Square One Armoring Service Inc. v. United States , 123 Fed. Cl. 309 ( 2015 )


Menu:
  •          In the United States Court of Federal Claims
    No. 15-340 C
    (E-Filed: September 28, 2015) 1
    )
    SQUARE ONE ARMORING SERVICE, INC.,  )
    )
    Plaintiff,            )
    )
    v.                           )
    )
    THE UNITED STATES,                  )              Post-Award Bid Protest; Pre-
    )              Award Bid Protest; Standing;
    Defendant,            )              Justiciability; Mootness;
    )              Ripeness
    and                                 )
    )
    O’GARA-HESS & EISENHARDT ARMORING )
    CO., LLC                            )
    )
    Defendant-Intervenor. )
    )
    Cynthia S. Malyszek, Westlake Village, CA, for plaintiff.
    Nicholas Jabbour, 2 Trial Attorney, with whom were Benjamin C. Mizer, Principal
    Deputy Assistant Attorney General, Robert E. Kirschman, Jr., Director, and Donald E.
    Kinner, Assistant Director, Commercial Litigation Branch, Civil Division, United States
    Department of Justice, Washington, DC, for defendant. Charles G. McCarthy, Office of
    Regional Counsel, General Services Administration, San Franciso, CA, of counsel.
    1
    This Opinion and Order was originally filed under seal on September 17, 2015.
    See ECF No. 28. The court requested the parties to file a motion by Friday, September
    25, 2015, if either party believed that the Opinion and Order should be redacted before
    publication. Because neither party has filed such a motion, the Opinion and Order is
    published in its entirety.
    2
    Subsequent to the filing of the briefing in this case, Cameron Cohick replaced
    Nicholas Jabbour as the attorney of record. See ECF No. 27.
    1
    Barbara A. Duncombe, Dayton, OH, for defendant-intervenor. 3
    OPINION and ORDER
    CAMPBELL-SMITH, Chief Judge
    This is a bid protest filed by Square One Armoring Service, Inc. (Square One or
    plaintiff) against the General Services Administration (GSA or defendant). Compl. ¶ 1,
    ECF No. 1, Apr. 2, 2015. Square One challenges as arbitrary and capricious GSA’s
    evaluation of proposals submitted in response to a Solicitation for the procurement of
    armored vehicles and its award of the Solicitation to defendant-intervenor, O’Gara-Hess
    & Eisenhardt Armoring Co., LLC (O’Gara). See id. ¶¶ 1–3.
    Prior to the filing of Square One’s complaint, GSA agreed to take corrective action
    by cancelling the award to O’Gara, revising the Solicitation, and inviting offerors to re-
    submit proposals. See id. ¶ 9. Square One also challenges the proposed corrective
    action. Id. ¶¶ 1, 4.
    The parties submitted cross-motions for judgment on the administrative record
    (AR) in accordance with United States Court of Federal Claims Rule (RCFC) 52.1(c). 4
    See Pl.’s Mot. J. AR (Pl.’s Mot.), ECF No. 16, May 4, 2015; Def.’s Mot. J. AR (Def.’s
    Mot.), ECF No. 20, May 21, 2015; see also Pl.’s Resp., ECF No. 21, June 5, 2015; Def.’s
    Reply, ECF No. 24, June 15, 2015. Oral argument was not deemed necessary by the
    court.
    For the reasons explained below, plaintiff’s motion is DENIED, and defendant’s
    cross-motion is GRANTED.
    I.    Background
    A.     The Solicitation
    On May 12, 2014, GSA issued Request for Quotations (RFQ) 873823 for the
    procurement of armored vehicles on behalf of the Department of Defense (DOD), Army
    Budget Office, in reference to Solicitation No. ID09140021 (the Solicitation). 5 Tab 11,
    3
    Counsel for defendant-intervenor did not file any briefing in this case.
    4
    The government filed the administrative record (AR) under seal on April 17, 2015
    in the form of a CD-ROM. See Def.’s Notice of Filing AR, ECF No. 13.
    5
    GSA initially awarded the task order to O’Gara-Hess & Eisenhardt Armoring Co.,
    LLC (O’Gara). Tab 1, AR 4. Square One filed a bid protest with the Government
    Accountability Office challenging the award, and GSA decided to take corrective action.
    2
    AR 62 (RFQ). The Solicitation was directed to GSA Multiple Award Schedule (MAS)
    Schedule 84 contract holders, who provide “Total Solutions for Law Enforcement,
    Security, Facilities Management, Fire, Rescue, Clothing, Marine Craft and
    Emergency/Disaster Response.” 6 Id. GSA intended to award a firm fixed price task
    order to furnish and armor thirty vehicles in the base year and forty-eight vehicles in each
    of four one-year option periods, for a total of 222 vehicles. Id.; Tab 11c, AR 116–17.
    Specifically, GSA sought the following vehicles with either B4+ or B6 level of ballistic
    protection:
    See id.; Compl. ¶ 12. GSA terminated the task order with O’Gara for convenience,
    cancelled the solicitation, and resolicited the procurement via the May 12, 2014 RFQ.
    Tab 1, AR 4; Compl. ¶ 12.
    6
    The Multiple Award Schedule (MAS) program, which is also referred to as the
    Federal Supply Schedule (FSS) program, “is directed and managed by GSA and provides
    [f]ederal agencies . . . with a simplified process for obtaining commercial supplies and
    services at prices associated with volume buying.” FAR 8.402(a); see Tab 1, AR 3 (“The
    Federal Supply Schedule Program (FSS) affords federal agencies the ability to procure
    commonly used commercial items, such as the vehicles, customization and delivery
    services needed within this acquisition from prequalified sources at or below
    commercially available prices for an extended period of time.”).
    Under the MAS program, GSA awards indefinite delivery base contracts to
    provide supplies and services at stated prices for fixed periods of time. FAR 8.402(a). In
    Sharp Electronics Corp. v. McHugh, the Federal Circuit succinctly explained how the
    MAS program operates:
    GSA “acts as the contracting agent” for the federal government, negotiating
    base contracts with suppliers of commercial products and services. Each
    supplier publishes an Authorized Federal Supply Schedule Pricelist listing
    the items offered pursuant to its base contract, as well as the pricing, terms,
    and conditions applicable to each item. See FAR 8.402(b). Individual
    agencies issue purchase orders under the base contract as needed. The terms
    of the base contract, referred to as the “schedule” contract, are incorporated
    by reference into the order.
    
