Rating for the Technical Factor
    In plaintiff ’s second challenge, it argues that USCIS failed to follow the
    Solicitation’s evaluation criteria by assigning a Marginal rating to eVETS’s overall
    Technical factor. Pl.’s Mot. at 31–40; Pl.’s Reply at 13–17. The Solicitation provided
    that three of the four Technical subfactors were of equal importance, AR, Tab 8b at
    271, but the adjectival ratings adopted in the SSP applied both to the Technical
    factor and to its subfactors --- thus, the presence of a significant weakness or a
    deficiency under any of the latter would result in an overall rating of Marginal or
    Unacceptable, respectively, for the former, see AR, Tab 5 at 109. Utilizing this
    methodology, the TEC explained that “[i]n the event an offeror was rated Marginal
    or Unacceptable in any subfactor, that rating rolled up and became the overall
    rating for the factor because the proposal was determined to have either a
    significant weakness or a deficiency.” AR, Tab 30 at 2054 (emphasis added).
    Plaintiff contends that by automatically rolling-up the Operational Approach
    subfactor’s Marginal rating to be the overall Technical factor rating, the Solicitation
    was violated because the agency failed to adequately consider the merits of the
    other subfactors. Pl.’s Mot. at 31–38. It argues that this approach gave “100% of
    - 23 -
    the weight” to the Operational Approach subfactor, id. at 32 (emphasis omitted),
    although two other subfactors were supposed to be equally important.
    The government counters that eVETS is taking issue with the evaluation
    methodology, which the FAR does not restrict and does not require to be disclosed in
    a solicitation. Def.’s Mot. J. Admin. R. (Def.’s Mot.) at 22 (citing 
    48 C.F.R. § 15.305
    (a), (d)). Defendant explains that the roll-up approach served the purpose
    of ensuring that significant weaknesses and deficiencies were not overlooked in the
    overall factor evaluation, as might be the case had the agency followed a method
    which averaged subfactor ratings, 
    id.
     at 22–24, and notes that the Federal Circuit
    has rejected the notion that “adjectival ratings can be added up and ‘averaged out’
    to score the contractor,” 
    id. at 24
     (quoting Glenn Defense Marine v. United States,
    
