Systems Application & Technologies, Inc. v. United States , 691 F.3d 1374 ( 2012 )


Menu:
  •   United States Court of Appeals
    for the Federal Circuit
    __________________________
    SYSTEMS APPLICATION & TECHNOLOGIES, INC.,
    Plaintiff-Appellee,
    v.
    UNITED STATES,
    Defendant-Appellant,
    and
    MADISON RESEARCH CORPORATION,
    Defendant.
    __________________________
    2012-5004
    __________________________
    Appeal from the United States Court of Federal
    Claims in Case No. 11-CV-280, Judge Margaret M.
    Sweeney.
    _________________________
    Decided: August 24, 2012
    _________________________
    CRAIG A. HOLMAN, Arnold & Porter LLP, of Washing-
    ton, DC argued for plaintiff-appellee. With him on the
    brief were KARA L. DANIELS and EMMA V. BROOMFIELD.
    FRANKLIN E. WHITE, JR., Assistant Director, Commer-
    cial Litigation Branch, Civil Division, United States
    Department of Justice, of Washington, DC, argued for
    SYSTEMS APPLICATION & TECH   v. US                       2
    defendant-appellant. With him on the brief were TONY
    WEST, Assistant Attorney General, JEANNE E. DAVIDSON,
    Director, and MATTHEW F. SCARLATO, Trail Attorney.
    __________________________
    Before RADER, Chief Judge, O’MALLEY and WALLACH,
    Circuit Judges.
    RADER, Chief Judge.
    In this bid protest action, the United States Court of
    Federal Claims denied the U.S. Army’s motion to dismiss
    the complaint filed by Systems Application & Technolo-
    gies, Inc. (“SA-TECH”). SA-TECH, the original contract
    awardee for aerial target flight and maintenance services,
    protested the Army’s decision to engage in corrective
    action instead of allowing SA-TECH’s award to stand. In
    addition to asserting subject matter jurisdiction, the
    Court of Federal Claims also found the Army’s actions to
    be unreasonable and contrary to law. Sys. Application &
    Techs., Inc. v. United States, 
    100 Fed. Cl. 687
    , 702–710
    (2011). Upon review of the record, this court affirms.
    I.
    The Court of Federal Claims admirably stated the
    relevant facts in its opinion. 
    Id. at 693–702. With
    that in
    mind, this court only sets forth the facts required to
    assess the Army’s jurisdictional arguments.
    In April 2010, the Army solicited proposals for the
    provision of aerial target flight operations and mainte-
    nance services at numerous Army installations. The
    solicitation proposed a contract with one base year and
    four option years. At the time of the solicitation, Kratos
    Defense & Security Solutions (“Kratos”) provided these
    services under a predecessor contract. 
    Id. at 694. 3
                            SYSTEMS APPLICATION & TECH   v. US
    The solicitation listed three evaluation factors: Tech-
    nical/Management; Past Performance; and Price/Cost.
    The solicitation indicated that the Army would rate
    Technical/Management and Past Performance factors and
    sub-factors as “outstanding,” “satisfactory,” “marginal,” or
    “unsatisfactory.” 
    Id. Overall, the Technical/Management
    and Price/Cost factors were similarly weighted, and,
    “taken individually, were ‘significantly more important’
    than the Past Performance factor.” 
    Id. However, the Technical/Management
    and Past Performance factors,
    when considered together, were “more important” than
    the Price/Cost factor. 
    Id. The Technical evaluation
    factor had three sub-factors,
    including Labor.        The Labor sub-factor required
    “[e]vidence of the availability of sufficient personnel with
    the required skills, experience, and of the proposed labor
    mix to assure effective and efficient performance.” J.A.
    10270. The solicitation required offerors to provide “[t]he
    labor mix (i.e. job categories and hours assumed for each)
    for the SOW [Statement of Work] as a whole,”
    “[m]inimum and proposed levels of education,” “resumes
    for each individual proposed” for specific labor categories,