    707 F.3d 1367
    , 1369 (Fed. Cir. 2013) (some internal citations omitted).
    Orders placed against schedule contracts are “considered to be issued using full
    and open competition” and are not subject to FAR 15, which governs negotiated
    procurements. See FAR 8.404(a). Thus, agencies are advised that when “placing orders
    under Federal Supply Schedule contracts . . . , [agencies] shall not seek competition
    outside of the Federal Supply Schedules.” 
    Id.
    3
    •   Toyota Landcruiser; 200 Series SUVs, 4x4, LHD, Petro
    •   Toyota Landcruiser; 200 Series SUVs, 4x4, LHD, Diesel
    •   Chevrolet Suburban SUV; ½ Ton SUVS, 1500, 4x4
    •   Ford Econoline Passenger Van; E-350 XL, 2WD
    •   Toyota Hilux Pick-Up; Turbo Diesel 4x4
    Tab 11, AR 62; Tab 11b, AR 81.
    The Bill of Materials (BOM) offered detailed specifications for each of the five
    vehicles. Each vehicle was required to have “Standard [Original Equipment
    Manufacturer (OEM)] Accessories,” see, e.g., Tab 11b, AR 91, as well as “Additional
    Required Accessories,” see, e.g., id. at 95. Under the latter category, and at issue in this
    protest, are the requirements that each vehicle be equipped with three spare keys, and that
    the Toyota Landcruisers (both Petro and Diesel) be equipped with push-button ignitions
    while the Chevrolet Suburban SUV, Ford Econoline Passenger Van, and Toyota Hilux
    Pick-Up be equipped with keyed ignitions. Id. at 95, 100, 105, 110, 115.
    The Solicitation advised that “[t]he Government intends to award one task order to
    the responsible Offeror whose quote is determined to be the best value to the Government
    utilizing a Lowest Price, Technically Acceptable (‘LPTA’) approach from a responsible
    Offeror with acceptable past performance.” Tab 11, AR 66; see also id. at 72. To be
    eligible for award, “[o]fferors [were] required to meet all solicitation requirements, such
    as terms and conditions and technical requirements, as outlined in the GSA Multiple
    Award Schedule (MAS), Schedule 84.” Id. at 66. The Solicitation further advised that
    “the Government reserve[d] the right to award no task order at all, depending on the
    quality of quotations(s) [sic] submitted and the availability of funds.” Id.
    Offerors would be evaluated according to the following factors: Technical
    Acceptability, Past Performance, and Price. Id. at 67. The Technical Acceptability
    Factor was comprised of the following Sub-Factors: Compliance with Requirements
    (Sub-Factor 1a), Ballistic Certifications (Sub-Factor 1b), Armoring Facility Locations
    (Sub-Factor 1c), and Warranty/Maintenance (Sub-Factor 1d). Id. An Unacceptable
    rating for any of the Sub-Factors would result in an Unacceptable rating for the entire
    Technical Factor—a rating that would render an offeror ineligible for award. Id.
    The Solicitation advised that Sub-Factor 1a, which is at issue in this protest, would
    be evaluated based on the following criteria:
    Offerors shall provide a line item list of all proposed items to successfully
    demonstrate they meet or exceed the requirements in section 6.0 of the
    BOM. Additionally, each item proposed shall include an easily
    identifiable, cross referenced MAS Schedule 84 part number, to
    4
    demonstrate that all items proposed are available on the Offer’s GSA
    Multiple Award Schedule (MAS), Schedule 84 Contract at the time the
    Offeror’s quote is submitted to the Government.
    Id. at 68.
    B.     Square One’s Offer and Clarification Questions
    Square One submitted a timely offer on July 11, 2014. See Tab 27, AR 420–576.
    Under the “Additional Required Accessories” heading of its Technical Proposal, Square
    One listed the following for each of the five vehicles:
    Spare Keys (3 keys total per vehicle) (Included with OEM vehicle,
    available as an add-on under GSA contract)
    Ignition: All vehicles will have a push-button ignition (Included with
    OEM vehicle, available as an add-on under GSA contract)
    Id. at 430, 437, 444, 452, 460.
    On September 16, 2014, a GSA representative sent Square One clarification
    questions regarding Square One’s proposal via email. Tab 31, AR 589. The email stated
    in relevant part:
    For each of the proposed vehicles, your quote states that the 3 spare keys and
    the push-button ignition are “included with the OEM vehicle, available as an
    add-on under GSA contract.” The government has the following clarification
    questions:
    1.     Provide the MAS Schedule 84 part number for the following items
    included in your proposed solution:
    a.     Spare Keys (3 keys total per vehicle).
    b.     Ignition: All vehicles will have a push-button ignition.
    2.     In addition to providing MAS Schedule 84 part numbers, if the part is
    “Included as an OEM item,” please provide a copy of the vehicle’s
    OEM specification demonstrating the part is included. If the part is
    “Available as an add-on under GSA contract” please provide
    documentation demonstrating the part is currently available on Square
    One’s GSA Schedule 84 contract.
    Id.
    5
    Square One responded three days later, also by email:
    Items such as the spare keys and push button ignition do not have MAS
    Schedule 84 part numbers because they cannot be sold alone under our GSA
    contract. These items in particular are specific option items that each
    government customer may or may not require their OEM vehicles to contain.
    Our GSA contract is for armor packages and each armor package we offer
    has a part number. We also offer various optional add-on items, such as the
    OEM vehicle itself, spare parts, winches, etc, that can be added to the armor
    package, but cannot be purchased as stand-alone items off of our GSA
    contract. (Some government agencies provide their own OEM vehicles to
    be armored, which is why we list them as an option and not part of the armor
    package itself.)
    As an example, please refer to the attached Advantage screen shot image of
    one of the armor packages offered in response to this RFQ (attachment
    contains pricing). You will note the base product part number is
    “CENB4+P-TOYLC-200”, and the item name is “CEN B4+ Land Cruiser
    200 w/ partition”. There is also a list of ten Options Available which can be
    added to the base product. Among these is the OEM vehicle. Please refer to
    the second attachment titled PP 3 GSA Approved Price List (attachment
    contains pricing). This is a copy of Square One’s price list approved and
    signed by GSA on July 2, 2014. It was submitted as part of our Price
    Proposal response to this RFQ, and a redacted (prices removed) version was
    submitted as part of our Technical Proposal for part number cross
    referencing. Please see the top of page 2 where there is a note for Group 4
    (OEM Vehicles). This note states, “The OEM prices shown below reflect
    current MSRP (Manufacturer Suggested Retail Price) for each make and
    model, for budgeting purposes. At the time of RFQ, Square One may be
    able to locate vehicles priced significantly lower, depending on each
    customer's desired OEM specifications. Customers are encouraged to
    submit detailed/ desired specifications with each RFQ in order to ensure the
    best possible price. OEM vehicles may only be purchased with an Armor
    Package.” For each vehicle model we offer, there is an “up to [max price
    listed], depending on desired features and options listed on RFQ for OEM
    vehicle.” The OEM vehicle prices vary on a case by case basis, depending
    on what OEM features and/or OEM upgrades each customer
    desires/requires (fuel type, transmission type, upholstery type, steel or
    aluminum wheels, extra keys, etc).
    The vehicles Square One would procure for this project would be equipped
    with 3 keys total, as required by the RFQ. Attached please find OEM vehicle
    6
    specification sheets for each vehicle type, as provided by our vehicle
    suppliers. There is no MAS Schedule 84 part number for the keys as they
    are considered a feature of the OEM vehicle, which can be purchased as an
    option only under our current GSA schedule. Please note that all items on
    our proposal which were listed as “included as an OEM item” (car alarm,
    radio, and keys) are marked with an asterisk on the attached spec sheets.
    Regarding the push-button ignition, we have identified a
    typographical/formatting error in our proposal, wherein each vehicle listed
    on the proposal is described as having a push button ignition. Square One
    confirms we can and would comply with the RFQ’s specifications which are:
    the Toyota Land Cruisers (petrol) have push-button ignition, the Chevy
    Suburbans have key ignition, the Ford vans have key ignition, the Toyota
    Hilux have key ignition, and the Toyota Land Cruiser (diesel) have push-
    button ignition. Alternatively, should the government accept our proposal
    as originally submitted which reflected all models being equipped with push-
    button start, Square One is prepared to fulfill the order with the additional
    feature at the originally proposed price. The vehicles would be procured
    from our vehicle suppliers/ dealers to include this added feature.
    Regarding the items that were listed as “available as an add-on under GSA
    contract”, please refer to attachment PP 3 GSA Approved Price List
    (attachment contains pricing).       Group 6 of our price list contains
    Options/Accessories. Among these, are the items Square One referenced as
    available as an add-on under GSA contract. These items are: run flat
    assemblies, tool kit, winch, road warning triangle, PA system, and spare
    parts. In addition, please see each of the attached Advantage screen shots
    which show the brief drop-down menu description of the options
    (attachments contain pricing). All items proposed are currently offered
    under our GSA contract. (please note: the tool kit, winch, winch accessories,
    and road warning triangles are all contained under the option named Winch
    Kit)
    Lastly, the GSA Advantage description for the CEN B4+ armor package
    used in the above examples states, “SQI CEN B4+ armor package with fixed
    partition behind second row, installed in a Toyota Land Cruiser 200 series...
    For complete armor package description and included options/ accessories,
    please see GSA catalog”. Attached please find the armor package summary
    pages contained in our GSA catalog, for each of the armor packages
    contemplated in this RFQ/proposal. Please note this catalog is available
    (and has been available since before the proposal due date) on our GSA
    Advantage page as required by GSA. These summaries will confirm that
    any items listed on our proposal as “included as part of armor package on
    7
    GSA contract” are in fact part of our base armor packages offered under
    GSA. Examples of this include the operable window back-up manual lifters
    and the first aid kit.
    Tab 32, AR 591–92.
    C.     Evaluation of Offers and Award Decision
    Seven MAS Schedule 84 contract holders submitted offers in response to the
    Solicitation. Tab 38, AR 660. The Technical Evaluation Team determined that six of the
    offerors, including Square One, were technically unacceptable. Id. at 674–92. Only the
    offer from O’Gara received a rating of Acceptable for the Technical Factor. Id. at 669–
    71. Because its Past Performance Factor was also rated Acceptable, O’Gara was
    considered the lowest priced technically acceptable offeror, with a price of
    $34,159,804.96. See id. at 693. The government awarded O’Gara the task order on
    February 3, 2015. 7 Tab 39, AR 694.
    On February 4, 2015, after receiving an email notification that O’Gara had been
    awarded the task order, Square One requested an explanation of the award decision
    pursuant to FAR 8.405-2(d) (2014). Tab 41, AR 745; see FAR 8.405-2(d) (“If an
    unsuccessful offeror requests information on an award that was based on factors other
    than price alone, a brief explanation of the basis for the award decision shall be
    provided.”). GSA responded the next day with the following explanation:
    Your quote was rated Technically Unacceptable and was ineligible for
    award for the following two reasons:
    1. Your quote failed to meet the requirements of the BOM in section 6.0
    for the following vehicles:
    5 Chevrolet Suburban; 1/2 Ton SUVs, 1500, 4x4
    5 Ford Econoline Passenger Van; E-350 XL, 2WD
    5 Toyota Hilux Pick-up, Turbo Diesel 4x4
    These technical requirements as outlined in the BOM required the above
    vehicles to be supplied having keyed ignitions. Your proposed solution
    included the above vehicles with push button start ignitions.
    7
    The originally anticipated award date for the task order was October 3, 2014. Tab
    38, AR 662. The award was delayed, however, due to funding availability concerns. Id.
    8
    2. Your quote failed to include the following accessory as a GSA MAS
    Contract item. Doing so is not in accordance with the rules governing the
    use of the Federal Supply Schedules (FSS) and the terms of the RFQ:
    1. Spare Keys
    In accordance with the FSS and MAS Schedule 84, an agency is not
    permitted to purchase open market items in an amount exceeding the
    micro-purchase threshold using the FSS procedures set forth in FAR
    subpart 8.4. The micro-purchase level applies to all open market items, in
    aggregate.
    a. Therefore, Square One Armoring was rated Technically
    Unacceptable on the following evaluation factor in Section 3.1.
    “Factor 1, Technical Acceptability / Sub factor la, Compliance
    with requirements:”
    Offerors shall provide a line item list of all proposed items
    to successfully demonstrate they meet or exceed the
    requirements in section 6.0 of the BOM. Additionally, each
    item proposed shall include an easily identifiable, cross
    referenced MAS Schedule 84 part number, to demonstrate
    that all items proposed are available on the Offer[or]’s GSA
    Multiple Award Schedule (MAS), Schedule 84 Contract at the
    time the Offeror's quote is submitted to the Government.
    b. In addition, Square One Armoring was rated Technically
    Unacceptable in accordance with the terms of the RFQ set forth in the
    following requirements on page 2, paragraph 3 and 4:
    “You are to submit a quotation based on the identified
    items/material requested for award consideration, to
    include GSA Schedule Items Only.”
    “Open Market items, in a total aggregate of $3,000.00 or
    less, are acceptable”.
    The awardee, O’Gara-Hess & Eisenhardt Armoring Company LLC
    submitted the Lowest Priced, Technically Acceptable offer
    ($34,159,804.96). Your company’s interest in doing business with The
    General Services Administration, and the time and effort you expended in
    responding to this solicitation, are very much appreciated.
    9
    Tab 44, AR 762–63.
    D.     Procedural History
    On February 9, 2015, Square One filed a protest at the Government Accountability
    Office (GAO). 8 See Tab 48, AR 778. After reviewing Square One’s protest, GSA
    “determined that corrective action [was] in the best interests of the Government.” Tab
    61, AR 1084. On March 10, 2015, GSA filed a Notice of Corrective Action with the
    GAO, stating that GSA would recommend that any corrective action “include an
    opportunity for the re-submission of proposals following a revision of the solicitation
    documents to provide more precise instructions to the offerors on the preparation of
    quotes.” Id. In light of the proposed corrective action, GSA requested that the GAO
    dismiss Square One’s protest. Id.
    Three days later, on March 13, 2015, the GAO dismissed Square One’s protest,
    stating that “[w]here, as here, an agency undertakes corrective action that will supersede
    and potentially alter its prior source selection decision, our Office will generally decline
    to rule on a protest challenging the agency’s prior decision on the basis that the protest is
    rendered academic.” Tab 63, AR 1088.
    Square One filed its complaint in this court on April 2, 2015. Four days later,
    GSA terminated the task order awarded to O’Gara pursuant to FAR 8.406-5. Tab 67, AR
    1140–41. The court understands that GSA either has cancelled or intends to cancel the
    Solicitation prior to re-procuring the requirement. See Pl.’s Mot. 2 (challenging GSA’s
    “cancellation of the solicitation”); Def.’s Mot. 15 (“GSA is taking corrective action that
    will include re-procuring the requirement.”); Pl.’s Resp. 2 (challenging GSA’s decision
    “to cancel the solicitation and to take corrective action to reprocure”). Defendant
    represents that “GSA has not yet issued a new solicitation.” Def.’s Mot. 13.
    Plaintiff’s complaint includes challenges to GSA’s original evaluation of
    proposals and the award to O’Gara, see Compl. ¶¶ 37–46 (Count 1.A), 51–86 (Counts 2–
    5); and challenges to GSA’s proposed corrective action, see id. ¶¶ 47–50 (Count 1.B),
    87–90 (Count 6). Plaintiff asks the court to find that O’Gara was ineligible for contract
    award, that Square One should be awarded the task order, and that the proposed
    corrective action is “inadequate” and in violation of the Competition in Contracting Act.
    Id. at 39–40; Pl.’s Mot. 25–26.
    8
    Two of the unsuccessful offerors, The Armored Group and Scaletta Armoring,
    lodged agency-level protests on February 6 and February 10, 2015, respectively. Tab 46,
    AR 766–76 (The Armored Group); Tab 55, AR 959–64 (Scaletta Armoring). Both
    protests were ultimately dismissed. See Tab 55, AR 963–64 (Scaletta Armoring)
    (dismissing for “fail[ing] to meet the requirements of a valid protest”); Tab 68, AR 1142
    (The Armored Group) (denying as moot given GSA’s decision to take corrective action).
    10
    The government asserts that the court has no jurisdiction to entertain plaintiff’s
    protest because plaintiff cannot establish standing. Def.’s Mot. 13–20; Def.’s Reply 2–5.
    Alternatively, the government asserts that even if plaintiff does have standing, the GSA’s
    corrective action was rational. Def.’s Mot. 20–24. In the further alternative, the
    government asserts that even if plaintiff has standing and the court finds that the GSA’s
    corrective action was irrational, the court cannot direct award to plaintiff but, instead,
    should order GSA to reevaluate all the proposals. Id. at 24–26.
    II.    Legal Standards
    The court has “jurisdiction to render judgment on an action by an interested party
    objecting to a solicitation by a Federal agency for bids or proposals for a proposed
    contract or to a proposed award or the award of a contract or any alleged violation of
    statute or regulation in connection with a procurement or a proposed procurement.” 
    28 U.S.C. § 1491
    (b)(1) (2012). The court’s “bid protest” jurisdiction encompasses the
    following types of agency actions: “(1) pre-award protests (i.e., objections ‘to a
    solicitation by a Federal agency for bids or proposals for a proposed contract’ or award);
    (2) post-award protests (i.e., objections to ‘the award of a contract’); and (3) any ‘alleged
    violation of statute or regulation in connection with a procurement or a proposed
    procurement.’” Sheridan Corp. v. United States, 
    95 Fed. Cl. 141
    , 148 (2010) (quoting 
    28 U.S.C. § 1491
    (b)(1)).
    A plaintiff must establish standing to invoke the court’s bid protest jurisdiction.
    See Sicom Sys., Ltd. v. Agilent Techs., Inc., 
    427 F.3d 971
    , 975 (Fed. Cir. 2005)
    (“Standing to sue is a threshold requirement in every federal action.”); K-Lak Corp. v.
    United States, 
    93 Fed. Cl. 749
    , 755 (2010) (“Even while a court may have subject matter
    jurisdiction over a type of claim generally, a plaintiff must still establish standing in order
    to invoke the court’s jurisdiction.” (citing Hoopa Valley Tribe v. United States, 
    597 F.3d 1278
    , 1283 (Fed. Cir. 2010))); Centech Grp., Inc. v. United States, 
    78 Fed. Cl. 496
    , 503
    (2007) (“As a threshold matter, Plaintiff must establish standing to invoke the Court’s
    jurisdiction.”). A “[p]laintiff’s standing must be established by a preponderance of the
    evidence. Centech Grp., 78 Fed. Cl. at 503 (citing Reynolds v. Army & Air Force Exch.
    Serv., 
    846 F.2d 746
    , 748 (Fed. Cir. 1988)); see Lujan v. Defenders of Wildlife, 
    504 U.S. 555
    , 561 (1992) (“The party invoking federal jurisdiction bears the burden of establishing
    [standing].”). “[A] finding that a plaintiff has failed to carry his burden of establishing
    standing ‘precludes a ruling on the merits.’” Centech Grp., 78 Fed. Cl. at 503 (quoting
    Media Techs. Licensing, LLC v. Upper Deck Co., 
    334 F.3d 1366
    , 1370 (Fed. Cir. 2003)).
    11
    To establish standing under the Tucker Act, a protestor must establish that it
    qualifies as an “interested party.” 9 See 
    28 U.S.C. § 1491
    (b)(1) (providing that “an
    interested party” may object “to a solicitation by a Federal agency for bids or proposals
    for a proposed contract or to a proposed award or the award of a contract or any alleged
    violation of statute or regulation in connection with a procurement or a proposed
    procurement”); Weeks Marine, Inc. v. United States, 
    575 F.3d 1352
    , 1359 (Fed. Cir.
    2009). The Federal Circuit has “construe[d] the term ‘interested party’ in §
    1491(b)(1) . . . [as being] limited to actual or prospective bidders or offerors whose direct
    economic interest would be affected by the award of the contract or by failure to award
    the contract.” Am. Fed’n of Gov’t Emps. v. United States, 
    258 F.3d 1294
    , 1302 (Fed.
    9
    Defendant argues that plaintiff lacks both Article III standing and Tucker Act
    standing. Def.’s Mot. 14–20. Defendant cites to Weeks Marine, Inc. v. United States,
    
