Koam Engineering Services, Inc. v. United States ( 2023 )


Menu:
  •           In the United States Court of Federal Claims
    No. 22-816C
    Filed: November 30, 2022
    Redacted Version Issued for Publication: February 10, 20231
    * * * * * * * * * * * * * * * * **
    KOAM ENGINEERING SYSTEMS,
    INC.,                                     *
    *
    *
    Protestor,
    *
    v.                                        *
    UNITED STATES,                            *
    *
    Defendant,             *
    *
    v.
    *
    MCKEAN DEFENSE GROUP, LLC,                *
    Defendant-Intervenor.            *
    * * * * * * * * * * * * * * * * **
    Richard Rector, DLA Piper, LLP, Washington, DC for protestor. With him were
    Tom Daley and Leslie Edelstein, DLA Piper, LLP, Washington, DC.
    Kara M. Westercamp, Trial Attorney, Commercial Litigation Branch, Civil Division,
    United States Department of Justice, Washington, DC, for defendant. With her were
    William Grimaldi, Assistant Director, Commercial Litigation Branch; Patricia M.
    McCarthy, Director, Commercial Litigation Branch, and Brian M. Boynton, Principal
    Deputy Attorney General, Civil Division. Tracey Ferguson, Trial Attorney, Associate
    Counsel Commercial Litigation Branch, Naval Information Warfare Center Pacific, of
    counsel.
    Rebecca Pearson, Venable LLP, Washington, DC; for intervenor. With her were
    J. Scott Hommer, III, Lindsay M. Reed, and Allison M. Siegel, Venable LLP,
    Washington, DC.
    1This Opinion was issued under seal on November 30, 2022. The parties were asked to
    propose redactions prior to public release of the Opinion. This Opinion is issued with the
    some of the redactions that the parties proposed in response to the court’s request. Words
    which are redacted are reflected with the notation: “[redacted].”
    OPINION
    HORN, J.
    In the above-captioned, post-award bid protest, protestor KOAM Engineering
    Systems, Inc. (KOAM) challenges the decision by the United States Department of the
    Navy to award a contract to defendant-intervenor, McKean Defendant Group, LLC
    (McKean).2 Protestor KOAM alleges that the Navy failed to “meet its obligation to strictly
    avoid even the appearance of a conflict of interest,” and that the Navy’s cost realism
    evaluation of McKean’s proposal was arbitrary and capricious. The parties have briefed
    cross-motions for judgment on the Administrative Record.
    FINDINGS OF FACT
    On January 27, 2021, the Navy issued request for proposals No. N66001-21-R-
    0041 (the RFP) for engineering support services for the Navy’s Network Integration
    Engineering Facility (NIEF). KOAM was the incumbent contractor for the Navy on the prior
    contracts. The RFP explained that “Naval Information Warfare Center – Pacific (NIWC
    Pacific) is responsible for basic research, end-to-end system design, prototype
    development, systems engineering, integration, production, software loading, Pre-
    Installation Testing and Checkout (PITCO), deployment, and life cycle support of
    Command, Control, Communications, Computer, Intelligence, Surveillance, and
    Reconnaissance (C4ISR) systems.” The RFP contemplated an indefinite-delivery,
    indefinite-quantity (IDIQ) single award contract with cost-plus-fixed-fee pricing
    arrangement over a potential five year performance period, with one base year and four
    one-year option periods. The RFP provided:
    (a) The contract resulting from this solicitation will be awarded to the
    responsible offeror whose offer conforming to the solicitation, is determined
    to provide the “best value” to the Government. Such offer may not
    necessarily be the proposal offering the lowest cost or receiving the highest
    technical rating.
    (b) Proposals will be rated using a four-step methodology. Step One is an
    evaluation of Acceptability of the Offer. Step Two is an evaluation of
    Capability (including Technical Approach, Past Performance, and Small
    Business Participation). Step Three is an evaluation of the proposed cost.
    Step Four is a cost/technical (non-cost evaluation factors) trade-off analysis
    in order to determine the best value source selection decision.
    2 As noted in intervenor’s motion for judgment on the Administrative Record: “McKean
    was indirectly acquired by Noblis Inc. on April 30, 2021, through Noblis Parent’s
    acquisition of the equity in McKean Defense Group, LLC’s parent company and
    subsequently renamed Noblis MSD, LLC.” The parties refer to intervenor as McKean in
    their submissions in the above captioned protest. The court refers to intervenor as
    McKean in this Opinion, but leaves quotations unchanged.
    2
    (c) Source Selection Factors.
    Non-Cost Evaluation Factors
    Factor I – Technical Approach
    Factor II – Past Performance
    Factor III – Small Business Participation
    Relative Importance of the Evaluation Factors
    (d) The non-cost evaluation factors, when combined, are significantly more
    important than cost. However, the degree of importance of cost will increase
    with the degree of the equality of proposals in terms of the non-cost
    evaluation factors.
    (e) Technical Approach is more important than Past Performance and Small
    Business Participation. Past Performance is more important than Small
    Business Participation.
    (f) Evaluation of an offeror’s proposal shall be based on the information
    presented in the proposal and information available to the contracting office
    from sources deemed appropriate. Sources typically considered include
    Defense Contract Audit Agency, Defense Contract Management
    Administration offices, other contracts with same firms for similar items or
    services, known commercial sources such as Data Resources, Inc.,
    Standard and Poor, etc. If the proposed contract requires the delivery of
    data, the quality of organization and writing reflected in the proposal will be
    considered an indication of the quality of organization and writing which
    would be prevalent in the proposed deliverable data. Subjective judgment
    on the part of the Government evaluators is implicit in the entire process.
    (capitalization and emphasis in original).
    For Step One, the RFP explained, “[t]he Government will determine the
    acceptability of each offer on a pass or fail basis,” and for Step Two, the RFP indicated
    “the Government will evaluate the capability of each offeror on the basis of its: (I)
    Technical Approach, (II) Past Performance, and (III) Small Business Participation.” For
    “Factor I – Technical Approach,” the RFP explained that
    Considering the identified strengths and weaknesses, the SSEB [Source
    Selection Evaluation Board] will then assign an overall factor rating for
    technical approach. The factor rating is based on the collective
    effectiveness of the offeror’s technical approach in meeting the
    Government’s requirements in the SOW [Statement of Work] across all
    3
    submitted responses. Risk will not be evaluated as a separate factor, but
    will be evaluated as one aspect inherent in the evaluation of the Technical
    Approach. Technical Approach will receive one of the following combined
    technical/risk ratings: Outstanding, Good, Acceptable, Marginal, or
    Unacceptable.