    and “the total number of personnel proposed to perform
    the requirements of the SOW.” J.A. 10267.
    The solicitation provided that the contract would be
    subject to the Service Contract Act of 1965. For such
    contracts, the Federal Acquisition Regulation (“FAR”)
    requires that “successor contractors performing on con-
    tracts in excess of $2,500 for substantially the same
    services performed in the same locality must pay wages
    and fringe benefits (including accrued wages and benefits
    and prospective increases) at least equal to those
    contained in any bona fide collective bargaining
    agreement entered into under the predecessor
    contract.” FAR 22.1002-3(a) (emphasis added). The
    SYSTEMS APPLICATION & TECH   v. US                        4
    Army later amended the solicitation to include an up-
    dated Wage Determination. The new Wage Determina-
    tion contained the collective bargaining agreement
    between the incumbent Kratos and the International
    Association of Machinists and Aerospace Local Lodge
    2515.
    The Army received three proposals, including the of-
    fers from SA-TECH and Kratos. The Army’s Technical
    Evaluation Committee initially evaluated the proposals
    and included all three in the competitive range. Sys.
    Application & 
    Techs., 100 Fed. Cl. at 696
    . Following a
    period of discussions, the Army requested final proposal
    revisions from the offerors. 
    Id. After a review,
    the Technical Evaluation Committee
    announced its findings in a Final Evaluation Report.
    While it noted potential difficulties for SA-TECH under
    the Labor sub-factor, it rated SA-TECH as “outstanding”
    for all evaluation factors. 
    Id. at 697. Kratos
    also received
    “outstanding” ratings. 
    Id. The Source Selection
    Authority reviewed the evalua-
    tions and concluded that SA-TECH offered the best value
    for the government. Because “there were no meaningful
    distinctions between the non-cost portions of the propos-
    als . . . ,” the Source Selection Authority found the
    “price/cost advantages of SA-TECH’s proposal” tilted the
    balance in its favor. 
    Id. at 698. The
    Army notified the
    offerors of its award decision. The notification letters
    disclosed SA-TECH’s final price and the adjectival ratings
    for all offerors’ proposals. 
    Id. Kratos filed a
    protest with the Government Account-
    ability Office (“GAO”). Kratos argued the Army improp-
    erly added a new requirement to the solicitation when it
    issued the updated Wage Determination. Kratos also
    asserted that the Army’s evaluation of labor mixes did not
    5                           SYSTEMS APPLICATION & TECH     v. US
    consider the offerors’ compliance with the collective
    bargaining agreement. Finally the protest challenged SA-
    TECH’s Technical/Management rating. 
    Id. SA-TECH intervened in
    the protest. Several months later, Kratos
    filed a supplemental protest with the GAO. It claimed the
    Army’s “systematic process of assigning an ‘Outstanding’
    rating to every Factor for each bidder, regardless of the
    evaluator’s comments and plain language of the propos-
    als,” converted the best value procurement into a lower-
    price, technically acceptable evaluation. 
    Id. at 700. Kratos
    highlighted the fact that the Technical Evaluation
    Committee assigned an “outstanding” rating to SA-
    TECH’s proposal under the Labor sub-factor in spite of its
    concerns with SA-TECH’s proposal on this point. 
    Id. Upon receipt of
    Kratos’ supplemental protest, the
    GAO attorney informed the parties that he intended “to
    suggest . . . that, on the face of it, the protester offer[ed] a
    straight forward argument as to why the agency’s evalua-
    tion of the technical portions of the proposals was unrea-
    sonable.” 
    Id. He asked whether
    “the agency [was] more
    inclined to continue to defend the protest or take correc-
    tive action.” 
    Id. SA-TECH responded to
    Kratos’ supplemental protest.
    