    575 F.3d 1352
    , 1359 (Fed. Cir. 2009), as support for its assertion that “in a bid protest
    action, it must be determined whether the protestor meets both the standing requirements
    in Article III of the Constitution and in the Tucker Act,” Def.’s Mot. 13. Indeed, the
    Weeks Marine court stated that although the Court of Federal Claims is an Article I court,
    it “applies the same standing requirements enforced by other federal courts created under
    Article III.” 575 F.3d at 1359 (quoting Anderson v. United States, 
    344 F.3d 1343
    , 1350
    n.1 (Fed. Cir. 2003)). However, the Weeks Marine court further stated that the Tucker
    Act “imposes more stringent standing requirements than Article III.” 
    Id.
    In Jacobs Technology, Inc. v. United States, 
    100 Fed. Cl. 179
     (2011), the court
    rejected the government’s argument that Weeks Marine stands “for the proposition that
    standing must be judged both under Article III and also under the Tucker Act”:
    What [Weeks Marine] says is that the Article III standing requirements are
    binding on the Court of Federal Claims and that so are the standing
    requirements of the Tucker Act. The [Weeks Marine] court also observed
    that the Tucker Act has even more stringent standing requirements than does
    Article III. The Weeks Marine court, then—in the context of a bid protest—
    did not perform any analysis under Article III, but, instead, proceeded to
    analyze the standing issue only under the Tucker Act.
    Id. at 184 (internal citations omitted). The Jacobs court concluded that “since the Tucker
    Act has even more stringent requirements on standing than Article III, it is sufficient to
    decide the issue of standing with reference only to the Tucker Act.” Id.; see also Mgmt.
    & Training Corp. v. United States, 
    115 Fed. Cl. 26
    , 35 (2014) (“[A] party that meets the
    Tucker Act’s standing requirement presumably also satisfies the constitutional standing
    requirement.”). The court finds no reason to deviate from this approach. Accordingly,
    the court examines only whether plaintiff meets the standing requirements of the Tucker
    Act. See Jacobs Tech., 100 Fed. Cl. at 185 (“Article III standing requirements are
    subsumed under the Tucker Act requirements.”).
    12
    Cir. 2001). Thus, “to come within the Court of Federal Claims’ section 1491(b)(1) bid
    protest jurisdiction, [a protestor] is required to establish that it (1) is an actual or
    prospective [offeror], and (2) possesses the requisite direct economic interest.” Rex Serv.
    Corp. v. United States, 
    448 F.3d 1305
    , 1307 (Fed. Cir. 2006). “[T]o establish a direct
    economic interest in the procurement, a protester must demonstrate prejudice.” Boston
    Harbor Dev. Partners, LLC v. United States, 
    103 Fed. Cl. 499
    , 503 (2012) (citing Myers
    Investigative & Sec. Servs., Inc. v. United States, 
    275 F.3d 1366
    , 1370 (Fed. Cir. 2002)).
    A protestor’s showing of prejudice differs depending upon the nature of the
    protest. In a post-award bid protest, a protester demonstrates the requisite prejudice by
    showing that it would have had a “substantial chance” of receiving the contract award but
    for the alleged errors in the procurement process. CW Gov’t Travel, Inc. v. United
    States, 
    110 Fed. Cl. 462
    , 481 (2013); Linc Gov’t Servs., LLC v. United States, 
    96 Fed. Cl. 672
    , 691 (2010); see Rex Serv., 
    448 F.3d at 1308
     (“To prove a direct economic
    interest as a putative prospective bidder, it is required to establish that it had a ‘substantial
    chance’ of receiving the contract.”); Info. Tech. & Appls. Corp. v. United States (Info.
    Tech.), 
    316 F.3d 1312
    , 1319 (Fed. Cir. 2003) (“To establish prejudice, [the protestor]
    must show that there was a ‘substantial chance’ it would have received the contract award
    but for the alleged error in the procurement process.”). That is, a post-award protestor
    must show that its “chance of securing the award must not have been insubstantial.”
    Info. Tech., 
    316 F.3d at 1319
    . “[A] showing of a mere possibility that the protester
    would have received the contract but for the error is inadequate to show prejudice [in a
    post-award bid protest].” Data Gen. Corp. v. Johnson, 
    78 F.3d 1556
    , 1562 (Fed. Cir.
    1996). By contrast, in a pre-award bid protest, a protestor can demonstrate prejudice by
    establishing “a non-trivial competitive injury which can be addressed by judicial relief.”
    Sys. Appl. & Techs., Inc. v. United States, 
    691 F.3d 1374
    , 1382 (Fed. Cir. 2012) (quoting
    Weeks Marine, 575 F.3d at 1362); Orion Tech., Inc. v. United States, 
    704 F.3d 1344
    ,
    1348 (Fed. Cir. 2013) (same).
    In addition to establishing that the court possesses jurisdiction over a bid protest
    dispute, a plaintiff must also meet the Article III justiciability requirements. 10 Article III
    10
    “The court’s inquiry into the justiciability of a case is distinct from its inquiry into
    whether it has jurisdiction over the case’s subject matter. In other words, the court may
    find that it possesses jurisdiction over the subject matter of a case but that the dispute is
    nevertheless nonjusticiable.” B&B Med. Servs., Inc., v. United States (B&B), No. 13-
    463C, 
    2014 WL 3587275
    , at *5 (Fed. Cl. June 23, 2014) (internal citations omitted);
    Coastal Envtl. Grp., Inc. v. United States, 
    114 Fed. Cl. 124
    , 129–30 (2013) (same); see
    Madison Servs., Inc. v. United States, 
    90 Fed. Cl. 673
    , 677 (2009) (“Notwithstanding the
    court’s special jurisdiction and the unique nature of a bid protest, the instant matter is also
    subject to overarching [justiciability] doctrines governing all suits in federal court.”);
    CCL Serv. Corp. v. United States (CCL), 
    43 Fed. Cl. 680
    , 688 (1999) (stating that the
    court’s jurisdiction over a bid protest “is of no material consequence . . . if [the agency’s]
    13
    of the Constitution provides that the “judicial Power of the United States” is vested in
    courts empowered to decide certain “Cases” and “Controversies.” U.S. Const. art. III.
    The case or controversy requirement serves a dual function. Flast v. Cohen, 
    392 U.S. 83
    ,
    95 (1968). First, the case or controversy requirement “limit[s] the business of federal
    courts to questions presented in an adversary context and in a form historically viewed as
    capable of resolution through the judicial process.” 
    Id.
     Second, the requirement
    “define[s] the role assigned to the judiciary in a tripartite allocation of power to assure
    that the federal courts will not intrude into areas committed to the other branches of
    government.” 
    Id.
     “Justiciability is the term of art employed to give expression to this
    dual limitation placed upon federal courts by the case-and-controversy doctrine.” 
    Id.
    Although the Court of Federal Claims is not an Article III court, it is well-
    established that various justiciability doctrines of Article III apply to this court.
    Anderson v. United States, 
    344 F.3d 1343
    , 1350 n.1 (Fed. Cir. 2003); see First Hartford
    Corp. Pension Plan & Trust v. United States, 
    54 Fed. Cl. 298
    , 304 n.10 (2002)
    (“Although this [c]ourt is not an Article III court, the ‘case or controversy’ requirement
    of Article III is still applicable.” (citing Freytag v. Comm’r, 
    501 U.S. 868
    , 889 (1991)).
    “Justiciability has both constitutional and prudential dimensions, and encompasses a
    number of doctrines under which courts will decline to hear and decide a cause. Though
    justiciability has no precise definition or scope, doctrines of standing, mootness, ripeness,
    and political question are within its ambit.” Fisher v. United States, 
    402 F.3d 1167
    , 1176
    (Fed. Cir. 2005); see Emery Worldwide Airlines, Inc. v. United States, 
    47 Fed. Cl. 461
    ,
    469 (2000) (“While Congress created this court under Article I of the U.S. Constitution
    and the ‘case or controversy’ requirement appears in Article III, the mootness doctrine
    and other justiciability precepts—including ripeness and standing—have often been
    properly invoked by this court.”).
    III.   Discussion
    A.     Square One’s Challenge to GSA’s Prior Evaluation of Proposals and Award
    to O’Gara
    actions in canceling the solicitation render plaintiffs’ challenge to these awards moot”);
    cf. Madison Servs., 90 Fed. Cl. at 680 n.3 (observing that there is “lingering uncertainty
    as to whether, and when, [the justiciability doctrines of] ripeness or mootness may
    operate as a limit upon the jurisdiction of a federal court”). But see B & B Med. Servs.,
    Inc. v. United States, 
    114 Fed. Cl. 658
    , 662 (2014) (“When a matter becomes moot, we
    lose subject-matter jurisdiction over it, and dismissal under RCFC 12(b)(1) is in order.”);
    CBY Design Builders v. United States, 
    105 Fed. Cl. 303
    , 328–29 (2012) (similar); Tech.
    Innovation, Inc. v. United States, 
    93 Fed. Cl. 276
    , 278 (2010) (“[M]ootness presents a
    question of subject matter jurisdiction.”).
    14
    Plaintiff contends that GSA’s evaluation of proposals and award to O’Gara were
    flawed, improper, arbitrary and capricious, and in violation of both the Federal
    Acquisition Regulations and the implied duty of good faith and fair dealing. See Compl.
    ¶¶ 37–46 (Count 1.A), 51–86 (Counts 2–5). Plaintiff requests that the court undertake
    “de novo review” of GSA’s prior evaluation of proposals, Pl.’s Resp. 1, 14, and urges the
    court to find that GSA “should have correctly selected Square One for contract award,”
    because “Square One’s proposal was compliant with the solicitation requirements,” id. at
    5.
    1.     Standing
    Here, the court addresses plaintiff’s challenge to GSA’s original evaluation of
    proposals and award decision. Cf. infra Part III.B.1 (addressing plaintiff’s standing to
    challenge GSA’s proposed corrective action). This challenge is decidedly a post-award
    protest. It is beyond dispute that Square One was an actual offeror in the original
    Solicitation. Thus, Square One’s standing hinges on whether it can demonstrate that it
    would have had a “substantial chance” of receiving the contract award but for the alleged
    errors in the procurement process. See supra Part II (discussing elements of standing).
    Defendant argues that because Square One’s technical proposal was deemed
    unacceptable, Square One cannot establish that it had a substantial chance of receiving
    award. Def.’s Mot. 17; see also id. at 20 (“Because of its Unacceptable rating for its
    Technical proposal, Square One could not be eligible for award under the original
    Solicitation. Accordingly, Square One has failed to demonstrate standing pursuant to the
    Tucker Act in this case.”); Def.’s Reply 2 (similar). 11 As defendant correctly observes,
    11
    Defendant points to HomeSource Real Estate Asset Services, Inc. v. United States,
    