    720 F.3d 901
    , 909 n.6 (Fed. Cir. 2013)). The government cites several cases from
    our court and opinions from the GAO which recognize that “‘adjectival ratings are
    merely a guide’ for the agency’s decision making process,” 
    id.
     (quoting Hyperion,
    Inc. v. United States, 
    92 Fed. Cl. 114
    , 119 (2010)), and argues that even among
    subfactors of equal weight, the presence of a significant weakness or several
    weaknesses in one could be decisive for the overall factor rating, 
    id.
     at 26–27 (citing
    Apptis Inc.-Costs¸ B-402146.3, 2010 CPD ¶ 123, 
    2010 WL 2561522
     (Comp. Gen.
    Mar. 31, 2010)). Intervenor argues that the use of adjectival ratings is not a
    mechanical process involving averaging and similar quantitative constructs, and
    that the factor evaluation was based on the agency’s assessment of the severity of
    the understaffing issue. Def.-Intervenor’s Mot. J. Admin. R. (Intervenor’s Mot.) at
    14–17.
    The Court is not persuaded that the evaluation methodology employed by
    USCIS violated the Solicitation’s stated criteria. The agency had decided that a
    Technical Proposal with any significant weakness would rate no higher than
    Marginal for the Technical factor, and one with deficiencies would receive a factor
    rating of Unacceptable, regardless of which subfactor evaluation contained them.
    AR, Tab 5 at 109. While this meant, as a practical matter, that the subfactor
    containing significant weaknesses or deficiencies would have the most influence on
    the overall factor rating, despite three of the subfactors having been deemed of
    equal importance and the fourth of lesser importance, the same is true in any
    procurement in which a particularly poor rating can be decisive. Plaintiff rejects
    this as “procedural equality” rather than “substantive” equality, Pl.’s Mot. at 33, but
    as long as one of the three equally-important subfactors was the one for which the
    significant weakness was found, the Court does not believe that the “relative
    importance” stated in the Solicitation, 
    48 C.F.R. § 15.304
    (d), was contravened. 21
    21 The Court agrees with eVETS that the evaluation scheme contradicted the
    “relative importance” stated in the Solicitation by allowing the subfactor of lesser
    importance, Experience with Unions, to have the same decisive effect under the roll-
    up approach. See Pl.’s Mot. at 33 n.13. This error was not to plaintiff’s prejudice,
    - 24 -
    It was not a departure from the relative importance of the subfactors that
    resulted in the Marginal Technical factor rating received by eVETS, but rather the
    exacting grading scheme employed by USCIS. The agency determined beforehand
    that if it were to find a significant weakness in the evaluation of a factor, the rating
    for that factor could not be higher than Marginal. AR, Tab 5 at 109. 22 No authority
    has been disclosed to the Court which disapproves of the use of such a minimum
    standard as part of the rating methodology, a rating ceiling akin to a pass/fail
    approach or an on/off switch. The Court notes that none of the evaluation
    documents simply rest on the subfactor rating label of “Marginal” in assessing the
    quality of eVETS’s Technical Proposal, but discuss in detail why a significant
    weakness was assessed. AR, Tab 30 at 2066–68, 2071; Tab 35 at 2415; Tab 36 at
    2424–25. It was the substance of these findings, and not the associated labels or
    the subfactor category in which the significant weakness was discovered, that
    mattered. In light of this, and considering the binding precedent which rejects the
    concept of computing an average based on adjectival ratings, see Glenn Def. Marine,
    720 F.3d at 909 n.6, and the persuasive precedents showing the outsized influence a
    poor rating in one of several equally-weighted subfactors may have, see., e.g., Apptis
    Inc., 
    2010 WL 2561522
    , at *5, the Court cannot find that the roll-up evaluation
    methodology violated 
    48 C.F.R. § 15.305
    . 23
    3. The Exclusion of eVETS’s Proposal from the Best Value Trade-Off Analysis
    Plaintiff next argues that the agency acted irrationally by failing to include
    its proposal in the best value tradeoff analysis and to perform a best value tradeoff
    between its proposed lower price and CRI’s technical superiority. Pl.’s Mot. at 40–
    47. Plaintiff concedes that case law allows an agency to exclude a proposal from a
    best value determination when the proposal is deemed “technically unacceptable,”
    however, as no significant weakness or deficiency was found for that subfactor. AR,
    Tab 30 at 2075.
    22 If the SSP had not prescribed such a methodology, and it was instead adopted by
    the evaluators after proposals were reviewed, such a practice could potentially rob
    the ultimate source selection decision of its rationality. See USfalcon, 92 Fed. Cl. at
    453–54. This was not the case here.
    23 The agency’s non-disclosure of the roll-up method would not have affected the
    competitive strategy of any offerors, who presumably did not intend to have
    significant weaknesses or deficiencies in their proposals. If the undisclosed
    definition of Marginal --- which included “demonstrat[ing] a marginal solution and
    approach,” AR, Tab 30 at 2054 --- were one that could apply only to the Operational
    Approach subfactor, the matter would be different. But eVETS has not made that
    case.
    - 25 -
    but stresses that its proposal was never assigned this rating. Id. at 41–42. In this
    regard, the SSA agreed with the ratings given by the SSAC and the TEC, neither of
    which assigned eVETS a deficiency or an Unacceptable rating. AR, Tab 36 at 2424.
    Plaintiff argues that, in the absence of a solicitation provision informing offerors
    that marginal proposals will not be considered in the best value determination,
    agencies must include them and consider whether their lower prices could provide
    the government with the best value compared to the more highly-rated proposals.
    Pl.’s Mot. at 43–44 (citing, inter alia, Metis Sols., LLC, B-411173.2, 2015 CPD ¶ 221,
    