    (alterations added). For “Factor II – Past Performance,” the RFP indicated:
    The past performance evaluation is an assessment of the offeror’s
    probability of meeting the solicitation requirements. The past performance
    evaluation considers the offeror’s demonstrated recent and relevant record
    of performance in supplying products and services that meet the contract’s
    requirements. In accordance with FAR 15.305(a)(2), the currency and
    relevance of the information, source of the information, context of the data,
    and general trends in contractor’s performance shall be considered. These
    are combined to establish one performance confidence assessment rating
    for each offeror.
    For “Factor III – Small Business Participation,” the RFP provided:
    The Government will evaluate the total percentage of small business
    participation. The inclusion of each subcontractor in the cost proposal shall
    serve as evidence that the prime contractor and subcontractor have entered
    into a business agreement; no further evidence of a business agreement is
    required. Only the portion of small business participation that is both listed
    in the matrix and substantiated by the cost proposal will be considered in
    the evaluation.
    For Step Three, Cost, the RFP stated:
    The Government will evaluate the estimated cost and proposed fee of each
    offer for realism and reasonableness in accordance with FAR Subpart 15.4
    and as described below. The purpose of this evaluation will be (a) to verify
    the offeror's understanding of the requirements; (b) to assess the degree to
    which the cost/price proposal reflects the approaches and/or risk
    assessments made in the proposal as well as the risk that the offeror will
    provide the supplies or services for the offered prices/cost; and (c) assess
    the degree to which the cost reflected in the cost/price proposal accurately
    represents the work effort included in the proposal. Proposed costs may be
    adjusted, for purposes of evaluation, based upon the results of the cost
    realism evaluation. In a competitive environment, an offeror is incentivized
    to propose the lowest possible price; therefore, downward cost realist
    adjustments generally will not be made. When a cost realism analysis is
    performed, the resulting realistic cost estimate will be used in the evaluation.
    Cost realism analysis may be limited to those offerors whose proposals
    represent the most likely candidate(s) for award, based on the
    4
    Government’s technical evaluation and the offeror(s) proposed costs. In
    addition to easily identifiable cost adjustments, unrealistic cost proposals
    may result in a re-evaluation and concurrent rescoring of technical
    proposals. Such re-evaluation based on cost or realistic cost analysis could
    negatively impact the technical rating and ranking of the proposal.
    Depending on the number of offerors and the number and dollar amount of
    proposed subcontractors, the Government may choose to limit the extent of
    the cost realism analysis of offerors’ proposed subcontractor costs. In such
    instance, the Government will establish a threshold whereby individual
    subcontractor cost proposals that do not meet the threshold will not undergo
    a cost realism analysis. The threshold established by the Government may
    consist of a percentage of the prime contractor’s proposed costs, or a dollar
    amount, or a combination thereof. All offers with separately priced line items
    will be analyzed to determine if the prices are unbalanced. Offers may be
    rejected if the Contracting Officer determines the lack of balance poses an
    unacceptable risk to the Government.
    Finally, for Step Four, the “Trade-Off Process,” the RFP explained:
    The contract resulting from this RFP will be awarded to the responsible
    offeror whose offer, conforming to the RFP, is determined to provide the
    best value to the Government, which may not necessarily be the proposal
    offering the lowest cost, nor receiving the highest technical rating. In order
    to select the winning offeror, the Government will compare all offerors under
    consideration for award by trading off the differences in the non-cost factors
    against the difference in most probable cost and proposed fee between the
    offerors, as follows:
    (a) If an offeror is better in terms of the non-cost factors and has the lower
    evaluated cost and proposed fee, then the Government will consider that
    offeror to be the better value.
    (b) If an offeror is better in terms of the non-cost factors but has the higher
    evaluated cost and proposed fee, then the Government will decide whether
    the differences in the non-cost factors are worth the difference in cost and
    fee. If the Government will consider the differences in the non-cost factors
    to be worth the difference in evaluated cost and proposed fee, then the
    Government will consider the offeror with the higher evaluated cost and
    proposed fee to be the better value. If not, then the Government will
    consider the offeror with the lower evaluated cost and proposed fee to be
    the better value.
    (c) The Government will continue to make comparisons among all offerors
    in this way until the Government has decided which offeror is the best value.
    The RFP also indicated that
    5
    [t]he Contract Specialist will be the sole evaluator for Acceptability of the
    Offer, Small Business Participation, and Cost. The Contract Specialist will
    not evaluate any other factors. Input from the SSEB Chairperson and other
    SSEB members may be solicited. Except for the Contract Specialist, the
    SSEB will not have access to cost proposals; however, with approval of the
    SSA, the Contract Specialist may disclose selected cost information as
    required (e.g., when technical analysis is necessary to make a realism or
    reasonableness determination).
    (alteration added).
    The RFP further explained:
    The Contractor shall perform work at the contractor’s facilities and/or onsite
    at government facilities and on travel in support of designated activities.
    Because the NIWC Pacific Code 42150 leadership resides in San Diego,
    the majority of the production and PITCO/GAT support will be required to
    be supported within the NIWC Pacific (4301 Pacific Highway, San Diego,
    CA) Area of Responsibility (10 Miles). The majority of engineering support
    is expected to be off site at the contractor facility.
    Included with the Technical Approach Worksheet in the Source Selection Plan
    were questions and answers:
    1.) What tools and techniques will you employ to manage Cost,
    Schedule, and Performance of the multiple projects and associated
    C4ISR     [Command,       Control,  Communications,    Computers,
    Intelligence, Surveillance and Reconnaissance] Task Orders that will
    be accomplished during the execution of this contract?
    The written technical approach should address but is not limited to
    discussion     of    applications    and     or   existing     company
    policies/procedures that will enable you to track and report financials,
    such as funds received, funds expended, and funds remaining at the
    CLIN [Contract Line Item Number] level within Task Orders and for the
    contract as a whole. Describe your approach for tracking and
    reporting the status of deliverables and all milestones to achieve
    timely distribution of deliverables? What system(s) will you employ to
    track and report risks and issues that need to be addressed in order
    to minimize delays to scheduled deliveries?
    2.) What tools and techniques will you use to manage the inventory,
    tracking, and reporting of C4ISR materials that will be moving between
    the different functional areas and physical locations within the NIEF?