    Id. It requested the
    GAO dismiss Kratos’ supplemental
    protest because it was untimely and speculative. More-
    over, SA-TECH noted that Kratos was not next in line for
    the contract award. Therefore, SA-TECH questioned
    Kratos’ showing of prejudice. 
    Id. The GAO attorney
    again notified the parties of his
    view that Kratos’ supplemental protest had merit. He
    expressed his view of the technical evaluation as well the
    agency’s treatment of SA-TECH’s purported weaknesses
    and concluded that the GAO would “likely sustain this
    SYSTEMS APPLICATION & TECH   v. US                       6
    protest . . . .” J.A. 11995. The GAO invited further com-
    ments, but only from the Army.
    On April 22, 2011, the Army sent a letter to the GAO,
    Kratos, and SA-TECH which stated:
    After review of the supplemental issues, the
    Army has determined that it is in its best in-
    terest to take corrective action. The Army in-
    tends to terminate the contract awarded to SA-
    TECH so that it can reopen the original solicita-
    tion. The solicitation will then be amended
    to explain the intention of providing Kratos’ [col-
    lective bargaining agreement] in the solicitation.
    Sys. Application & 
    Techs., 100 Fed. Cl. at 702
    (emphasis
    added). The Army also stated it would give offerors the
    opportunity to submit revised proposals and reserved the
    right to conduct further discussions. 
    Id. The Army’s letter
    concluded: “The Army believes that this corrective
    action makes the pending protest moot and no further
    purpose would be served by the GAO’s review of the
    protest. Therefore, the Army requests that the GAO
    dismiss Kratos’ protest.” J.A. 11997. On April 25, 2011,
    the GAO dismissed Kratos’ protest and stated: “the
    agency’s decision to terminate the contract award and
    reopen the solicitation renders the protest academic.”
    J.A. 11998.
    SA-TECH filed a protest at the Court of Federal
    Claims that challenged the Army’s decision to engage in
    corrective action. SA-TECH alleged the Army’s decision
    was arbitrary, capricious, and unreasonable because it
    was based on an improper and unreasonable GAO state-
    ment. Sys. Application & 
    Techs., 100 Fed. Cl. at 702
    . It
    also claimed the Army’s decision to engage in corrective
    action independently lacked a rational basis and involved
    a violation of law, regulation, or procedure. 
    Id. SA-TECH 7 SYSTEMS
    APPLICATION & TECH   v. US
    also took issue with the Army’s decision to amend the
    solicitation. Kratos intervened. At the proper time, SA-
    TECH filed a motion for judgment on the administrative
    record. The Army and Kratos moved to dismiss the
    complaint for lack of subject matter jurisdiction and cross-
    moved for judgment on the administrative record.
    The Court of Federal Claims denied the motions to
    dismiss, finding jurisdiction under 28 U.S.C. § 1491(b)(1).
    