    2105 WL 4572442
     (Comp. Gen. July 20, 2015)). Plaintiff maintains it “would have
    had a substantial chance for award” if its proposal was included in the best value
    tradeoff analysis. Pl.’s Mot. at 45–47.
    The government responds that the Solicitation was silent regarding whether
    Marginal-rated proposals must be included in the best value tradeoff analysis, and
    argues that the agency thus had discretion to reasonably exclude eVETS’s proposal
    from this analysis. Def.’s Opp’n Pl.’s Cross-mot. J. Admin. R. (Def.’s Reply) at 17
    (citing Banknote Corp. of Am. v. United States, 
    365 F.3d 1345
    , 1353–55 (Fed. Cir.
    2004)). It contends that the SSA was not required to compare the eVETS proposal
    with the two higher-rated ones, as he had explained why he found plaintiff ’s file
    operations understaffing to pose “an unacceptable risk,” making the proposal not
    “viable for a possible award.” Def.’s Mot. at 29 (quoting AR, Tab 36 at 2425).
    Intervenor notes that the TEC found plaintiff ’s file operations understaffing
    to represent “a failure to provide a reasonable, logical approach to fulfill much of the
    Government’s file operations requirements,” and did not consider the FTEs
    proposed to be “sufficient to meet the base year requirements.” Intervenor’s Mot. at
    18 (quoting AR, Tab 30 at 2071, 2066). It recounts the SSA’s explanation of his
    misgivings regarding the eVETS proposal, 
    id.
     at 19 (citing AR, Tab 36 at 2424–25),
    and stresses “the performance concerns raised by the TEC and the SSAC,” and “the
    potential pricing concerns raised by the SSA,” explaining that only further
    discussions could have made the eVETS proposal acceptable for award, id. at 20. In
    its reply paper, CRI argues that plaintiff ’s proposal should be considered as failing
    to conform to the Solicitation’s material terms, making it technically unacceptable;
    and that by omitting the file operations staff needed to process IV packets, the
    eVETS proposal failed to provide the true costs necessary for a meaningful
    comparison with other proposals. Def.-Intervenor’s Opp’n Pl.’s Cross-mot. J. Admin.
    R. (Intervenor’s Reply) at 3–4, 11–12. 24
    Under the unusual circumstances presented by this case, the Court cannot
    say that the agency erred in its best value analysis. Once the one offeror which
    received an Unacceptable rating for the Technical factor dropped from the picture,
    24Intervenor calculates the TSC file operations staffing shortfall to be 28.4% of the
    FTEs proposed by eVETS for that CLIN. Intervenor’s Reply at 11 & n.17.
    - 26 -
    eVETS’s proposal was the lowest priced one of the four remaining. See AR, Tab 36
    at 2419–20. If technically acceptable, it should have been included in the formal
    best value tradeoff. Plaintiff, however, received a Marginal rating for the Technical
    factor, which meant it did “not meet the requirements to be rated Acceptable,” but
    “ha[d] a reasonable chance of becoming Acceptable,” were there “the opportunity for
    discussions and/or clarifications.” AR, Tab 30 at 2054. That opportunity did not
    exist, though, when the FPRs were being evaluated, and thus the eVETS proposal
    was less than Acceptable when the Source Selection Decision was being made.
    While, as a general proposition, proposals which are marginal might qualify for
    inclusion in a best value tradeoff, it is difficult to see why this should require a
    proposal which, by definition, has been found not acceptable to be nevertheless
    considered for award. 25
    Even if, by falling somewhere in the limbo between “technically
    unacceptable” and generically “acceptable,” the eVETS proposal should have had its
    low price considered against its technical shortcomings, this formality would not
    have altered the SSA’s decision. Far from disregarding plaintiff ’s proposal due to
    the Marginal rating, the SSA explained in detail that he found “the negative
    impacts” due to file operations understaffing to be “severe,” and that prevention of
    these impacts would require “unbudgeted and disruptive contract cost increases.”
    AR, Tab 36 at 2425. He termed this scenario “an unacceptable risk,” and noted the
    prospect that the resulting cost increases could “be so large as to be out of scope of
    the contract.” Id. Earlier in the decision, he noted his concurrence with the SSAC