    6
    The written technical approach should address but is not limited to
    the discussion of applications and or existing company
    policies/procedures that will enable you, in real time, to track and
    report receipt, storage and movement of all material in the
    possession of the NIEF. This would include the receipt and storage
    in the warehouse facility that is cataloged and auditable at any time
    to ensure accountability. This also includes means of tracking
    material as it is removed from the warehouse and delivered to a
    different physical functional area such as the Quality Assurance area
    or the Production floor.
    3.) Question: What tools and techniques will you use for management
    and completion of C4ISR engineering projects from Requirements to
    Delivery, for the development of Engineering Development Model
    (EDM) / First Article System (FAS), and execution of Environmental
    Qualifications Testing (EQT)?
    The written technical approach should address but is not limited to
    the discussion of applications and or existing company
    policies/procedures that allow you to organize, develop and document
    the processes required to deliver an EDM or First Article. Identify and
    describe the System Engineering Plan that you intend to implement to
    manage the above and keep track of milestones throughout the
    process. Identify the milestone achievements/reviews you plan to
    monitor in the lifecycle of the Systems Engineering Technical Review
    (SETR) process. Provide a detailed approach to how you will execute
    Environmental Qualifications Testing.
    4.) Question: What tools and techniques will you use to properly
    execute Pre-Installation Check-out and Operational (PITCO) Testing
    and Government Acceptance Testing (GAT) as well as Factory
    Acceptance Testing (FAT) for C4ISR systems and components that are
    received or developed by the NIEF?
    The written technical approach should address but is not limited to
    the discussion of applications and or existing company
    policies/procedures that allow you to organize, execute, track and
    document the successful completion of PITCO testing and GAT/FAT
    requirements. Describe your approach and the sequence in which you
    plan to perform these tests and report status and percentage of
    completion. What is your approach for tracking discrepancies and the
    ability to correct these discrepancies if required?
    (capitalization and emphasis in original; alterations added).
    7
    In response to the RFP, only KOAM and McKean submitted proposals on February
    26, 2021. During the evaluation process, the Navy contacted McKean to clarify its
    proposal and asked:
    In order to complete our cost realism analysis additional clarification is
    required. The subject RFP states some of the work is required to be
    performed in the San Diego, CA area. In order to complete our cost realism
    analysis using the actual rates submitted in your cost proposal, we need
    you to clarify for each of the named individuals, where the work was
    performed for the rates submitted.
    McKean subsequently submitted the requested information.
    As indicated in the Source Selection Authority’s August 23, 2021 Business
    Clearance Memorandum:
    Recommend approval to award a single IDIQ contract to McKean under
    solicitation N66001-21-R-0041 as a five (5) year contract valued at
    $187,467,409.92. Based on the analysis herein, McKean’s proposal
    represents the best value to the Government. Recommend award be made
    based on initial offers. The solicitation included FAR provision 52.215-1,
    which notified potential offerors, “the Government intends to evaluate
    proposals and award a contract without discussions with offerors.”
    A summary of Best Value Ranking and Most Probable Costs are as follows:
    Best       Offeror   Acceptability   Factor I    Factor II Past   Factor III      Proposed Cost     Probable Cost
    Value                                Technical   Performance      Small
    Rank                                 Approach                     Business
    Participation
    1          McKean    Acceptable      Good        Satisfactory     Good            $187,467,409.92   $195,045,486.39
    Confidence
    2          KES       Acceptable      Good        Satisfactory     Outstanding     $204,870,045.22   $204,870,045.22
    Confidence
    Regarding McKean’s cost proposal, the Source Selection Authority noted:
    McKean combined with their subcontractors proposed all hours and
    overtime hours in accordance with the RFP. McKean proposed prime hours
    on 69% of the overall level of effort in terms of hours. McKean proposed on
    a CPFF [Cost Plus Fixed Fee] basis. According to DCAA Audit Report No.
    6151-2015T17741001 dated 6 February 2015, McKean’s accounting
    system was found adequate. Therefore, McKean’s accounting system is
    considered suitable for a cost reimbursement contract. Based on the
    analysis below, McKean’s proposed costs were found to be 3.89% or
    $7,578,076.48 below the realistic cost; therefore, a cost realism adjustment
    8
    was made and McKean’s cost was realized up from $187,467,409.92 to
    $195,045,486.39.
    (i). Prime Direct Labor.
    McKean proposed direct labor rates for 28 labor categories with a list of
    rates for 128 employees. McKean’s direct labor rates were developed by
    using the actual salaries for the proposed current McKean employees or the
    contingent salaries (three employees) for the proposed contingent McKean
    employees, in which signed Letters of Intent were provided. Although
    McKean’s rates were substantiated with corresponding employee payroll
    information, clarifications revealed not all of the payroll information provided
    was for work within San Diego. Twenty of the 128 proposed rates were
    based on actual labor rates for named individuals whose labor rate were
    substantiated by payroll records and whose place of performance of work
    was San Diego, CA, were deemed realistic and reasonable and are shown
    in averages in the first table below. The rates for 108 of the 128 rates
    proposed by McKean were based on work performed outside of San Diego.
    24 of the 108 non-San Diego based rates were found to be equal or above
    the average San Diego Rates identified in the San Diego Rates Utilized for
    Cost Realism Analysis Table on page 24 and no cost realism adjustment
    was made. However, 84 of the 108 non-San Diego based rates for
    individuals in the remaining 21 labor categories were lower than the San
    Diego Rates Utilized for Cost Realism Analysis Table on page 24. The direct
    labor rates for these 84 employees were realized up accordingly to the San
    Diego Rates identified in the San Diego Rates Utilized for Cost Realism
    Analysis Table on page 24, as shown in the second table below. The tables
    below includes direct labor rates proposed per labor category for the base
    year, which were escalated by [redacted]% year over year for the option
    years. Proposed overtime hours for exempt and non-exempt employees
    were reviewed and found to be realistic. Overtime rates for non-exempt
    employees working as Junior Configuration Management Specialist, Senior
    Material      Specialist,     Material    Specialist,      Technical      Typist,
    Warehouse/Forklift Operator, and Assembler Electronic/Electrical were
    proposed [redacted]. Overtime rates for the remaining labor categories
    proposed were for exempt individuals that were proposed [redacted]. Based
    on the rationale above, McKean’s direct labor rates were realized up
    accordingly.
    (alteration added). Regarding KOAM’s cost proposal, the Source Selection Authority
    stated:
    KES combined with their subcontractors proposed all hours and overtime
    hours in accordance with the RFP. KES proposed prime hours on 84.5% of
    the overall level of effort in terms of hours. KES proposed on a CPFF basis.