    94 Fed. Cl. 466
     (2010), aff’d, 418 F. App’x 922 (Fed. Cir. 2011), and Dismas Charities,
    Inc. v. United States, 
    75 Fed. Cl. 59
     (2007), as support for the proposition that “where a
    bidder’s proposal fails to meet the minimum technical requirements set forth in a
    solicitation, it cannot be deemed to have had a ‘substantial chance’ to be the awardee,”
    Def.’s Mot. 17. But both of the cases to which defendant cites are inapposite.
    In HomeSource, the offeror’s technical proposal was rated unacceptable by the
    agency. 94 Fed. Cl. at 480–81. Unlike Square One, however, HomeSource did not
    challenge the agency’s underlying evaluation of its technical proposal. Id. at 481–82
    (“HomeSource does not challenge [the agency’s] underlying [technical] evaluation
    findings in any way.”). The court concluded that HomeSource did not have a substantial
    chance of being awarded the contract. Id. at 482; see id. at 481 (“Plaintiff's offer was
    non-responsive to the Solicitation, and therefore would have been ineligible for the award
    even if plaintiff prevailed on the merits.” (internal citation omitted)).
    In Dismas, offerors were required to submit a Final Proposal Revision with a 120-
    day start-up schedule, but Dismas intentionally submitted a proposal with a 240-day start-
    15
    “GSA rated Square One’s proposal as ‘Unacceptable’ for the Technical factor, after GSA
    determined that Square One failed to comply with the requirements of the Solicitation.”
    Def.’s Mot. 17. Defendant argues that GSA’s determination that Square One failed to
    comply with the Solicitation’s technical requirements had a rational basis. Id. at 17–19.
    Defendant’s argument, however, goes to the merits of Square One’s protest. See Sci.
    Appls. Int’l Corp. v. United States, 
    102 Fed. Cl. 644
    , 654 (2011) (“The positions
    advanced—that the [a]gency did not act arbitrarily or capriciously in rating [plaintiff’s]
    proposal as unacceptable, therefore [plaintiff] had no chance of an award, go to the merits
    of the controversy . . . .”); Tip Top Constr., Inc. v. United States, No. 08-352C, 
    2008 WL 3153607
    , at *11 (Fed. Cl. Aug. 1, 2008) (similar), aff’d, 
    563 F.3d 1338
     (Fed. Cir. 2009).
    The court, however, must “avoid examining the parties’ arguments on the merits
    in order to resolve standing.” Textron, Inc. v. United States, 
    74 Fed. Cl. 277
    , 285 (2006);
    see Info. Tech., 
    316 F.3d at 1319
     (“[B]ecause the question of prejudice goes directly to
    the question of standing, the prejudice issue must be reached before addressing the
    merits.”). That is, “before reaching the merits of the parties’ dispute, the court conducts
    only a ‘limited review’ of the plaintiff’s allegations and the administrative record for the
    ‘minimum requisite evidence necessary for plaintiff to demonstrate prejudice and
    therefore standing.’” 12 Magnum Opus Techs. Inc. v. United States, 
    94 Fed. Cl. 512
    , 530
    up schedule. 75 Fed. Cl. at 61. The agency evaluated Dismas’ proposal on the merits
    and “never explicitly stated that it did not comply with the solicitation.” Id.; see id.
    (observing that the post-award debriefing letter stated that Dismas’ proposal met all of
    the solicitation requirements). The court found that “Dismas submitted a Final Proposal
    Revision that did not conform to the solicitation requirements,” id. at 62, a determination
    that Dismas did not appear to dispute, see generally id. (offering no indication that
    Dismas argued that its 240-day start-up schedule should have been found responsive).
    Accordingly, the court concluded that Dismas did not have a substantial chance of being
    awarded the contract. Id. at 62. As this court has previously suggested, Dismas “merely
    stand[s] for the proposition that the court may rule on the standing issue based on
    disqualifying elements of a protestor’s proposal that the agency has overlooked.” Sotera
    Def. Sols., Inc. v. United States, 
    118 Fed. Cl. 237
    , 251–52 (2014) (citing, inter alia,
    Dismas).
    Thus, although in certain cases it may be true that a protestor with an unacceptable
    technical proposal may be unable to demonstrate standing, defendant is mistaken that
    technical unacceptability necessarily precludes a protestor from establishing standing.
    12
    A protester must also establish prejudice to succeed on the merits. See Data Gen.
    Corp. v. Johnson, 
    78 F.3d 1556
    , 1562 (Fed. Cir. 1996) (“[T]o prevail in a protest the
    protester must show not only a significant error in the procurement process, but also that
    the error prejudiced it.”). “The difference between the two [prejudice showings] is that
    the prejudice determination for purposes of standing assumes all non-frivolous
    16
    n.12 (2010) (quoting Night Vision Corp. v. United States, 
    68 Fed. Cl. 368
    , 392 & n.23
    (2005)); see Tech Sys., Inc. v. United States, 
    98 Fed. Cl. 228
    , 244 (2011) (“[S]ince, for
    purposes of standing, prejudice must be analyzed before a merits determination is made,
    it is more properly considered as a question of potential rather than actual prejudice, and
    assessed based on the cumulative impact of the well-pled allegations of agency error
    (which are assumed true at this juncture of proceedings).”). Thus, “[a]t this point in the
    inquiry, we assume the well-pled allegations of error to be true.” Digitalis Educ. Sols.,
    Inc. v. United States, 
    97 Fed. Cl. 89
    , 94 (2011), aff’d, 
    664 F.3d 1380
     (Fed. Cir. 2012).
    Square One alleges that GSA should have rated its Technical Proposal as
    Acceptable, because “the clarifications submitted by Square One[] confirm that Square
    One was in compliance with all required terms and items of the solicitation and all items
    were listed on their GSA Schedule contract.” Compl. ¶ 30; see also id. ¶ 52. Plaintiff
    maintains that GSA “ignored” Square One’s clarifications. Id. ¶¶ 34, 55. As discussed in
    more detail above in Part I.C, after reviewing Square One’s responses to its clarification
    questions, GSA rated Square One’s Technical Proposal as Unacceptable because Square
    One (1) failed to include a MAS Schedule 84 part number for the three spare keys, and
    (2) failed to offer the requisite vehicles with keyed ignitions. Tab 44, AR 762–63; see
    Tab 11b (RFQ), AR 95, 100, 105, 110, 115 (requiring each vehicle be equipped with
    three spare keys, and that the Chevrolet Suburban SUV, Ford Econoline Passenger Van,
    and Toyota Hilux Pick-Up be equipped with keyed ignitions).
    First, Square One alleges that its clarification clearly confirmed that each vehicle
    would be equipped with three keys, as the solicitation required. Compl. ¶ 58; Pl.’s Resp.
    11. Plaintiff submits that “Square One has prove[n] in its clarification responses and its
    attachments, that the third . . . spare key was part of the OEM add-ons ordered from the
    manufacturer. The keys were not open market [items], they did not need a separate [part
    number] under Square One’s GSA Schedule.” Pl.’s Mot. 23; see Tab 32, AR 592
    (clarification) (stating same); cf. Tab 38, AR 684 (stating that the Technical Evaluation
    Team’s “expert consensus” was that spare keys are not OEM items and therefore do not
    come standard with vehicles); Pl.’s Mot. 15–19 (disputing the Technical Evaluation
    Team’s determination).
    allegations to be true, whereas the post-merits prejudice determination is based only on
    those allegations which have been proven true.” L–3 Commc’ns Corp. v. United States,
    