    view that the eVETS “Marginal rating and associated weaknesses and risks were
    too significant to overcome for consideration of an award,” id. at 2424, and he began
    the best value tradeoff discussion by stating that his “above concerns” with the
    eVETS proposal removed it from the group he “consider[ed] viable for a possible
    award,” id. at 2425.
    By finding that the technical shortcomings of the eVETS proposal were “too
    significant to overcome” and posed “an unacceptable risk,” the SSA left no doubt
    that he believed that the lower price could not justify an award. This was
    underscored by his cognizance that costs would be higher than proposed. To fault
    the SSA for not repeating his conclusion that “this is an unacceptable risk to me”
    when the best value analysis began two paragraphs later, and for not adding “even
    to save $15 million,” would elevate form over substance. The formal, express
    inclusion of the eVETS proposal in the best value tradeoff would not have made a
    difference, and its absence cannot justify a remand, much less the setting aside of
    the award to CRI.
    25 The Court notes that at an earlier stage in the process, when the competitive
    range is selected, the FAR allows an agency to exclude all but the highest rated
    proposals. See 
    48 C.F.R. § 15.306
    (c).
    - 27 -
    4. Plaintiff’s Technical Proposal Was Not Evaluated Disparately
    Plaintiff also alleges that USCIS evaluated its proposal disparately from the
    other offerors’ proposals, violating the FAR requirement “that contractors receive
    impartial, fair, and equitable treatment.” Pl.’s Mot. at 47 (quoting 
    48 C.F.R. § 1.602-2
    (b)). 26 Three specific examples are provided by eVETS to demonstrate this
    alleged disparate treatment, as eVETS contends it did not receive strengths for
    similar qualities and elements that warranted strengths in the evaluations of other
    offerors. 
    Id.
     at 47–50. Plaintiff contends that if it had received these strengths, its
    Operational Approach would have received a Good rating and its Management
    Approach would have received an Outstanding rating. 
    Id. at 50
    .
    While these types of challenges can succeed when protesters demonstrate
    inconsistencies in subjective judgments, see USfalcon, 92 Fed. Cl. at 462, such
    inconsistencies require the existence of nearly identical provisions in the proposals
    under consideration. When a court is not convinced that the aspects of the
    proposals brought to its attention are indistinguishable for purposes of the
    evaluation, then the exercise instead crosses the line and involves the second
    guessing of “minutiae” which we are not allowed to undertake, see E.W. Bliss Co., 77
    F.3d at 449. A careful review of the proposals in question shows that the evaluated
    portions are not so similar as to suggest disparate evaluations.
    Plaintiff ’s first example of alleged disparate treatment is the strength
    [XXXXX] received under the Operational Approach subfactor for its training plan.
    Pl.’s Mot. at 47–48 (citing AR, Tab 30 at 2100). Plaintiff argues that its own
    training plan was described in positive terms by the TEC, yet no strength was
    assigned. Id. (citing AR, Tab 30 at 2067–68). But two of the features warranting
    the strength, remedial and short deadline trainings, do not have counterparts in the
    eVETS proposal, and the training portions of the two proposals are hardly identical
    --- [XXXXX]’s section is about twice as long as eVETS’s, and includes additional
    detail such as 39 different aspects of its training. Compare AR, Tab 65d at 4388–91
    ([XXXXX] proposal) with AR, Tab 29c at 1997–98 (eVETS proposal).
    The next example eVETS provides is the strength given another offeror
    under the Operational Approach subfactor for “[t]he use of statistical process control
    charts.” Pl.’s Mot. at 48 (citing AR, Tab 30 at 2090). Plaintiff argues that its own
    proposed use of control charts was ignored, id. (citing AR, Tab 29c at 2004), but its
    brief reference to such charts is not comparable to the other offeror’s explanation of
    what the charts would enable it to do, see AR, Tab 63f at 3892.
    26This provision serves as “the codification of the government’s duty, previously
    implicit, to fairly and honestly consider bids.” MORI Assocs., Inc. v. United States,
    