    The DCMA administrative contracting officer (ACO) sent a final
    determination letter, which formally approved KES’ accounting system
    9
    based on a post award review of KES accounting system documented in
    DCAA Audit Report No. 4151-2020C17741003 on 12 August 2020.
    Therefore, the KES’s accounting system is considered suitable for a cost
    reimbursement contract. Based on the analysis below KES’s proposed
    costs were found to be realistic; therefore, no cost realism adjustment was
    made.
    (i). Prime Direct Labor.
    KES proposed direct labor rates for 30 labor categories with a list of rates
    for 160 employees. KES’ direct labor rates were developed for most labor
    categories and hours using named individuals currently supporting the
    existing NIEF requirement. All of KES rates for named individuals were
    substantiated with corresponding employee payroll information for work
    performed in San Diego. According to KES’ proposal, “labor categories that
    KES did not have enough named individuals to support the number of hours
    in a labor category, KES utilized labor category averages based on named
    individuals of in their proposal in those respective labor categories. KES
    utilized an ERI rate for one labor category.” This method to use the average
    rate of named individuals for work performed in San Diego or ERI was
    determined reasonable.
    The Source Selection Authority conducted a trade-off analysis explained that
    McKean and KES[3] received the same rating for the most important non-
    cost factor, Factor I – Technical Approach, as they each received Good
    ratings for demonstrating a thorough approach and understanding of the
    requirements. KES’ received twenty-eight (28) strengths, and thirteen (13)
    weaknesses, and McKean received three (3) significant strengths, nineteen
    (19) strengths and eight (8) weaknesses. Neither KES nor McKean received
    any significant weaknesses.
    (footnote added). The Source Selection Authority concluded, regarding Factor I “[o]verall,
    the Government did not find any trade-off appropriate with regard to Technical Approach
    based upon the various significant strengths, strengths and weakness assigned to KES
    and McKean as described above,” and “[t]aken as a whole, both offerors demonstrated a
    thorough technical approach, and there was no trade-off warranted.” The Source
    Selection Authority continued:
    Based on the past performance evaluation, the Government has a
    reasonable expectation that either offeror will successfully perform the
    3 The Navy’s evaluation documents, and other documents in the Administrative Record
    refer to KOAM as “KES.” Most of the filings in the above captioned protest refer to
    protestor as “KOAM.” The court refers to protestor as KOAM unless quoting directly from
    the Administrative Record.
    10
    required effort. The Government did not find any trade-off appropriate with
    regard to Past Performance. Although McKean’s past performance was
    less relevant, it had higher quality ratings that were supported by comments
    in the CPARS [Contractor Performance Assessment Reporting System].
    The higher quality gave the Government reasonable confidence that
    McKean will be able to perform even though the references were less
    relevant. While KES’ Past Performance was very relevant, the
    quality/success ratings were lower. While the Government has reasonable
    confidence that KES can perform, the confidence is decreased by the
    continuing issues with performance for the most relevant work. Overall,
    while different in terms of the underlying relevance and quality ratings, the
    Government’s confidence is similar with both, and did not find any trade-off
    appropriate for past performance.
    McKean and KES were very close in the least important non-cost factor,
    Factor III - Small Business Participation, as McKean was rated Good for
    indicating a thorough approach and understanding and KES was rated
    Outstanding for indicating an exceptional approach and understanding of
    the small business objectives. Although, McKean received a slightly lower
    rating than KES in Small Business Participation, McKean was only half a
    percent away from being assessed as Outstanding. Meanwhile KES, as a
    small business, received an Outstanding rating, as they easily met the 20%
    threshold needed to obtain an Outstanding rating in Small Business
    Participation by proposing to perform about 82% of the work in house as
    the prime contractor.
    In terms of cost, McKean’s proposed cost were adjusted during the cost
    realism analysis. KES’ proposed realistic direct and indirect cost that were
    compared to company payrolls, and indirect rate information provided by
    DCAA and DCMA, and were not adjusted during the cost realism analysis.
    McKean’s probable cost of $195,045,486.39 was 4.80% or $9,824,558.83
    lower than KES’ probable cost of $204,870,045.22.
    With regard to Small Business Participation, KES demonstrated an
    outstanding use of small business with 82% small business utilization.
    McKean also demonstrated a very high Small Business utilization of
    19.47%, which is just below the outstanding level as well. There is a benefit
    to KES’ higher small business utilization, but Small Business is the least
    important non-cost factor. In terms of trade-off the Government finds that
    KES’ better Small Business Utilization does not warrant a premium of 4.80%
    or $9,824,558.83.
    KES did receive a higher rating in small business participation; however,
    McKean was a fraction of a percent from matching KES rating of
    Outstanding for small business participation. Consistent with M-2 of the
    solicitation, “If the Government will consider the differences in the non-cost
    11
    factors to be worth the difference in evaluated cost and proposed fee, then
    the Government will consider the offeror with the higher evaluated cost and
    proposed fee to be the better value. If not, then the Government will
    consider the offeror with the lower evaluated cost and proposed fee to be
    the better value.” The differences between KES’ and McKean’s non-cost
    factors were not enough to overcome the difference between the evaluated
    costs, where McKean’s evaluated cost was 4.80% or $9,824,558.83 lower
    than KES.
    Based on the rationale above, McKean was evaluated as the best value
    contractor after consideration of both cost and non-cost factors.
    Source Selection: I, Sharon Pritchard, the Source Selection Authority for
    this procurement, have independently reviewed all SSEB evaluations
    provided herein. As a result of such review, I have determined McKean’s
    proposal represents the best value to the Government and, therefore,
    McKean to be the awardee.
    Therefore, on August 21, 2021, the Navy awarded a contract to McKean.
    After the Navy provided an Unsuccessful Offeror Notice to KOAM, KOAM
    requested a debriefing and provided the Navy with a list of 55 debriefing questions,
    including: “Freddie Saucedo, a member of McKean’s senior management staff, is married
    to a NIWC PAC contracting officer’s representative on KES’ existing contract, and the
    contracting officer’s representative has access to KES’ proprietary cost data. What
    actions did the Government take to address this issue and ensure the integrity of the
    procurement?” On September 2, 2021, the Navy provided KOAM with a written debriefing.