    Id. at 703–10. The
    trial court also found that SA-TECH
    showed proper standing and ripeness. 
    Id. On the merits,
    the Court of Federal Claims found the Army’s decision to
    take corrective action was arbitrary, capricious, and an
    abuse of discretion. 
    Id. at 719. The
    trial court also
    granted SA-TECH’s request for injunctive relief, which
    prohibited the Army from implementing the proposed
    corrective action. 
    Id. at 722. The
    Army timely appealed to this court. The Army’s
    appeal is limited to the questions of jurisdiction and
    justiciability; it does not challenge the Court of Federal
    Claims’ merits decision. This court has jurisdiction under
    28 U.S.C. § 1295(a)(3).
    II.
    This court reviews the Court of Federal Claims’ deci-
    sion on the legal question of subject matter jurisdiction
    without deference. Res. Conservation Grp., LLC v. United
    States, 
    597 F.3d 1238
    , 1242 (Fed. Cir. 2010). Courts have
    limited jurisdiction to hear and decide suits against the
    United States due to principles of sovereign immunity.
    Sovereign immunity protects the government from suit
    except for instances in which the immunity has been
    unequivocally and expressly waived. United States v.
    King, 
    395 U.S. 1
    , 4 (1969).
    SYSTEMS APPLICATION & TECH    v. US                          8
    In this case, the Tucker Act expressly waives sover-
    eign immunity for claims against the United States in bid
    protests. Accordingly, the Court of Federal Claims
    shall have jurisdiction to render judgment on an
    action by an interested party objecting to a solici-
    tation 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 pro-
    curement or a proposed procurement . . . without
    regard to whether suit is instituted before or after
    the contract is awarded.
    28 U.S.C. § 1491(b)(1) (2006). The Court of Federal
    Claims correctly observed this waiver covers a broad
    range of potential disputes arising during the course of
    the procurement process. On its face, the statute grants
    jurisdiction over objections to a solicitation, objections to a
    proposed award, objections to an award, and objections
    related to a statutory or regulatory violation so long as
    these objections are in connection with a procurement or
    proposed procurement. Sys. Application & 
    Techs., 100 Fed. Cl. at 704
    .
    While the Army understandably wishes to narrow the
    scope of the Tucker Act’s grant of jurisdiction, a narrow
    application of section 1491(b)(1) does not comport with the
    statute’s broad grant of jurisdiction over objections to the
    procurement process. In Resource Conservation Group,
    LLC v. United States, this court considered the legislative
    history of the Tucker Act and its 
    amendments. 597 F.3d at 1244–45
    . This court rejected the argument that section
    1491(b)(1) grants the Court of Federal Claims protest
    jurisdiction over non-procurement disputes (such as a
    dispute over a lease of government property). 
    Id. In so doing,
    this court clarified that once a party objects to a
    9                         SYSTEMS APPLICATION & TECH   v. US
    procurement, section 1491(b)(1) provides a broad grant of
    jurisdiction because “[p]rocurement includes all stages of
    the process of acquiring property or services, beginning
    with the process for determining a need for property or
    services and ending with contract completion and close-
    out.” 
    Id. at 1244 (emphasis
    added) (quoting 41 U.S.C.
    § 403(2)); see also Distributed Solutions, Inc. v. United
    States, 
    539 F.3d 1340
    , 1345 (Fed. Cir. 2008) (concluding
    that the statutory definition for procurement found in 41
    U.S.C. § 403(2) should be utilized in determining the
    scope of section 1491(b)(1)).
    In this case, SA-TECH objected to a solicitation and
    alleged violations of statutes and regulations governing
    the procurement process. The Army has not shown that
    this protest has no “connection with a procurement.”
    Rather SA-TECH’s complaint specifically challenged the
    Army’s announced decision to amend or revise the solici-
    tation – an unambiguous objection “to a solicitation”
    covered by the Tucker Act. SA-TECH also alleged viola-
    tions of the Service Contract Act and procurement regula-
    tions – another basis for jurisdiction.         Distributed
    Solutions, 
    Inc., 539 F.3d at 1345
    n.1 (noting a protestor
    need only make a “non-frivolous allegation of a statutory
    or regulatory violation in connection with a procurement
    or proposed procurement” in order to meet this jurisdic-
    tional requirement). The Court of Federal Claims’ deci-
    sion on the merits underscores that SA-TECH’s
    allegations of procurement violations were not frivolous.
    Sys. Application & 
    Techs., 100 Fed. Cl. at 719
    .
    In this case, the Army had not yet implemented the
    corrective action. Moreover, SA-TECH was the contract
    awardee. Neither of these facts are material to the ques-
    tion of jurisdiction. This court has made clear that bid
    protest jurisdiction arises when an agency decides to take
    corrective action even when such action is not fully im-
    SYSTEMS APPLICATION & TECH   v. US                        10
    plemented. See, e.g., Turner Constr. Co. v. United States,
    