    102 Fed. Cl. 503
    , 523 (2011).
    - 28 -
    The third example eVETS cites for disparate treatment is the proposed use of
    proprietary data tools. Pl.’s Mot. at 49–50. [XXXXX] and CRI each received a
    strength under Management Approach for their tools, but eVETS didn’t --- even
    though plaintiff did receive a strength under Operational Approach for its tool. See
    AR, Tab 30 at 2062, 2070, 2073–74, 2103. A review of the proposals, however,
    shows that the actual disparity is in the approaches taken by the offerors in
    describing the benefits provided by these proprietary tools. Intervenor extensively
    discussed its proprietary tool in both the Operational Approach and the
    Management Approach portions of its proposal. Under Operational Approach, the
    tool is the topic of three bullet points and sixteen sentences, scattered over nine
    separate pages and involving various tasks and functions such as remedial training,
    quality approach, cost control, and fee collection. AR, Tab 28c at 1608, 1636, 1638,
    1640–43, 1645–46. In the Management Approach section of the proposal, over a full
    page is devoted to the manner in which the tool will be of benefit, in addition to an
    earlier bullet point. 
    Id. at 1648, 1653
    . This resulted in a strength assigned to CRI
    under each subfactor. AR, Tab 30 at 2059, 2062.
    [XXXXX] also extensively discussed its proprietary tool under both subfactor
    sections. Under Operational Approach, it is mentioned on eight different pages,
    including a discussion concerning staffing that is more than a page in length. AR,
    Tab 65d at 4357, 4363, 4370, 4373–74, 4390, 4397, 4399. [XXXXX] devoted a bullet
    point and a full page of its Management Approach section to the tool. 
    Id. at 4401
    ,
    4403–04. It received a strength only under Management Approach. See AR, Tab 30
    at 2100, 2103.
    Plaintiff provided an extensive discussion of its proprietary tool in the
    Operational Approach portion of its proposal, mentioning it on eighteen separate
    pages, AR, Tab 29c at 1964–67, 1971, 1978, 1984, 1987, 1990–91, 2000–07 ---
    including an extended treatment about two pages in length, 
    id.
     at 1965–67 --- and
    also included three sentences and four bullet points about it in the executive
    summary, 
    id. at 1963
    . But the tool was barely mentioned in the Management
    Approach section of the proposal --- two sentences discuss it, and another sentence
    and two bullet points reference proposed employees who would have had some
    responsibilities regarding it. See 
    id.
     at 2007–09, 2014–15. Thus, if the agency
    failed to appreciate how the eVETS tool could be a strength under the Management
    Approach subfactor, this was because eVETS failed to make this case in its
    proposal. Had eVETS devoted as much attention to the tool under Management
    Approach as it did under Operational Approach, it might well have replicated the
    strength received for the latter. Any disparity was plaintiff ’s own doing.
    As described above, the record does not show that very similar features were
    evaluated differently in the eVETS proposal as compared with those of other
    offerors. Plaintiff has failed to demonstrate that the agency acted arbitrarily or
    unlawfully in this regard.
    - 29 -
    5. The Agency’s Determination of CRI’s Responsibility Was Not Unreasonable
    Plaintiff also challenges the agency’s determination that CRI is a responsible
    contractor, due to information concerning intervenor’s major subcontractor, FCi,
    that eVETS contends the agency ignored. Pl.’s Mot. at 51–56; Pl.’s Reply at 21–23.
    Plaintiff argues it was unreasonable for the agency to have found that FCi was
    responsible --- and in particular to have found “a satisfactory record of integrity and
    business ethics,” 
    48 C.F.R. § 9.104-1
    (d) --- in light of allegations in the divorce
    proceedings involving two FCi executives, and two state court civil proceedings
    involving FCi. Pl.’s Mot. at 51–57 & n.29. In connection with this challenge,
    eVETS has moved to supplement the record with the complaint from one of the
    state court cases, Ex. B to Pl.’s Mot. Suppl.; articles from two Internet news sites
    concerning the divorce proceedings and the other state court case, Exs. C & D to id.;
    an Internet profile of an FCi employee whose actions were at issue in one of the
    state cases, Ex. E to id.; and the first page of the results of an Internet search
    regarding FCi, Ex. F to 
    id.
     Since allegedly pertinent but overlooked information
    bearing on a contractor’s responsibility is the sort of “information that by its very
    nature would not be found in an agency record,” Orion Int’l Techs. v. United States,
    