    After the debriefing, on September 14, 2021, KOAM filed a protest at the United
    States Government Accountability Office (GAO) alleging, among other issues, that “the
    Navy’s decision to award the contract to McKean (the only other offeror) is flawed and
    deeply concerning because McKean has proposed labor costs so low that McKean will
    be unable to provide contractor personnel at the Navy’s facilities in the San Diego area,
    as required,” and alleging “the Navy’s apparent failure to address an appearance of
    impropriety concerning a familial relationship between a McKean executive and one of
    the Contracting Officer’s Representatives (‘CORs’) on the incumbent contract.” In
    response to the protest, on September 27, 2021, the Navy informed the GAO that, “[a]fter
    reviewing the subject protest, the Agency will undertake corrective action” and
    represented to the GAO that “the Agency will conduct an investigation into a possible
    organizational conflict of interest, and possible personal conflict of interest. After
    completing both steps, the Agency will make a new source selection decision, as
    appropriate.” On September 30, 2021, the GAO dismissed KOAM’s protest.
    Upon the dismissal of the GAO protest, the Navy undertook an investigation into
    the conflict of interest issue raised by KOAM. In defendant’s cross-motion for judgment
    on the Administrative Record, defendant represents: “Upon being notified of the potential
    12
    personal conflict of interest, the Navy immediately began its investigation of the apparent
    personal conflict of interest before GAO even dismissed KOAM’s first protest,” which is
    reflected in an exchange of emails between the contract specialist, Johannes Cardenas,
    and Ms. Saucedo, sent on September 20, 2021 and September 21, 2021. The email
    below includes the questions asked by Contract Specialist Cardenas and the answers
    provided by Ms. Saucedo and is presented in full:
    Good afternoon,
    Please note, due to the confidentiality of the contents within: This e-mail
    message, including any attachments, is for the sole use of the intended
    recipients and may contain confidential and privileged information. Any
    unauthorized review, use, disclosure or distribution is prohibited.
    PLEASE DO NOT FORWARD OR DISCUSS THE CONTENTS OF THIS
    EMAIL WITH ANYONE BESIDES THE CONTRACTS AND LEGAL TEAM,
    WHICH CONSIST OF NORMAN JULIEN, JOHANNES CARDENAS, AND
    TRACEY FERGUSON[4] WITHOUT THE EXPRESS WRITTEN
    PERMISSION OF SENDER. THIS EMAIL CONTAINS QUESTIONS THAT
    REQUIRE A RESPONSE BY COB TOMORROW, 21 SEPTEMBER 2021.
    IF FOR ANY REASON, YOU ARE UNABLE TO ANSWER THE
    QUESTIONS BE THE DEADLINE, PLEASE LET ME KNOW
    IMMEDIATELY AND PROVIDE A REASON WHY.
    NIWC Pacific received a post award protest in response to the recent award
    of the NIEF Engineering contract that resulted from solicitation N66001-21-
    0041. The unsuccessful offeror presented the following argument:
    The Navy Failed To Reasonably Consider A Conflict And Appearance of
    Impropriety Concerning A COR On The Incumbent Contract….a COR for
    the incumbent contract, Ms. Jaime Saucedo, is married to a McKean
    executive (Mr. Freddie Saucedo). As a COR for the incumbent contract, Ms.
    Saucedo may have participated personally and substantially in the subject
    procurement and, even if she did not, still had access to KES’s cost
    information and cost proposals under the incumbent contract. Because Ms.
    Saucedo’s marriage to a McKean executive creates a conflict of interest and
    an appearance of a potential impropriety.
    4 Norman Julien was the contracting officer for the procurement at issue in the above
    captioned bid protest and the author of the personal conflict of interest memorandum.
    Johannes Cardenas was the contract specialist for the procurement at issue and was the
    author of the email sent to Ms. Saucedo on September 20, 2021. Tracey Ferguson was
    an attorney with the Naval Information Warfare Center Pacific and is of counsel in the in
    the above captioned bid protest.
    13
    I’m reaching out to you to assist the contracting officer in the investigation
    of whether an OCI was present during the preparation for or during the
    evaluation of the NIEF Engineering requirement, solicitation N6001-21-R-
    0041.
    The question we are seeking to address is whether McKean had an
    “unequal access to information OCI” via information that may have been
    shared between a COR on the current NIEF Engineering contract N66001-
    18-D-0075 held by KES, and whom the protest documents refer to as the
    COR’s husband and also a McKean executive.
    “An ‘unequal access to information’ OCI arises where ‘a firm has access to
    nonpublic information as part of its performance of a government contract
    and where that information may provide the firm a competitive advantage in
    a later competition for a government contract.’ In such cases, the primary
    concern is minimizing the risk that a firm will gain an unfair competitive
    advantage over other offerors. The FAR contemplates that an OCI may
    arise from access to proprietary information and source selection
    information” (Conflict and Intrigue in Government Contracts: A Guide to
    Identifying and Mitigating Organizational Conflicts of Interest; Public
    Contract Law Journal; Volume 35, No. 4; Summer 2006).
    In order to validate whether an “unequal access to information OCI” may
    have existed, it’s important that the contracting officer receives answers to
    several questions. Please review and provide your response to the following
    questions, and return to the following members of the contracts and legal
    team:
    (norman.p.julien.civ@us.navy.mil), (johannes.t.cardenas.civ@us.navy.mil),
    and (tracey.l.ferguson3.civ@us.navy.mil).
    1) What is your job?
    I [Ms. Saucedo] am a project manager and COR [Contracting Officer
    Representative] for several programs at the NIEF.
    2) What are your duties?
    Develop task orders based on sponsor requirements, oversee task orders,
    and other COR duties.
    3) What role do you have in relation to the NIEF Engineering contract?
    N6001-18-D-0075, my role is project manager and COR of multiple projects.
    14
    4) How long, how much of your job/work is as a COR and how much as a
    COR for NIEF?
    I have been at NWIC PAC since 2012 and have worked at the NIEF since
    5 April 2018. I have been a COR my entire time at the NIEF.
    5) Who is your Supervisor, Branch head, and Division Head?
    [redacted] was my branch head up through July 2021 – [redacted] and
    [redacted] are currently acting branch heads.
    6) Which contracting officers do you work with?
    Marianito "Nito" Rosal is the KO and Bennett McDonald is the CS.
    7) What KES[5] non-public information did you have access to in the past
    year? (Examples would include access to proposals containing labor rates,
    indirect rates, etc.)
    As a COR on this contract I have had access to task order proposals which
    include all financial data (labor rates, indirect rate, ect) [sic]
    8) Did you have ANY input into drafting the requirements, IGCE, CDRLS,
    solicitation, etc. for the NIEF engineering requirement that became RFP
    N6001-21-R-0041?
    I did not have any input in drafting the requirements for RFP N6001-21-R-
    0041, nor have I had any access to the solicitation package.