    99 Fed. Cl. 283
    , 289 (2011); see Linc Gov’t Servs., LLC v. United States, 
    96 Fed. Cl. 672
    , 694–97 (2010) (distinguishing between the two prejudice showings). Although
    “[t]he test for demonstrating prejudice at both the standing and merits stages of the
    protest is the same, . . . application of the test may yield different results due to the
    differing standards of review.” Sys. Appl. & Techs., Inc., v. United States, 
    100 Fed. Cl. 687
    , 707 n.15 (2011), aff’d, 
    691 F.3d 1374
     (Fed. Cir. 2012).
    17
    Next, Square One alleges that its clarification explained that its Technical Proposal
    merely contained a “typographical/formatting error,” which identified the Chevrolet
    Suburban SUV, Ford Econoline Passenger Van, and Toyota Hilux Pick-Up as having a
    push-button ignition. Compl. ¶ 59; Pl.’s Resp. 10. Plaintiff states that its clarification
    “confirmed that these vehicles are equipped from factory with a keyed ignition and that
    Square One understood and would comply with the solicitation’s ignition requirements.”
    Pl.’s Resp. 10; see Tab 32, AR 592 (clarification) (stating same); cf. Tab 38, AR 688
    (characterizing Square One’s clarification response as an attempt to either “correct their
    quote to be in technical compliance with the requirements, or . . . provide vehicles with
    altered technical specifications”—neither of which “[could] be accepted”); Pl.’s Mot. 15,
    23–24 (disputing GSA’s characterization).
    Finally, Square One alleges— and the government concedes, Def.’s Mot. 24—that
    O’Gara’s Technical Proposal failed to comply with the Solicitation’s requirements, and
    that it therefore should have received an Unacceptable rating, Compl. ¶ 29; Pl.’s Resp.
    12.
    The court finds that Square One has established that its chance of securing the
    award, but for the alleged errors, was not insubstantial. See Info. Tech., 
    316 F.3d at 1319
    ; Data Gen., 
    78 F.3d at 1562
    . Assuming plaintiff’s well-pled allegations to be true,
    then Square One may well have been the only technically acceptable offeror. Defendant
    argues that “if GSA were to deem Square One’s proposal to be technically acceptable,
    there is a possibility that the offers from The Armored Group and Scaletta would have to
    be deemed technically acceptable as well”—both of which submitted lower-priced
    proposals than Square One. Def.’s Mot. 25–26; see also Def.’s Reply 7 (similar).
    However, an offeror “need not be next in line for the consideration of an award in order
    to possess standing.” Sci. & Mgmt. Res., Inc. v. United States, 
    117 Fed. Cl. 54
    , 62
    (2014). That is, plaintiff does not have the burden of showing that it would have received
    the contract. See Data Gen., 
    78 F.3d at 1562
     (“To establish prejudice, a protester is not
    required to show that but for the alleged error, the protester would have been awarded the
    contract.”). Based on the foregoing, the court concludes that Square One’s allegations
    are sufficient to establish that it is an interested party to challenge GSA’s original
    evaluation and award.
    Although Square One has standing to pursue this post-award bid protest, the court
    finds that plaintiff’s challenge to the original evaluation and award must nevertheless be
    dismissed on mootness grounds.
    2.     Mootness
    Defendant argues that “GSA’s prior evaluation of proposals is no longer at issue
    because the award to O’Gara was cancelled prior to the filing of the complaint in this
    case, and GSA is taking corrective action that will include re-procuring the requirement.”
    18
    Def.’s Mot. 15. Defendant argues that “[o]nce the award to O’Gara was cancelled, any
    alleged injury stemming from that award was eliminated, and there is no case or
    controversy for this Court to adjudicate.” 
    Id.
     Although framed as a challenge to
    plaintiff’s Article III standing, see 
    id.
     at 14–17, defendant essentially argues that GSA’s
    cancellation of the award and proposed corrective action renders the original evaluation
    of proposals and award moot, cf. Sinochem Int’l Co. v. Malaysia Int’l Shipping Corp.,
    