    60 Fed. Cl. 338
    , 343 (2004), the Court finds that supplementation of the record is
    “necessary in order not ‘to frustrate effective judicial review,’” Axiom Res. Mgmt.,
    
    564 F.3d 1381
     (quoting Pitts, 
    411 U.S. at
    142–43). Accordingly, the motion to
    supplement the record is GRANTED as to Exhibits B through F.
    A contracting officer is “generally given wide discretion” regarding
    responsibility determinations, and “is the arbiter of what, and how much,
    information he needs.” John C. Grimberg Co. v. United States, 
    185 F.3d 1297
    , 1303
    (Fed. Cir. 1999) (citing 
    48 C.F.R. § 9.105-1
    (a)). While the Federal Circuit has noted
    that “this discretion is not absolute,” it has also held that a protester “necessarily
    bears a heavy burden” to demonstrate that a contracting officer failed to adequately
    explain why unfavorable information did not preclude a finding of responsibility.
    Domenico Garufi, 
    238 F.3d at 1335, 1338
    . That particular case involved the
    criminal conviction and indictments, relating to federal contracts, of an individual
    who once controlled the contractor. See 
    id.
     at 1327–28. Nothing comparable has
    been shown by eVETS, and a review of the record shows that the Contracting
    Officer’s responsibility determination was reasonable.
    The Contracting Officer executed the responsibility determination on April
    15, 2015. AR, Tab 37a at 2429. In finding a satisfactory record of integrity and
    business ethics, she relied upon the BEC’s review of the System for Award
    Management (SAM) and Federal Awardee Performance and Integrity Information
    System (FAPIIS) data concerning CRI and FCi, and reviewed the SAM certifications
    for both. Id. at 2431; see also AR, Tab 37d at 2438–63b (Feb. 27, 2015 SAM report),
    Tab 37e at 2463-1–2463-26 (Aug. 6, 2014 SAM report). She also relied upon the
    - 30 -
    past performance determination of the BEC, which utilized Past Performance
    Information Retrieval System (PPIRS) records. AR, Tab 37a at 2431; see AR, Tab
    31a at 2116. 27 The contracting officer explained: “[T]he BEC searched the internet
    to see if there were any derogatory news articles in regards to past performance or
    business ethics and integrity for CRI or FCI [sic]. There were none found.” AR, Tab
    37a at 2431; see also AR, Tab 31a at 2109–17; AR, Tab 71 at 4480. The final BEC
    report on past performance shows that the Better Business Bureau and Dun &
    Bradstreet databases were previously searched for “any negative information
    regarding past performance,” AR, Tab 31a at 2216, and that after the receipt of
    FPRs, the SAM, FAPIIS and PPIRS records were again checked, and another
    Internet search of news articles was conducted, id. at 2115–17; see also AR, Tab 72
    at 4501–02 (FAPIIS /PPIRS report for CRI); AR, Tab 73 at 4503–04 (FAPIIS/PPIRS
    report for FCi). 28
    Based on the above, the Contracting Officer’s determination appears perfectly
    rational. Plaintiff faults her for not uncovering or discussing allegations in divorce
    proceedings that were publicly reported in an article posted by The Daily Caller on
    March 9, 2015. See Ex. C to Pl.’s Mot. Suppl. Regardless of whether the second
    Internet search had already been conducted prior to that date, 29 or if the search
    failed to produce this article, the Court cannot see how the failure to discuss such
    allegations can taint the responsibility determination. After all, “[r]eview of a
    contracting officer’s procurement decision should not involve assessing her
    computer proficiency or calibrating what the sufficiency of a computer search
    entails.” Acrow Corp. of Am. v. United States, 
    97 Fed. Cl. 161
    , 179 (2011).
    Moreover, mere allegations in civil, family law proceedings are a far cry from the
    convictions and indictments which the Federal Circuit found sufficient the carry the
    “heavy burden” in Domenico Garufi, 
    238 F.3d at 1338
    .
    27 The FAR requires that contracting officers consider information from FAPIIS,
    SAM, and PPIRS in making the responsibility determination. 
    48 C.F.R. § 9.105
    -
    1(c).
    28The BEC’s post-FPR search of the internet apparently resulted in no additional
    news articles recounting poor performance by any of the contractors or their major
    subcontractors. AR, Tab 31a at 2116, 2124, 2132, 2145, 2151. As a result, the only
    news articles in the administrative record were from searches conducted in mid-
    October, 2014. See AR, Tab 71a–g, at 4481–92.
    29 The exact date of the second Internet search regarding CRI and FCi cannot be
    determined from the record, which shows that the BEC re-convened to evaluate the
    FPRs on February 18, 2015, and apparently distributed its reports on April 3, 2015.
    AR, Tab 36 at 2422.
    - 31 -
    Similarly, the one state court matter which plaintiff stresses in its motion,
    coincidentally also filed on March 9, 2015, see Ex. B to Pl’s Mot. Suppl. at 1, does
    not involve any judicial or law-enforcement determinations concerning wrongdoing
    by FCi. Indeed, according to the pleading, filed by FCi, it was the victim of the
    wrongdoing alleged. See 
    id.
     at 2–13. Plaintiff mischaracterizes the lawsuit,
    suggesting that one of the parties sued by FCi was a “subcontractor” on a federal
    contract and suggesting that a potential violation of the Anti-Kickback Act of 1986,
    