    9) Did you have any other role/discussion/access to anything related to the
    requirements, development of the RFP/solicitation, evaluation, IGCE, etc.
    No, I did not have any role in anything related to RFP N6001-21-R-0041.
    10) Did you participate at all in the evaluation process?
    No, I was not involved in the evaluation process of RFP N6001-21-R-0041.
    11) Are you married or in a close personal relationship? To whom? For how
    long?
    I am married to Alfredo Saucedo and have been for 8 years.
    12) How long have you known Mr. Freddie Saucedo? Do you live together?
    5Ms. Saucedo and Contract Specialist Cardenas both refer to KOAM as KES in the email
    exchange.
    15
    I have known Alfredo Saucedo for 13 years, we have lived together for 10
    years.
    13) Was Mr. Saucedo ever a government employee?
    Mr. Saucedo served in the Navy, but has never been a federal employee.
    14) Do you work with Mr. Saucedo? On what types of things?
    No, I do not currently work with Mr. Saucedo on any projects.
    15) Did you ever discuss your work as a COR on the KES contract with Mr.
    Saucedo? How often? What types of things concerning the contract were
    discussed?
    The only thing I have discussed with Mr. Saucedo regarding my work at the
    NIEF is high level project details, never have discussed my role as COR or
    the details of that work.
    16) What non-public information, if any, did you share with Mr. Saucedo and
    when? For example, did you ever discuss labor rates such as pay between
    KES and McKean?
    I have never discussed any labor rates or any other financial contract
    information with Mr. Saucedo.
    17) Have you worked from home? If so, for how long, how often, etc.?
    I have been working full time from home due to the COVID 19 Pandemic.
    18) Are you in the same household? If the answer to question is yes, To
    your knowledge, did he ever have access to any information provided by
    KES to the Government? Is it possible that he may have had access to
    information provided by KES without your knowledge via access to
    documents, emails, or your government computer?
    Yes, we are married and live in the same household. My government
    computer requires a CAC [Common Access Card] to log in and Mr. Saucedo
    does not have access to my computer. We have to separate offices in our
    home and I always close the door when I have any discussions on the
    phone regarding anything related to my COR duties.
    19) Did you ever discuss Mr. Saucedo’s job with your co-workers? Who,
    when and how often?
    16
    I haven’t discussed his job with co-workers, however, co-workers know he
    works for Cabrillo. In his current role, he does work with the NIEF on
    projects, not any projects I am responsible for.
    20) Do you know any of Mr. Saucedo’s co-workers? If so who, how well,
    how much contact?
    I know several of Mr. Saucedo’s co-workers, many of them I have worked
    with before on previous projects. I do have a close personal relationship
    with [redacted], however, have not had any real contact with her over the
    past year and a half, just some texting, but nothing about work.
    21) Did you ever discuss your work with Mr. Saucedo’s co-workers as a
    COR, or anything about KES?
    I do not discuss anything that is contract sensitive with anyone, I understand
    it is unethical for me to divulged any financial data – IGCE’s, Labor Rates,
    Cost Proposals – none of this is ever discussed expect with other CORs of
    the contract. I also do not discuss KES with anyone, but other CORs on the
    contract.
    22) Were you aware that Mr. Saucedo’s company was competing for the
    NEIF Engineering contract? If so, when did you find out? How or from whom
    did you find out?
    I did know the company was developing a proposal for this contract, Mr.
    Saucedo told me. I am not sure when the contract actually went out for
    bidding but I knew before the proposal was submitted. Other than knowing
    they were developing a proposal, we did not have any other discussion
    about the contract.
    23) If known, when did Mr. Saucedo find out that his company had proposed
    on the NIEF Engineering contract? Did Mr. Saucedo know he was named
    in the proposal for the NIEF Engineering contract?
    I am not exactly sure when Mr. Saucedo new [sic] his company was bidding
    on the NIEF engineering contract. It is my understanding he knew he was
    named in the proposal.
    24) Did you ever share concerns about your role as a COR in conjunction
    with Mr. Saucedo’s job at McKean with anyone at work? With the KO? Your
    supervisor? A Coworker?
    My supervisor and IPT [Integrated Product Team] lead both know that Mr.
    Saucedo works for Cabrillo. When McKean won the contract, we did discuss
    17
    that my role as COR would have to end and I would need to have another
    role within the NIEF.
    25) If there were concerns, did you tell anyone within NIWC PAC about a
    potential OCI [Organizational Conflict of Interest]?
    I really didn’t have huge concerns as I was completely excluded from the
    entire contract development and selection process. I did not read the PWS
    or have any input into the package at all. I am not even aware of how many
    companies submitted proposals.
    (capitalization and first alteration in original; footnote added).
    On October 21, 2021, counsel for KOAM, and protestor’s counsel of record in the
    above captioned protest, sent the Navy a letter, which stated in part:
    Following the dismissal of the [GAO] protest as academic, KES learned that
    Ms. Saucedo has communicated with her husband in the past about
    ongoing Navy programs in which McKean was involved. Specifically, KES
    has been advised that, in multiple meetings in the past, NIEF government
    project leads have discussed problems and concerns regarding the Military
    Sealift Command (“MSC”) program office, on which McKean and Mr.
    Saucedo provide contract support to PMW 160. When the NIEF MSC
    government project lead expressed frustration with the MSC program and
    its effects on the NIEF during weekly meetings of government project leads,
    Ms. Saucedo has spoken up to defend the MSC program based on
    information she has learned from her husband. In other words, Ms. Saucedo
    clearly has information about McKean and her husband’s work on the MSC
    program that is unrelated to her role at the NIEF, and she has shared that
    information with NIEF officials in the past in a way that has been helpful to
    McKean. Although this may not, in and of itself, constitute improper
    behavior, it does demonstrate that Mr. and Ms. Saucedo discuss details of
    their work for the Navy and share certain program-related information. Thus,
    it supports the concern about an appearance of impropriety, so we felt
    compelled to relay the information to you.
    Both Ms. Saucedo and Mr. Saucedo subsequently provided sworn declarations.
    Mr. Saucedo’s declaration, executed on February 12, 2022, stated in full:
    I, Alfredo “Freddy” Saucedo, Senior Systems Engineer for Noblis MSD, LLC
    declare:
    1. I am over the age of twenty-one and have personal knowledge of all
    representations contained herein.