    549 U.S. 422
    , 431 (2007) (“[A] federal court has leeway to choose among threshold
    grounds for denying audience to a case on the merits.” (internal quotation marks
    omitted)).
    The mootness doctrine is one of several justiciability doctrines that applies to this
    court. “A case becomes moot—and therefore no longer a ‘Case’ or ‘Controversy’ for
    purposes of Article III—‘when the issues presented are no longer ‘live’ or the parties lack
    a legally cognizable interest in the outcome.’” Already, LLC v. Nike, Inc., 
    133 S. Ct. 721
    , 726 (2013) (quoting Murphy v. Hunt, 
    455 U.S. 478
    , 481 (1982) (per curiam)). “[A]s
    a general rule, ‘voluntary cessation of allegedly illegal conduct . . . does not make the
    case moot.’” Los Angeles Cnty. v. Davis, 
    440 U.S. 625
    , 631 (1979) (quoting United
    States v. W. T. Grant Co., 
    345 U.S. 629
    , 632 (1953)). Instead, a case becomes moot
    when it is unreasonable to expect “that the alleged violation will recur, and . . . interim
    relief or events have completely and irrevocably eradicated the effects of the alleged
    violation.” 
    Id.
     (internal citations omitted). Thus, when “corrective action adequately
    addresse[s] the effects of the challenged action, and the Court of Federal Claims ha[s] no
    reasonable expectation that the action would recur,” the matter should be dismissed as
    moot. Chapman Law Firm Co. v. Greenleaf Constr. Co. (Chapman), 
    490 F.3d 934
    , 940
    (Fed. Cir. 2007). Moreover, “where a defendant’s actions have eliminated the possibility
    of meaningful relief, the case ordinarily should be dismissed as moot.”). McTech Corp.
    v. United States, 
    105 Fed. Cl. 726
    , 731 (2012); see Church of Scientology of Cal. v.
    United States, 
    506 U.S. 9
    , 12 (1992) (stating that a case is not moot if the “court can
    fashion some form of meaningful relief” (emphasis omitted)).
    To be sure, when the award to O’Gara was originally made, the propriety of that
    award and the propriety of GSA’s evaluation of proposals were “live” issues—issues that
    were raised by plaintiff before the GAO. See Tab 48, AR 778–926. But those issues
    were rendered moot when GSA cancelled the award and filed a notice of corrective
    action. Indeed, it is this rationale that prompted GAO to dismiss plaintiff’s protest,
    stating “[w]here, as here, an agency undertakes corrective action that will supersede and
    potentially alter its prior source selection decision, our Office will generally decline to
    rule on a protest challenging the agency’s prior decision on the basis that the protest is
    rendered academic.” Tab 63, AR 1088; cf. Tab 68, AR 1142 (dismissing as moot The
    Armored Group’s agency-level protest in light of GSA’s notice of corrective action).
    Plaintiff requests that the court find the award to O’Gara was improper, Compl. at
    40, and to further find that “the contract should have rightfully been awarded to Square
    19
    One,” 
    id. at 39
    ; see also id. ¶¶ 35, 90; Pl.’s Resp. 6–9 (arguing that the court has the
    authority to award the contract to Square One). However, GSA has already cancelled the
    task order award to O’Gara, Tab 67, AR 1140–41, and, notwithstanding plaintiff’s
    contentions to the contrary, the court is without authority to direct the award to Square
    One. 13 Thus, even if the court were to find improprieties in GSA’s original evaluation
    and award decision, the court could only enjoin the award to O’Gara, and either order
    GSA to re-evaluate the original proposals or re-procure the task order—the latter of
    which is the precise action that GSA has volunteered to undertake. See infra Part III.B
    (addressing plaintiff’s challenge to the proposed corrective action). Notably, plaintiff
    seeks to avoid GSA’s re-evaluation of the original proposals. Pl.’s Resp. 17.
    Accordingly, the relief that would otherwise be available has already been granted due to
    GSA’s decision to take corrective action. See B&B Med. Servs., Inc., v. United States
    (B&B), No. 13-463C, 
    2014 WL 3587275
    , at *7 (Fed. Cl. June 23, 2014); Eskridge
    Research Corp. v. United States (Eskridge), 
    92 Fed. Cl. 88
    , 94 (2010).
    Moreover, plaintiff has not pointed to any case, and the court is aware of none, in
    which the court proceeded to address on the merits a protest by an unsuccessful offeror
    (as opposed to the original awardee) of an agency’s original evaluation of proposals after
    the agency had agreed to take corrective action. Rather, ample precedent exists for
    dismissing as moot plaintiff’s challenge to the original evaluation and award based on
    GSA’s decision to cancel the Solicitation and re-procure the requirement. See Coastal
    Envtl. Grp., Inc. v. United States, 
    114 Fed. Cl. 124
    , 131 (2013) (“[T]he Court of Federal
    Claims has consistently found that the cancellation of a procurement renders a protest of
    that procurement moot.” (discussing, inter alia, CCL Serv. Corp. v. United States (CCL),
    
    43 Fed. Cl. 680
     (1999))); CCL, 43 Fed. Cl. at 689–90 (concluding that the agency’s
    corrective action—cancelation of the solicitation and its decision to re-solicit the
    procurement—rendered moot the unsuccessful offeror’s challenge to the original
    evaluation and award); see also B&B, 
    2014 WL 3587275
    , at *7 (concluding that an
    agency’s proposed corrective action—re-evaluating proposals—rendered moot an
    13
    “It is indisputable that the ultimate grant of a contract must be left to the discretion
    of a government agency; the courts will not make contracts for the parties.” Scanwell
    Labs., Inc. v. Shaffer (Scanwell), 
    424 F.2d 859
    , 869 (D.C. Cir. 1970); see C.A.C.I., Inc.-
    Fed. v. United States, 
    719 F.2d 1567
    , 1575 (Fed. Cir. 1983) (“[A] disappointed bidder
    has ‘no right . . . to have the contract awarded to it in the event the . . . court finds
    illegality in the award of the contract . . . .’” (alterations in original) (quoting Scanwell,
    