    645 F.3d 1377
    (Fed. Cir. 2009) (finding no jurisdictional
    bar for a bid protest brought by a contract awardee after
    the Army terminated the awardee’s contract and an-
    nounced its decision to follow the GAO’s recommendation
    to re-compete a contract); Centech Grp., Inc. v. United
    States, 
    554 F.3d 1029
    (Fed. Cir. 2008) (affirming the
    Court of Federal Claims’ merits decision in a bid protest
    brought by the previous contract awardee before correc-
    tive action was completed); ManTech Telecomms. & Info.
    Sys. Corp. v. United States, 
    49 Fed. Cl. 57
    (2001), aff’d per
    curiam, 30 F. App’x 995 (Fed. Cir. 2002).
    SA-TECH’s attempt to enjoin the government from
    terminating its contract did not transform its otherwise
    proper protest under the Tucker Act into a claim which
    could only be adjudicated under the Contract Disputes
    Act and its concomitant procedural requirements. This
    court confronted and rejected a similar argument in
    Turner 
    Construction, 645 F.3d at 1387–88
    . A request for
    injunctive relief regarding the government’s termination
    of a contract concerns the scope of the Court of Federal
    Claims’ equitable powers; it is not an issue of Tucker Act
    jurisdiction. 
    Id. at 1388. Thus,
    the Court of Federal
    Claims properly exercised its jurisdiction under the
    Tucker Act as SA-TECH both objected to a solicitation
    and alleged violation of statute or regulation in connec-
    tion with a procurement.
    III.
    The Court of Federal Claims also correctly determined
    that SA-TECH has standing to bring its protest. Tradi-
    tional standing analysis invokes the “case or controversy”
    requirement of Article III of the Constitution. Camreta v.
    Greene, 
    131 S. Ct. 2020
    , 2028 (2011). However, standing
    in bid protests is framed by 28 U.S.C. § 1491(b)(1), which
    11                         SYSTEMS APPLICATION & TECH   v. US
    requires that bid protests be brought by “interested
    parties.” 28 U.S.C. § 1491(b)(1). The “interested party”
    standard is more stringent than the requirements of
    Article III. Weeks Marine, Inc. v. United States, 
    575 F.3d 1352
    , 1359 (Fed. Cir. 2009). SA-TECH must establish
    that it “(1) is an actual or prospective bidder; and (2)
    possess[es] the requisite direct economic interest.” 
    Id. (internal citations omitted).
        A protest will, by its nature, dictate the necessary fac-
    tors for a “direct economic interest.” In pre-award pro-
    tests, for instance, the plaintiff must show “a non-trivial
    competitive injury which can be addressed by judicial
    relief.” 
    Id. at 1362. In
    post-award protests, the plaintiff
    must show it had a “substantial chance” of receiving the
    contract. Rex Serv. Corp. v. United States, 
    448 F.3d 1305
    ,
    1307 (Fed. Cir. 2006); see also Weeks Marine 
    Inc., 575 F.3d at 1361–62
    (rejecting the proposition that the “sub-
    stantial chance” requirement applies outside of the post-
    award context). SA-TECH lodges a pre-award protest
    against the Army’s decision to resolicit proposals. See
    Outdoor Venture Corp. v. United States, 
    100 Fed. Cl. 146
    ,
    153 (2011) (collecting cases). The Army does not dispute
    that SA-TECH is an actual or prospective bidder. Thus,
    SA-TECH’s standing hinges upon whether the Army’s
    decision gives rise to a “non-trivial competitive injury
    which can be addressed by judicial relief.”
    This court determines that this protest asserts the
    necessary injury for standing. First, the Army’s decision
    to engage in corrective action will arbitrarily require SA-
    TECH to win the same award twice. See CBY Design
    Builders v. United States, No. 11-740C, --- Fed. Cl. ----,
    