    18
    2. I am a Senior Systems Engineer for Noblis MSD, LLC, formerly McKean
    Defense Group, LLC (“McKean”) (collectively "Noblis") on mechanical
    engineering and system development and networks. I have served in this
    role since 2014. I am responsible for providing direct technical support to
    the Other Costumer Funds (“OCF”) Assistant Program Manager (“APM”),
    and the Technical Design Agents (“TDA”) on all matters related to
    production engineering, systems engineering, design, and shipboard
    installation. My tasking requires me to collaborate with Program off ice
    government leads, Network Integration and Engineering Facility (“NIEF”)
    Government project lead(s), NIEF production integrators, Shipboard
    installers, project leads and engineers (U.S. Government and contractors).
    My current support role is limited to projects under the OCFs umbrella.
    3. I, Inc. ( “KES” or “Protester”), at the U.S. Government Accountability
    Office, docketed as File No. B-42157, challenging the evaluation and award
    of a contract by the United States Department of the Navy, Naval
    Information Warfare Systems Center Pacific (the “Navy” or “Agency”) to
    Noblis under Solicitation No. N6600121R0041 (“RFP” or “Solicitation”). I
    have reviewed the redacted version of the Protest filed by KES.
    4. As KES described in its protest, the Solicitation at issue provides:
    the Navy with program management, basic research, end-to-
    end system design, prototype development, systems
    engineering, integration, environmental qualification testing
    (“EQT”) , production, software loading, pre-installation testing
    and checkout ( “PITCO”), deployment, and life cycle support
    of Command, Control, Communications, Computer,
    Intelligence, Surveillance, and Reconnaissance (C4ISR)
    systems for the NIWC Pacific Network Integration
    Engineering Facility (“NIEF”) .
    Redacted Protest at 4.
    5. In its protest, KES alleged that I was an “executive” of McKean Defense
    Group, LLC and that my relationship with my wife, who is a Contracting
    Officer's Representative (“COR”) on KES's incumbent contract, creates an
    "appearance of potential impropriety." Redacted Protest at 28.
    6. I have never served as an executive of McKean Defense Group, LLC or
    Noblis. Instead, I am a Senior Systems Engineer. In its proposal in response
    to the Solicitation, Noblis proposed me in a key personnel role as Senior
    Systems Engineer.
    7. My wife, Jaime Saucedo, serves as the COR administering the incumbent
    contract for this effort, which is currently being performed by KES at the
    19
    Naval Information Warfare Systems Center Pacific, NIEF. My wife also
    serves as a Project Lead at NIEF. She and I do not work on the same
    projects.
    8. My wife and I do not discuss her management of contracts. Accordingly,
    I am not aware of my wife's specific duties as a COR regarding
    administration of KES's incumbent contract. I do know that she has never
    shared with me any proprietary or sensitive information of a contractor that
    she oversees, including KES.
    Access to or Knowledge of KES’s Proposal
    9. KES’s protest alleges that “[a]s a COR for the incumbent contract,
    [redacted], [she] may have participated personally and substantially in the
    subject procurement . . .” That allegation is incorrect. Redacted Protest at
    28. My wife and I do not discuss her role, if any, in the evaluation of
    proposals or award decision resulting in a contract being awarded to Noblis
    under the current Solicitation.
    10. I have never had access to, viewed, nor possessed any portion of or
    information regarding KES’s proposal for the NIEF contract at any time,
    either under the incumbent effort or the proposal KES submitted under
    current Solicitation for this effort.
    11. My wife and I have not discussed KES’s proposal under the current
    Solicitation. To the best of my knowledge, my wife is not involved in the
    protested procurement and I am not aware that she has access to KES's
    proposal or the evaluation thereof. Nor have I ever received or been told
    any information regarding KES’s price or costs under KES’s incumbent
    contract by my wife.
    Access to Jaime Saucedo’s Work Files
    12. I have never accessed my wife's Navy computer or work files at any
    time.
    13. While we both work from home, especially since the pandemic, we both
    maintain separate offices. My wife has her own office where she keeps her
    work computer. She accesses her files electronically from her work
    computer through the Navy/Marine Corps Intranet (“NMCI”) system which
    requires multi-factor authentication to confirm her identity. To my
    knowledge, her Navy computer remains locked when she is not using it.
    14. I cannot and have not ever accessed any of her work files, including any
    files related in any way to KES’s incumbent contract or proposal submitted
    in response to the Solicitation.
    20
    15. I do not possess any of her passwords or credentials for her Navy
    computer, databases, files, etc.
    Involvement in Noblis' Proposal Submission
    16. In the Summer of 2021, I provided input on discrete technical matters
    during the drafting of McKean Defense’s (now Noblis) technical proposal
    submitted in response to the Solicitation. Specifically, I provided early input
    regarding rack configuration and installation technical drawings, system
    development, and installation processes given my expertise as a production
    engineer. While the inputs I provided on such technical matters were used
    to draft portions of Noblis’ technical proposal, I did not myself draft the final
    technical section of the proposal, nor did I review the technical proposal
    before submission.
    17. I was never contacted or asked to provide any input whatsoever on
    Noblis’ cost/price proposal submitted in response to the Solicitation, nor did
    I ever provide any input on the cost/price proposal whatsoever. I neither
    viewed nor had access to Noblis’ cost/price proposal or any cost details
    used as inputs for that cost/price proposal prior to submission. In fact, to
    this day I have never seen the details of this cost/price proposal.
    18. I was not involved in any way in Noblis’ decision to compete under the
    Solicitation.
    Pursuant to 
    28 U.S.C. § 1746
    , I declare under penalty of perjury that the
    foregoing is true and correct.
    (capitalization, emphasis and alterations in original; footnote omitted).
    Ms. Saucedo’s declaration, executed on February 23, 2022, stated in full:
    I, JAIME SAUCEDO, declare:
    1. I am currently the Project Manager and Contracting Officer
    Representative (COR) for several programs at the Network Integration
    Engineering Facility (NIEF) at the Naval Information Warfare Center Pacific
    (NIWC PAC). I began this position in April of 2018. Prior to this position, I
    worked as a COR for one year for another project. I have worked for the
    federal government since December 2012.
    2. In my position as the NIEF Engineering COR for Contract N66001-18-D-
    0075, I am responsible for developing task orders based on sponsor
    requirements, overseeing task orders, and other COR assigned duties. I am
    and have been a COR on other contracts at the NIEF, Production MAC
    21
    N66001-16-D-032033, SAIC (Science Applications                   International
    Corporation) and SERCO INC are the primes.
    3. Until July 2021, my first-line supervisor was Branch Head [redacted].
    Currently, I am supervised by [redacted].