    424 F.2d at 864
    )); B&B, 
    2014 WL 3587275
    , at *7 n.18 (“[I]t is well settled that in the
    event a court determines that the procurement was illegally conducted, the protestor has
    no right to be awarded the contract.”); CCL, 43 Fed. Cl. at 688 (stating that award of a
    contract is an “improper exercise[] of the court’s authority”); Unified Indus., Inc. v.
    United States, 
    24 Cl. Ct. 570
    , 575–76 (1991) (“The Scanwell doctrine has been held to
    apply to the Claims Court by well-established precedent.” (citing Arrowhead Metals, Ltd.
    v. United States, 
    8 Cl. Ct. 703
    , 711 (1985)).
    20
    unsuccessful offeror’s challenge to the original evaluation and award); Croman Corp. v.
    United States, 
    106 Fed. Cl. 198
    , 212–13 (2012) (similar), aff’d, 
    724 F.3d 1357
     (Fed. Cir.
    2013); Metro. Van & Storage, Inc. v. United States, 
    92 Fed. Cl. 232
    , 241, 255 (2010)
    (concluding that an agency’s completed corrective action—amendment to the solicitation
    and evaluation of revised proposals—rendered moot an unsuccessful offeror’s challenge
    to the original evaluation and award); Eskridge, 92 Fed. Cl. at 94 (concluding that an
    agency’s proposed corrective action—re-evaluating proposals—rendered moot an
    unsuccessful offeror’s challenge to the original evaluation and award); cf. ManTech
    Telecomms. & Info. Sys. Corp. v. United States (ManTech), 
    49 Fed. Cl. 57
    , 65, 72–73
    (2001) (reviewing alleged improprieties in the original procurement to establish a base of
    reference for evaluating whether the proposed corrective action—amending the
    solicitation and evaluating revised proposals—was reasonable), aff’d per curiam, 30 F.
    App’x 995 (Fed. Cir. 2002).
    In light of the foregoing, plaintiff’s protest as it relates to the original evaluation of
    proposals and award decision must be dismissed as MOOT.
    B.    Square One’s Challenge to GSA’s Proposed Corrective Action
    Plaintiff next contends that GSA’s proposed corrective action is inadequate,
    improper, and violates the Competition in Contracting Act, 
    31 U.S.C. § 3553
    (d)(3)
    (2012). 14 See Compl. ¶¶ 47–50 (Count 1.B), 87–90 (Count 6); 
    id.
     at 39–40; Pl.’s Resp. 2,
    16.
    The court observes that GSA agreed to take corrective action after reviewing
    Square One’s bid protest before the GAO and after “examin[ing] the solicitation
    documents, the contents of the procurement file, and the evaluation files.” Tab 61, AR
    1084. Based upon this review and examination, GSA “determined that corrective action
    [was] in the best interests of the Government.” 
    Id.
     GSA stated that it would
    “recommend the corrective action include an opportunity for the re-submission of
    proposals following a revision of the solicitation documents to provide more precise
    14
    Unlike plaintiff’s challenges to the original evaluation of proposals and award
    decision, plaintiff’s challenges to the proposed corrective action are not moot. See
    Croman Corp. v. United States, 
    106 Fed. Cl. 198
    , 213 (2012) (concluding that the
    plaintiff’s protest as to the original evaluation and award decision was moot but that its
    protest of the “agency’s corrective action as being insufficient to cure the alleged errors
    committed by the agency” was not moot), aff’d, 
    724 F.3d 1357
     (Fed. Cir. 2013); McTech
    Corp. v. United States, 
    105 Fed. Cl. 726
    , 732 (2012) (holding that a pre-award protest
    challenging the scope of an Agency’s proposed corrective action was not moot); Centech
    Grp., Inc. v. United States, 
    78 Fed. Cl. 496
    , 504 (2007) (observing that although “an
    agency’s offer to institute corrective action renders a protest moot . . . in some
    circumstances,” where “the corrective action is itself the agency decision which is being
    challenged[,] . . . it does not moot the . . . action”).
    21
    instructions to the offerors on the preparation of quotes.” 
    Id.
     GSA subsequently
    canceled its task order award to O’Gara, Tab 67, AR 1140–41, and the court understands
    that GSA either has cancelled or intends to cancel the Solicitation prior to re-procuring
    the requirement, see Pl.’s Mot. 2 (challenging GSA’s “cancellation of the solicitation”);
    Def.’s Mot. 15 (“GSA is taking corrective action that will include re-procuring the
    requirement.”); Pl.’s Resp. 2 (challenging GSA’s decision “to cancel the solicitation and
    to take corrective action to reprocure”). Defendant represents that “GSA has not yet
    issued a new solicitation.” Def.’s Mot. 13.
    “As the Federal Circuit [has] recognized, this [c]ourt possesses jurisdiction to
    determine if the corrective action taken by a procuring agency as a result of a bid protest
    was reasonable under the circumstances.” Centech Grp., 78 Fed. Cl. at 506 (citing
    Chapman, 
    490 F.3d at 938
     (“[T]he Court of Federal Claims’ inquiry into the
    reasonableness of the Government’s first proposed corrective action, and the court’s
    subsequent determination that the proposed corrective action was not reasonable, were
    proper.”)); see also Croman, 106 Fed. Cl. at 213 (stating that “[p]laintiff’s contention that
    the corrective action was inadequate to address the alleged errors falls within this court’s
    bid protest jurisdiction”); McTech, 105 Fed. Cl. at 732 (stating that “the court has
    juridical power to entertain a complaint challenging proposed corrective action”);
    ManTech, 49 Fed. Cl. at 73 (examining whether “the proposed corrective action [was]
    reasonable under the circumstances and appropriate to remedy the alleged improprieties
    that occurred” (capitalization omitted)); DGS Contract Serv., Inc. v. United States, 
    43 Fed. Cl. 227
    , 238 (1999) (similar). That GSA has not yet implemented the corrective
    action and that Square One was not the original awardee are not “material to the question
    of jurisdiction.” Sys. Appl. & Techs., 691 F.3d at 1381. The Federal Circuit “has made
    clear that bid protest jurisdiction arises when an agency decides to take corrective action
    even when such action is not fully implemented.” Id.
    Although the “court may have subject matter jurisdiction over a type of claim
    generally, a plaintiff must still establish standing in order to invoke the court’s
    jurisdiction.” K-Lak Corp., 93 Fed. Cl. at 755; cf. Sys. Appl. & Techs., 691 F.3d at 1382
    (examining both (1) whether this court “properly exercised its jurisdiction” over the
    disappointed bidder’s pre-award protest, and (2) whether this court properly determined
    that the disappointed bidder had standing to pursue the protest).
    1.     Standing
    Here, the court addresses plaintiff’s challenge to GSA’s proposed corrective
    action. Cf. supra Part III.A.1 (addressing plaintiff’s standing to challenge GSA’s original
    evaluation and award decision). Challenges to corrective action that involve re-
    solicitation of proposals have generally been treated as pre-award protests. See, e.g., Sys.
    Appl. & Techs., 691 F.3d at 1382 (“[Plaintiff] lodges a pre-award protest against the
    Army’s decision to resolicit proposals.”); Sheridan, 95 Fed. Cl. at 148 (“Where the
    22
    plaintiff . . . files a protest challenging an agency’s decision to resolicit proposals, this
    Court has held that plaintiff’s protest ‘is in the nature of a pre-award claim.’” (quoting
    IMS Servs., Inc. v. United States, 
    32 Fed. Cl. 388
    , 398 (1994))); see also Reema
    Consulting Servs., Inc. v. United States, 
    107 Fed. Cl. 519
    , 529 (2012) (applying the pre-
    award prejudice test to determine whether plaintiff had standing to challenge the agency’s
    proposed corrective action (reprocurement)); Centech Grp., 78 Fed. Cl. at 505
    (characterizing a plaintiff’s challenge to the agency’s corrective action as an alleged
    violation of “preaward conduct”).
    The government does not dispute that Square One is a prospective offeror. Thus,
    Square One’s standing hinges on whether it can demonstrate a non-trivial competitive
    injury that can be addressed by judicial relief. See supra Part II (discussing elements of
    standing).
    Defendant essentially argues that Square One cannot demonstrate a non-trivial
    competitive injury because Square One actually benefits from GSA’s proposed corrective
    action. See Def.’s Mot. 15. Because GSA is reprocuring the Solicitation, Square One
    “will have the opportunity to be awarded the task order in any possible future
    procurement.” Id. Plaintiff counters that reprocuring the Solicitation “just adds more
    injury to Square One who must spend more time and money in writing and submitting a
    third proposal.” 15 Pl.’s Resp. 15; see also id. at 3 (“Square One is harmed and does not
    benefit from GSA’s re-procurement because it will be an added expense of time and
    monies in preparing a third proposal.”).
    Plaintiff has the burden of establishing its standing by a preponderance of the
    evidence. See Lujan, 
    504 U.S. at 561
    ; Centech Grp., 78 Fed. Cl. at 503. But plaintiff
    cites to no authority that suggests that a disappointed offeror’s voluntary incursion of
    costs to recompete for contract award for which it remains eligible qualifies as a non-
    trivial competitive injury. 16 Simply stated, GSA’s reprocurement does not deprive
    15
    The proposed corrective action will be the second corrective action taken by GSA
    in this procurement. See supra note 5 (referencing the first corrective action).
    16
    To be sure, the court has consistently found that requiring the original contract
    awardee to recompete for contract award further to an agency’s corrective action qualifies
    as a non-trivial competitive injury. See, e.g., Sys. Appl. & Techs., 691 F.3d at 1382
    (concluding that the plaintiff had standing because “[a] arbitrary decision to take
    corrective action without adequate justification forces a winning contractor to participate
    in the process a second time and constitutes a competitive injury to that contractor”);
    Navarro Research & Eng’g, Inc. v. United States, 
    106 Fed. Cl. 386
    , 404 (2012) (finding
    that the plaintiff had standing because it was the successful “contract awardee not once,
    but twice”); CBY Design Builders, 105 Fed. Cl. at 337 (“If, as [plaintiff] alleges, it is
    arbitrarily being required to win the same award twice, this is certainly the sort of non-
    23
    Square One of the opportunity to compete for contract. See Distributed Sols., Inc. v.
    United States, 
    539 F.3d 1340
    , 1345 (Fed. Cir. 2008) (finding that loss of “the opportunity
    to compete” affected the plaintiffs’ direct economic interest); MORI Assocs., Inc. v.
    United States, 
    102 Fed. Cl. 503
    , 542 (2011) (same). Because Square One has failed to
    establish a redressable competitive injury resulting from GSA’s decision to reprocure the
    Solicitation, the court concludes that Square One is not an interested party. Accordingly,
    plaintiff’s protest as it relates to the proposed corrective action must be dismissed
    because plaintiff LACKS STANDING.
    In the interest of completeness, the court also addresses the justiciability doctrine
    of ripeness, which serves as an alternative ground for dismissing plaintiff’s challenge to
    the proposed corrective action.
    2.     Ripeness
    “The justiciability doctrine of ripeness circumscribes the court’s review to cases
    that present realized rather than anticipated or hypothetical injuries.” Madison Servs.,
    Inc. v. United States, 
    90 Fed. Cl. 673
    , 678 (2009) (citing United Public Workers of Am.
    v. Mitchell, 
    330 U.S. 75
    , 89–90 (1947)). “A claim is not ripe where it rests upon
    ‘contingent future events that may not occur as anticipated, or indeed may not occur at
    all.’” Texas Bio- & Agro-Def. Consortium v. United States, 
    87 Fed. Cl. 798
    , 804 (2009)
    (quoting Thomas v. Union Carbide, 
    473 U.S. 568
    , 581 (1985)); see also Commonwealth
    Edison Co. v. United States, 
    56 Fed. Cl. 652
    , 658 (2003) (quoting Texas v. United States,
    