    41 U.S.C. § 8702
    , was involved. Pl.’s Mot. at 55–56. Instead, FCi was suing one of
    its former employees, a business in which that former employee had an unconcealed
    interest, and a firm that had been retained by FCi as a lobbyist. See Ex. B to Pl.’s
    Mot. Suppl. at 2–6. The three defendants had allegedly conspired to hide kickbacks
    from the lobbying firm to the other business, to reward the former employee who
    had retained the lobbying firm. 
    Id.
     at 6–7. Although the lobbying firm was
    retained to lobby regarding a federal contract, see 
    id.
     at 35–36, it was not a
    subcontractor performing the contract, and thus the federal act was not implicated.
    See 
    41 U.S.C. § 8701
    (2), (4), (7)–(8). The Court notes that FCi did inform the
    agency, in somewhat cursory fashion, of the “ethical conflict” necessitating the
    departure of the individual in question, on February 10, 2015. AR, Tab 37c at 2437.
    In any event, the Court does not see how a lawsuit brought by FCi against an
    employee it fired, and against two entities which it alleges conspired to violate
    duties owed to FCi, reflects upon FCi’s responsibility, much less in a manner that
    required further investigation and an explanation from a contracting officer. 30
    Plaintiff has failed to show that the determination of CRI’s and FCi’s responsibility
    was irrational.
    6. CRI’s Past Performance and Corporate Experience Assessments Were Not
    Unreasonable
    Plaintiff ’s final argument is that the agency erred in assigning intervenor a
    Low Risk rating under the Past Performance factor, and a Good rating under the
    Corporate Experience subfactor. Pl.’s Mot. at 57–61. Plaintiff contends that the
    three contracts that CRI relies upon that the latter actually performed either were
    not or should not have been found relevant for purposes of the two evaluations. 
    Id.
    30 Plaintiff relegated its discussion of the other state court lawsuit to a footnote, see
    Pl.’s Mot. at 56–57 n.29, and so, too, will the Court. That civil lawsuit, brought by
    another government contractor against FCi, apparently alleged that a former
    employee of that other contractor violated her non-compete clause and brought
    confidential information to her new employer, FCi. See Ex. D to Pl.’s Mot. Suppl.
    Although the case does involve competition for a federal contract, the Court does not
    find that mere allegations in a civil lawsuit are sufficient to meet the “heavy
    burden” recognized by Domenico Garufi, 
    238 F.3d at 1338
    .
    - 32 -
    According to eVETS, USCIS improperly allowed CRI to rely upon its large
    subcontractor FCi’s experience and past performance. 
    Id.
     at 57–58.
    Under the Solicitation, relevant experience for both the Corporate Experience
    subfactor and the Past Performance factor was based on the same four elements:
    1. Managing operations over multiple, geographically dispersed
    locations[.]
    2. Managing surges and spikes[.]
    3. Providing services in correspondent management, data-entry, fee
    receipting, and file operations.
    4. Managing multiple hundreds of employees over multiple shifts[.]
    AR, Tab 8b at 263; see also id. at 259. In both evaluations, the experience of the
    prime contractor offeror and its major subcontractors was to be considered “in the
    aggregate” to determine relevance or similarity to the requirements being procured.
    Id. at 259, 263, 273–74. Accordingly, it was appropriate for the TEC to rate
    intervenor’s Corporate Experience as Good when the fourth element “was met by
    FCi but not CRI,” AR, Tab 30 at 2063; and for the BEC to assign Low Risk for Past
    Performance when CRI was “not able to demonstrate [it] managed multiple
    hundreds of employees,” but FCi was able to do so, AR, Tab 31a at 2116–17. Under
    the evaluation approach explained in the Solicitation, it was entirely rational for
    the agency to have determined that the experience of CRI, which satisfied three of
    the four elements, and the experience of FCi, which satisfied all four, could in the
    aggregate demonstrate relevance. See AR, Tab 30 at 2063; Tab 31a at 2116–17. 31
    Plaintiff argues that one of the CRI contracts was never determined relevant
    based on language from the initial Past Performance report, carried over into the
    final version, which states “[t]here is not enough information in the questionnaire to
    determine whether this contract is relevant or not.” Pl.’s Mot. at 58 (quoting AR,
    Tab 31a at 2110). The BEC later states, however, that the issue which caused this
    difficulty “was resolved with the submission of the FPR.” AR, Tab 31a at 2117.
    Plaintiff also focuses on matters that are not part of the relevance calculus, such as
    teaming efforts and volumes of work, and disputes the judgment of the agency in
    light of a few criticisms that appeared in the CRI past performance questionnaires.
    Pl.’s Mot. at 60–61 & n.34. But the agency adequately explained the basis for
    finding the experience relevant, see AR, Tab 31a at 2109–17, and thus “the great
    deference and discretion an agency is given to determine the relevance and quality
    of an offeror’s past performance will not allow this aspect of the evaluation to be
    31 Moreover, offerors were told that the four listed elements “will be used to assist
    in determining relevance of past performance,” AR, Tab 8b at 263, not that all four
    must be demonstrated for any particular contract to be considered in the
    evaluation.
    - 33 -
    disturbed.” Tech Sys., Inc. v. United States, 
    98 Fed. Cl. 228
    , 259 (2011) (citations
    omitted). Plaintiff has failed to demonstrate that the agency’s treatment of CRI’s
    experience was unreasonable.
    III. CONCLUSION
    For the foregoing reasons, defendant’s and defendant-intervenor’s motions for
    judgment on the administrative record are GRANTED and plaintiff ’s cross-motion
    for judgment on the administrative record is DENIED. The Clerk shall enter
    judgment accordingly.
    IT IS SO ORDERED.
    s/ Victor J. Wolski
    VICTOR J. WOLSKI
    Judge
    - 34 -
    