    2012 WL 1889299
    , *32 (Fed. Cl. May 11, 2012)
    (“[A]rbitrarily being required to win the same award twice
    . . . is certainly the sort of non-trivial competitive injury
    sufficient to support [a protestor’s] standing to object to
    SYSTEMS APPLICATION & TECH   v. US                       12
    the corrective action.”). Obtaining a contract award,
    whether through sealed bidding or a negotiated process, is
    often a painstaking (and expensive) process. An arbitrary
    decision to take corrective action without adequate justifi-
    cation forces a winning contractor to participate in the
    process a second time and constitutes a competitive injury
    to that contractor. Cf. United States v. John C. Grimberg
    Co., 
    702 F.3d 1362
    , 1367 (Fed. Cir. 1983) (en banc) (noting
    that there is an implied contract that the procurement
    process will be conducted fairly and honestly); Joseph L.
    DeClerk & Assocs., Inc. v. United States, 
    26 Cl. Ct. 35
    , 46-
    47 (1992) (noting that the procurement process should be
    a level playing field and contractors should be treated
    evenly and fairly); Hosp. Klean of Tex., Inc. v. United
    States, 
    65 Fed. Cl. 618
    , 624 (2005) (noting that the lost
    opportunity to compete for a contract on a level playing
    field is an irreparable harm for the purposes of injunctive
    relief).
    Just as important, the Army’s decision to engage in
    corrective action will require SA-TECH to re-compete for
    a contract after its price had been made public. Unques-
    tionably an offeror’s participation in the procurement
    process involves some acceptance of risk. See Steven
    Schooner, Fear of Oversight: The Fundamental Failure of
    Businesslike Government, 50 Am. U. L. Rev. 627, 695
    (2002) (discussing risk allocation as a fundamental char-
    acteristic of government contracting). The risk of re-
    competing for a contract after revelation of one’s price
    calculations to competitors, however, does not extend to a
    contract fairly competed and won on the first solicitation.
    In this case, with price a pivotal term of the process,
    SA-TECH would unduly bear the burden of re-competing
    with its prices alone on the table. Price was a crucial
    factor in making the original contract award. Once the
    contracting officer eliminated meaningful distinctions
    13                        SYSTEMS APPLICATION & TECH   v. US
    between the non-cost portions of the various proposals,
    SA-TECH’s lowest offer tipped the scales in its favor. In
    this case, the Army has not appealed the finding that its
    actions were arbitrary. Therefore, the Army without
    adequate justification -- indeed, with arbitrariness --
    forces SA-TECH to re-compete for the contract. In that
    posture, SA-TECH will no longer have the pivotal com-
    petitive advantage from the initial solicitation. The
    publication of its price alone places SA-TECH in the
    unenviable position of competing against itself. See
    Bayfirst Solutions, LLC v. United States, No. 12-131C, ---
    Fed. Cl. ----, 
    2012 WL 1513007
    , at *5 (Fed. Cl. April 30,
    2012) (finding that a protestor shows sufficient competi-
    tive injury if it loses a competitive advantage through the
    government’s decision to resolicit proposals). Based on
    these facts, the Court of Federal Claims correctly deter-
    mined that SA-TECH showed a non-trivial competitive
    injury and thus had standing under 28 U.S.C. § 1491(b)(1)
    as an interested party.
    IV.
    Finally, the Court of Federal Claims correctly found
    that SA-TECH presented a claim ripe for judicial review.
    A claim is not ripe for judicial review when it is contin-
    gent upon future events that may or may not occur.
    Thomas v. Union Carbide Agric. Prods. Co., 
    473 U.S. 568
    ,
    580–81 (1985). The purpose of the doctrine is to prevent
    the courts, “through avoidance of premature adjudication,
    from entangling themselves in abstract disagreements
    over administrative policies, and also to protect the agen-
    cies from judicial interference until an administrative