    523 U.S. 296
    , 300 (1998)). Thus, “the ripeness doctrine . . . prevent[s] the courts,
    through avoidance of premature adjudication, from entangling themselves in abstract
    disagreements over administrative policies.” Abbott Labs. v. Gardner, 
    387 U.S. 136
    , 148
    (1967), abrogated on other grounds by Califano v. Sanders, 
    430 U.S. 99
     (1977). It also
    operates “to protect the agencies from judicial interference until an administrative
    decision has been formalized and its effects felt in a concrete way by the challenging
    parties.” 
    Id.
     at 148–49. An agency action is “ripe for judicial review” when (1) it “marks
    ‘the consummation of the agency’s decisionmaking process,’ i.e., it [is] not . . . merely
    tentative or interlocutory,” and (2) it determines “rights or obligations” or is one “from
    trivial competitive injury sufficient to support its standing to object to the corrective
    action.”); Centech Grp., 78 Fed. Cl. at 504 (concluding that the plaintiff had standing
    because it “was stripped of its status as the successful awardee de facto and relegated to
    competing anew”); cf. Sys. Appl. & Techs., Inc., v. United States, 
    100 Fed. Cl. 687
    , 708
    (2011) (observing that “in almost every decision in which the standing of a contract
    awardee to protest a procuring agency’s corrective action was addressed, the court has
    concluded that the protester had standing” (emphasis added)), aff’d, 
    691 F.3d 1374
     (Fed.
    Cir. 2012). Here, however, it is O’Gara, the defendant-intervenor, that was the original
    contract awardee—not Square One.
    24
    which legal consequences will flow.” NSK Ltd. v. United States, 
    510 F.3d 1375
    , 1385
    (Fed. Cir. 2007) (quoting Bennett v. Spear, 
    520 U.S. 154
    , 177 (1997)).
    The court first addresses plaintiff’s contention that GSA’s decision to amend the
    solicitation and re-procure the task order was “improper” because Square One was “an
    acceptable [offeror] next in line” for award. Compl. ¶ 90. In plaintiff’s view, “[t]here
    was no need to resolicit,” because “the contract [should have been] issued to Square
    One.” 
    Id.
     Plaintiff essentially argues that awarding the contract to Square One was the
    only reasonable corrective action GSA could have taken under the circumstances—an
    argument premised on a finding that GSA should have rated Square One’s Technical
    Proposal as Acceptable. However, the court has already found that GSA’s evaluation of
    the original proposals is moot. See supra Part III.A.2. Moreover, even assuming
    arguendo that plaintiff were correct, the court is without authority to direct the award to
    Square One. See supra note 13.
    The court next addresses plaintiff’s contention that “[i]n a re-procurement, Square
    One would only correct its typographical error and again explain that its armor package
    under the GSA Schedule does not have GSA part numbers as it is an option, and those
    part numbers would be a manufacturer number.” Pl.’s Resp. 16. As defendant correctly
    observes, Def.’s Reply 9, plaintiff may raise any concerns regarding its ability to comply
    with the amended solicitation in a pre-award bid protest, see Blue & Gold Fleet, L.P. v.
    United States, 
    492 F.3d 1308
    , 1313 (Fed. Cir. 2007); see also Centech Grp., 78 Fed. Cl.
    at 505 (“As the Federal Circuit has recognized, the challenge to terms of a solicitation
    containing a patent error must be raised preaward or the ability to raise such an objection
    is waived.” (citing Blue & Gold Fleet, 
    492 F.3d at 1313
    )). Thus, any claims plaintiff
    might have in the future regarding the language of the amended solicitation would be the
    subject of a different protest action. Such claims are not currently ripe for review.
    The court now turns to plaintiff’s suggestion that GSA’s decision to reprocure the
    Solicitation is merely a pretext for affording O’Gara an additional opportunity to correct
    its proposal. Pl.’s Resp. 3. In plaintiff’s view, “there is an appearance of impropriety and
    a concerted effort to award to one offeror over the others.” Id. at 15; see id. at 5 (“It
    appear[s] that the GSA was trying to find fault with Square One and trying to excuse
    O’Gara.”); Compl. ¶ 81 (“[T]he corrective action is a breach of good faith and fair
    dealing because it is merely an excuse and [an attempt] to get more time for [O’Gara] . . .
    to list its items on its GSA Schedule.”).
    Plaintiff acknowledges, as it must, that there is “[a] strong presumption that
    government officials act correctly, honestly, and in good faith when considering bids.”
    Pl.’s Resp. 15 (citing Blackwater Lodge & Training Ctr., Inc. v. United States, 
    86 Fed. Cl. 488
    , 502 (2009)). Indeed, the court is “required to assume that the Government [will]
    carry out the corrective action in good faith.” Chapman, 
    490 F.3d at 940
    ; see also
    Croman, 724 F.3d at 1364 (“The presumption that government officials act in good faith
    25
    is enshrined in our jurisprudence.”). Moreover, this court has stated that, “[a]bsent
    countervailing indications, this presumption ought to be at its zenith where the
    government has yet to act.” Boston Harbor Dev. Partners, 103 Fed. Cl. at 503. Plaintiff
    argues, however, that this good faith presumption “is voided [when] the agency is
    allowing a third try to a bidder and time to correct and be responsive to the solicitation.”
    Pl.’s Resp. 15.
    The court agrees with defendant that “Square One’s allegation that a re-
    procurement is a pretext to find a way to award the contract to O’Gara is entirely without
    basis.” Def.’s Mot. 15. Where, as here, a plaintiff alleges that the government has acted
    in bad faith, the plaintiff must offer “well-nigh irrefragable proof” in support of its claim.
    Croman, 724 F.3d at 1364 (internal quotation marks omitted); Chapman, 
    490 F.3d at 940
    .
    Square One’s unsubstantiated allegations, however, do not approach the well-nigh
    irrefragable proof necessary to overcome the presumption that government officials act in
    good faith. Accord Eskridge, 92 Fed. Cl. at 95, 95 n.8 (concluding same); cf. Def.’s Mot.
    15 (“[I]f GSA officials truly were predetermined to award the task order to O’Gara,
    canceling the award to O’Gara and re-procuring the requirement seems an inefficient way
    to accomplish the goal.”).
    The court also agrees with defendant that “[a]ny allegation that GSA’s officials
    will not act in good faith in executing the corrective action, which includes re-procuring
    the requirement, raises purely hypothetical arguments about future events that [might] or
    [might] not occur.” Def.’s Mot. 15; see also id. at 15–16 (“Square One’s allegations raise
    nothing more than a basis for a purely academic discussion about what could happen
    when GSA re-procures the task order.”). If at the conclusion of the re-procurement
    process, the record establishes that GSA “did not properly carry out the corrective
    action,” Square One will have the opportunity to challenge the new award decision. See
    Eskridge, 92 Fed. Cl. at 95; cf. Pl.’s Resp. 9, 17 (acknowledging that Square One could
    return to this court to challenge GSA’s administration of the corrective action). Thus,
    plaintiff’s anticipated claims regarding the implementation or execution of GSA’s
    proposed corrective action are not yet ripe for review. See Eskridge, 92 Fed. Cl. at 95
    (concluding that the protestor’s “[c]hallenges to the outcome of th[e] [corrective] action
    at this time are . . . not fit for judicial review”).
    In light of the foregoing, plaintiff’s protest as it relates to the proposed corrective
    action must be dismissed as UNRIPE.
    C.     The Court Lacks Jurisdiction Over Square One’s Claim for Bid Protest
    Costs
    Square One contends that it “is entitled to an award of protests costs, including
    attorneys’ fees.” Pl.’s Mot. 26; see Compl. at 40 (requesting an award of “reasonable
    attorney’s fees, costs and expenses of this matter). This court, however, does not have
    26
    jurisdiction to entertain plaintiff’s request for bid protest costs or related attorney’s fees.
    “[T]he Tucker Act only allows recovery for bid preparation and proposal costs.” S.K.J.
    & Assocs., Inc. v. United States, 
    67 Fed. Cl. 218
    , 225 (2005) (citing 
    28 U.S.C. § 1491
    (b)(2)); see Coastal Envtl. Grp., 114 Fed. Cl. at 132 (quoting same).
    To the extent that Square One seeks bid preparation and proposal costs, see Pl.’s
    Resp. 3, 15, Square One is not entitled to such relief. GSA is re-procuring the
    Solicitation, and Square One retains the opportunity to compete for the task order. As
    such, plaintiff’s investment in its proposals is not “a needless expense and [plaintiff] may
    yet see the fulfillment of the promise of fair and impartial consideration which induced it
    to spend its money to prepare its bid.” Beta Analytics Int’l, Inc. v. United States, 
    75 Fed. Cl. 155
    , 159 (2007) (internal quotation marks and citations omitted); B&B, 
    2014 WL 3587275
     at *7 n.18 (“B & B’s request for bid preparation and proposal costs is not yet
    ripe because B & B remains in the competition for the contract and may be awarded the
    contract.”); see Tech. Innovation, Inc. v. United States, 
    93 Fed. Cl. 276
    , 279 n.12 (2010)
    (observing that the plaintiff’s “claim for bid preparation and proposal costs would seem
    to be mooted by the [agency’s corrective action]”); CCL, 43 Fed. Cl. at 693 (dismissing
    as moot plaintiff’s request for bid preparation costs in light of the agency’s corrective
    action); cf. Def.’s Reply 8 (“We are aware of no authority for awarding costs to an
    unsuccessful offeror who will have the opportunity to re-compete for an award.”).
    IV.    Conclusion
    Because plaintiff’s bid protest is “trapped between the devil and the deep blue sea
    of ripeness and mootness,” plaintiff has failed to allege a justiciable controversy.
    Madison Servs., 90 Fed. Cl. at 678. Moreover, plaintiff lacks standing to challenge the
    proposed corrective action. Accordingly, plaintiff’s motion is DENIED, and defendant’s
    cross-motion is GRANTED. Plaintiff’s bid protest is DISMISSED. The Clerk of Court
    shall enter judgment accordingly. No costs.
    The Clerk of the Court shall assign to the undersigned any future protests
    involving re-procurement of the subject solicitation. If a future protest is filed, the parties
    shall indicate in their filing that the case is related to this one and request that it be
    assigned to the undersigned.
    IT IS SO ORDERED.
    s/ Patricia E. Campbell-Smith
    PATRICIA E. CAMPBELL-SMITH
    Chief Judge
    27
    

Document Info

Docket Number: 15-340

Citation Numbers: 123 Fed. Cl. 309

Judges: Patricia E. Campbell-Smith

Filed Date: 9/28/2015

Precedential Status: Precedential

Modified Date: 1/13/2023

Authorities (31)

Scanwell Laboratories, Inc. v. John H. Shaffer, ... , 424 F.2d 859 ( 1970 )

Rex Service Corp. v. United States , 448 F.3d 1305 ( 2006 )

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

Blue & Gold Fleet, LP v. United States , 492 F.3d 1308 ( 2007 )

Karen S. Reynolds v. Army and Air Force Exchange Service , 846 F.2d 746 ( 1988 )

Hoopa Valley Tribe v. United States , 597 F.3d 1278 ( 2010 )

Sicom Systems Ltd. v. Agilent Technologies, Inc., and ... , 427 F.3d 971 ( 2005 )

Chapman Law Firm Co. v. Greenleaf Construction Co. v. ... , 490 F.3d 934 ( 2007 )

media-technologies-licensing-llc-v-the-upper-deck-company-and-the-upper , 334 F.3d 1366 ( 2003 )

donald-k-anderson-angel-cortina-jr-and-patricia-b-wallace-and-david , 344 F.3d 1343 ( 2003 )

Caci, Inc.-Federal v. The United States , 719 F.2d 1567 ( 1983 )

Nsk Ltd. v. United States , 510 F.3d 1375 ( 2007 )

data-general-corporation-v-roger-w-johnson-administrator-general , 78 F.3d 1556 ( 1996 )

Distributed Solutions, Inc. v. United States , 539 F.3d 1340 ( 2008 )

Murphy v. Hunt , 102 S. Ct. 1181 ( 1982 )

County of Los Angeles v. Davis , 99 S. Ct. 1379 ( 1979 )

Myers Investigative and Security Services, Inc. v. United ... , 275 F.3d 1366 ( 2002 )

Tip Top Constraction, Inc. v. United States , 563 F.3d 1338 ( 2009 )

Thomas v. Union Carbide Agricultural Products Co. , 105 S. Ct. 3325 ( 1985 )

United Public Workers of America v. Mitchell , 330 U.S. 75 ( 1947 )

View All Authorities »