Document Info

Docket Number: 15-1022

Citation Numbers: 131 Fed. Cl. 565

Judges: Victor J. Wolski

Filed Date: 5/3/2017

Precedential Status: Precedential

Modified Date: 1/13/2023

Authorities (18)

latecoere-international-inc-and-latecoere-also-known-as-societe , 19 F.3d 1342 ( 1994 )

Delta Data Systems Corporation v. William H. Webster, ... , 744 F.2d 197 ( 1984 )

Information Technology & Applications Corporation v. United ... , 316 F.3d 1312 ( 2003 )

John C. Grimberg Company, Inc. v. United States , 185 F.3d 1297 ( 1999 )

saratoga-development-corporation-v-united-states-of-america-saratoga , 21 F.3d 445 ( 1994 )

kentron-hawaii-limited-v-john-w-warner-secretary-of-the-navy , 480 F.2d 1166 ( 1973 )

banknote-corporation-of-america-inc-and-guilford-gravure-inc-v-united , 365 F.3d 1345 ( 2004 )

Bannum, Inc. v. United States , 404 F.3d 1346 ( 2005 )

Nvt Technologies, Inc. v. United States , 370 F.3d 1153 ( 2004 )

Grumman Data Systems Corporation v. John H. Dalton, ... , 88 F.3d 990 ( 1996 )

Advanced Data Concepts, Incorporated v. United States , 216 F.3d 1054 ( 2000 )

Axiom Resource Management, Inc. v. United States , 564 F.3d 1374 ( 2009 )

Alabama Aircraft Industries, Inc.—Birmingham v. United ... , 586 F.3d 1372 ( 2009 )

Impresa Construzioni Geom. Domenico Garufi v. United States , 238 F.3d 1324 ( 2001 )

Motor Vehicle Mfrs. Assn. of United States, Inc. v. State ... , 103 S. Ct. 2856 ( 1983 )

Camp v. Pitts , 93 S. Ct. 1241 ( 1973 )

Citizens to Preserve Overton Park, Inc. v. Volpe , 91 S. Ct. 814 ( 1971 )

Florida Power & Light Co. v. Lorion , 105 S. Ct. 1598 ( 1985 )

View All Authorities »