    decision has been formalized and its effects felt in a
    concrete way by the challenging parties.” Abbott Labs. v.
    Gardner, 
    387 U.S. 136
    , 148-49 (1967), overruled on other
    grounds by Califano v. Sanders, 
    430 U.S. 99
    (1977). In
    assessing ripeness, there are two basic factors: “(1) the
    SYSTEMS APPLICATION & TECH   v. US                       14
    fitness of the issues for judicial decision[;] and (2) the
    hardship to the parties of withholding court considera-
    tion.” Abbott 
    Labs., 387 U.S. at 149
    .
    When a party challenges government action, the first
    factor becomes a question of whether the challenged
    conduct constitutes a final agency action. See Tokyo Kikai
    Seisakusho, Ltd. v. United States, 
    529 F.3d 1352
    , 1363
    (Fed. Cir. 2008); U.S. Ass’n of Imps. of Textiles & Apparel
    v. U.S. Dep’t of Commerce, 
    413 F.3d 1344
    , 1349–50 (Fed.
    Cir. 2005). Final agency action hinges on two points:
    “First, the action must mark the ‘consummation’ of the
    agency’s decision-making process – it must not be of a
    merely tentative or interlocutory nature. And second, the
    action must be one by which ‘rights or obligations have
    been determined,’ or from which ‘legal consequences will
    flow.’” Bennett v. Spear, 
    520 U.S. 154
    , 177–78 (1997)
    (citations omitted).
    The Army asserts that SA-TECH has not challenged a
    final agency action. SA-TECH challenged “the Army’s
    announcement of its intention to take corrective action –
    before any such action was taken.” Appellant’s Brief 20.
    According to the Army, its statements to the GAO, SA-
    TECH, and Kratos that it intended to engage in corrective
    action were not binding and “nothing prohibited the Army
    from abandoning its proposed course of action and allow-
    ing SA-TECH’s award to stand . . . .” 
    Id. at 21. In
    its
    view, the decision to take corrective action will not be
    fully consummated unless and until the Army re-awards
    the contract to an offeror other than SA-TECH. 
    Id. This court finds
    no merit in the Army’s argument.
    The Army memorialized its decision to take corrective
    action in a letter to the GAO and the parties, stating: “the
    Army has determined that it is in its best interest to
    take corrective action.” J.A. 11996 (emphasis added). As
    15                         SYSTEMS APPLICATION & TECH    v. US
    the Court of Federal Claims noted, there was nothing
    interlocutory, uncertain, or tentative about this declara-
    tion. Sys. Application & 
    Techs., 100 Fed. Cl. at 709
    . Not
    only did the Army declare its decision to engage in correc-
    tive action, but it set in motion several irretrievable legal
    consequences. For instance, the Army’s letter to the GAO
    stated: “The Army believes that this corrective action
    makes the pending protest moot and no further purpose
    would be served by the GAO’s review of the protest.
    Therefore, the Army requests that the GAO dismiss
    Kratos’ protest.” J.A. 11997. Accordingly, the GAO
    dismissed Kratos’ protest, changing the legal landscape
    for both SA-TECH and Kratos.
    The Army represented that its decision to engage in
    corrective action was sufficiently final to moot Kratos’
    GAO bid protest. The Army may not now claim that the
    decision is not final until the re-award of a contract.
    Orderly procedure cannot tolerate such contradictory
    positions. The government cannot manipulate the finality
    doctrine to suit its own current litigation strategies.
    Furthermore, the Army’s proposed finality rule would
    make some of their actions protest-proof. Part of the
    proposed corrective action is to amend the terms of the
    solicitation “to explain the intention of providing Kratos’
    [collective bargaining agreement] in the solicitation.” J.A.
    11996–97. However, the Army states that its action
    would be final when “the new contract award decision is
    made.” Appellant’s Brief 26. If SA-TECH’s claims were
    not ripe until after the contract award, then SA-TECH
    could never protest this proposed amendment to the
    terms of the solicitation. See Blue & Gold Fleet, L.P. v.
    United States, 
    492 F.3d 1308
    , 1313 (Fed. Cir. 2007) (hold-
    ing that a party who fails to object to the terms of a solici-
    tation “prior to the close of the bidding process waives its
    ability to raise the same objection subsequently in a bid
    SYSTEMS APPLICATION & TECH   v. US                        16
    protest action in the Court of Federal Claims”). As noted
    in Weeks Marine, such an absurd result cannot stand.
    Weeks Marine, 
    Inc., 575 F.3d at 1362–1363
    . Thus, the
    Army’s decision to engage in corrective action is suffi-
    ciently final.
    This court’s precedent in Tokyo Kikai Seisakusho, Ltd.
    v. United States does not compel a different result. In
    Tokyo Kikai Seisakusho, this court addressed ripeness in
    the narrow context of the Department of Commerce’s
    review of its own sunset rulings in antidumping 
    cases. 529 F.3d at 1363–64
    . This case arises from a very differ-
    ent context: government procurement. Additionally, in
    Tokyo Kikai Seisakusho, the agency’s non-final decision
    was announced as part of its role as a neutral arbiter in
    trade disputes. 
    Id. Here, the Army
    announced its deci-
    sion as an interested party in a litigation dispute and the
    GAO, a quasi-judicial body, acted on the veracity of the
    Army’s statements.
    With respect to the hardship element of the ripeness
    analysis, the Army asserts that SA-TECH has not suf-
    fered a hardship because the “announced intention to
    implement corrective action is an intermediate step of a
    single procurement process, and the continuation of that
    process, while SA-TECH remains in contention, is not a
    hardship.” Appellant’s Br. 26. As discussed above, this
    approach ignores the competitive hardships SA-TECH
    suffers as a result of the Army’s arbitrary decision to re-
    compete the contract.
    Although SA-TECH will have a remedy under the
    Contract Disputes Act if its contract is terminated, the
    possibility of this termination is still a hardship under the
    ripeness analysis. Unlike the standard for obtaining
    injunctive relief, which requires a showing of irreparable
    harm, the standard for ripeness requires a lesser showing
    17                        SYSTEMS APPLICATION & TECH   v. US
    of hardship. See Caraco Pharm. Labs., Ltd. v. Forest
    Labs., Inc., 
    527 F.3d 1278
    , 1295 (Fed. Cir. 2008) (citing
    Gardner v. Toilet Goods Ass’n, 
    387 U.S. 167
    (1976)
    (“Withholding court consideration of an action causes
    hardship to the plaintiff where the complained-of conduct
    has an ‘immediate and substantial impact’ on the plain-
    tiff.”). SA-TECH made a showing of immediate and sub-
    stantial impact in this case.
    V.
    The Court of Federal Claims correctly exercised its ju-
    risdiction and properly found SA-TECH’s claims justicia-
    ble. SA-TECH’s protest met the requirements of the
    Tucker Act and met the standards for ripeness and stand-
    ing.
    AFFIRMED
    

Document Info

Docket Number: 2012-5004

Citation Numbers: 691 F.3d 1374

Judges: O'Malley, Rader, Wallach

Filed Date: 8/24/2012

Precedential Status: Precedential

Modified Date: 8/5/2023

Authorities (13)

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

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

Tokyo Kikai Seisakusho, Ltd. v. United States , 529 F.3d 1352 ( 2008 )

U.S. Ass'n of Importers of Textiles & Apparel v. United ... , 413 F.3d 1344 ( 2005 )

Resource Conservation Group, LLC v. United States , 597 F.3d 1238 ( 2010 )

Caraco Pharmaceutical Laboratories, Ltd. v. Forest ... , 527 F.3d 1278 ( 2008 )

United States v. King , 89 S. Ct. 1501 ( 1969 )

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

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

Abbott Laboratories v. Gardner , 87 S. Ct. 1507 ( 1967 )

Califano v. Sanders , 97 S. Ct. 980 ( 1977 )

Bennett v. Spear , 117 S. Ct. 1154 ( 1997 )

Camreta v. Greene Ex Rel. S. G. , 131 S. Ct. 2020 ( 2011 )

View All Authorities »