    4. During my tenure as the COR on N66001-18-D-0075, I only worked on
    one PMW-160 project which was short term. I do not recall attending a
    government or government/contractor meeting wherein I discussed Military
    Sealift Command NIEF related efforts.
    5. As a COR on contract N66001-18-D-0075, I have access to task order
    proposals, which include financial data, such as, labor rates, indirect rates,
    etc….
    6. I did not have any involvement in drafting the requirements for Request
    for Proposal (RFP) N66001-21-R-0041, nor did I have access to the
    solicitation package. I did not have any role/involvement or have any
    discussion/access to information related to the requirements, development
    of the RFP/solicitation, Independent Government Cost Estimate (IGCE),
    acquisition strategy, development of source selection criteria, evaluation of
    proposals or the award decision.
    7. I have been married to Alfredo Saucedo for 8 years. Alfredo Saucedo is
    employed by Noblis as an engineer. Mr. Saucedo served in the Navy, but
    has never been a federal employee. I do not currently work with Mr.
    Saucedo on any projects.
    8. I have never discussed my role as COR or the details of that work with
    my husband. I have never disclosed any third party proprietary information,
    like KES or its subcontractors’ labor rates, or any other financial or contract
    information with Mr. Saucedo. The only thing I have discussed with Mr.
    Saucedo regarding my work at the NIEF is very high-level project details.
    9. I have been working full time from home due to the COVID 19 Pandemic.
    Mr. Saucedo and I are married and share the same household. We have
    two separate offices in our home and I always close the door when I have
    any discussions on the phone regarding anything related to my COR duties.
    My government computer requires a CAC to log in and Mr. Saucedo does
    not have access to my computer. I do not have a government cell phone. I
    do not scan or print any documentation in my home office. I do not have a
    hard copy material in home office other than hand written notes for my own
    tasking that did not include third party proprietary or source selection
    sensitive information. When I am not in front of my computer, the CAC is in
    a secure location.
    22
    10. I know several of Mr. Saucedo’s co-workers, many of them I have
    worked with before on previous projects. I have a close personal
    relationship with [redacted]; however, I have not had real contact with her
    over the past year and a half, just some texting, but nothing work related.
    11. I only disclose nonpublic information to include proprietary or source
    selection sensitive information to government employees with a need to
    know. I fully understand my ethical and legal obligations regarding use,
    disclosure and safeguarding nonpublic information I have access to at work
    to include the requirements to not disclosure any financial data, such as
    IGCEs, Labor Rates, Cost Proposals, etc. I maintain an annual OGE 450
    on file wherein I disclose my husband’s employment.
    12. I was aware that Mr. Saucedo’s company was developing a proposal
    for the NIEF Engineering contract because Mr. Saucedo told me. I am not
    sure when the contract actually went out for bidding but I knew before the
    proposal was submitted. Other than knowing they were developing a
    proposal, we did not have any other discussion about the RFP or contract.
    I did not know that Mr. Saucedo was listed as key personnel on the contract.
    Pursuant to 
    28 U.S.C. § 1746
    , I declare under penalty of perjury that the
    foregoing is true and correct.
    (capitalization and alteration in original).
    After completing the investigation, on February 24, 2022, the contracting officer
    issued a “Personal Conflict of Interest Memorandum,” which include the correspondence
    and declarations quoted above. The contracting officer determined that “[t]here is no
    evidence that Ms. Saucedo participated personally and substantially in the Procurement.”
    (alteration added). The contracting officer noted:
    The PCI [Personal Conflict of Interest] investigation confirmed from multiple
    sources including the written interviews of [redacted] (NIEF Branch Head
    and SSEB Chair), [redacted] (NIEF IPT Lead/Program Manager and initial
    SSEB Chair), the other SSEB members, and Ms. Saucedo (one of several
    CORs on KES’ NIEF contract, N66001-18-D-0075) that Ms. Saucedo did
    not participate personally or substantially, or really in any capacity, with the
    follow-on NIEF Engineering source selection, including with the
    development of the statement of work, drafting of the source selection
    strategy, drafting the RFP, participating in the evaluation of proposals or
    selecting the awardee resulting in the NIEF Contract awarded to McKean.
    (capitalization in original; internal reference omitted; alteration added). The contracting
    officer also noted that “[a]ll members of the SSEB (Mr. [redacted], Mr. [redacted], Mr.
    [redacted], and Ms. [redacted], and Mr. [redacted]) confirmed that Ms. Saucedo had no
    role in the evaluation of the proposals,” and the contracting officer added, “[a]s
    23
    Contracting Officer for this procurement, to my knowledge and from my review of the
    contract file, Ms. Saucedo had no role in any part of this procurement.” (alterations
    added). Therefore, the contracting officer wrote:
    The PCI investigation revealed the absence of any PCI concern prior to
    award, since Ms. Saucedo was completely excluded from the acquisition
    planning and throughout the source selection process for the follow-on NIEF
    contract. The concern of impropriety was not a pre-award concern, since
    Ms. Saucedo did not have any role in the source selection process for the
    follow-on NIEF and the evaluation of proposals. Furthermore, the SSEB
    members were not given access to the cost proposals, and therefore, would
    not have known that Mr. Saucedo was listed as a proposed employee for
    McKean. The SSEB did not have any available information in the non-cost
    proposal documents provided for their review to know that Mr. Saucedo was
    either proposed or if he had any involvement with McKean’s proposal. When
    McKean received the follow-on NIEF contract award Ms. Saucedo had a
    discussion with her supervisor that her role would need to change in order
    to avoid any PCI that could arise in administration of the follow-on contract,
    which her husband would be employed under.
    The contracting officer further determined that “although Ms. Saucedo had access
    to KES’ Cost Proposals under KES’ Prior Contracts, the evidence supports that she did
    not provide that information to her husband,” and elaborated:
    The PCI investigation revealed that Ms. Saucedo is one of several CORs
    (8-10 at any given time) under KES’ existing contract, N66001-18-D-0075,
    and also a project manager for several programs under the NIEF. According
    to Ms. Saucedo, her duties include the development of task orders based
    on sponsor requirements, overseeing task orders, and other standard COR
    duties. As one of the CORs, Ms. Saucedo had access to some of KES’ non-
    public labor and indirect rate information under KES’ existing NIEF contract
    in order to review KES’ task order proposals. The contract file documents
    her review of one such task order proposal in October 2020.
    Although Ms. Saucedo had access to some of KES’ cost information under
    the incumbent contract, Ms. Saucedo specifically denied, under penalty of
    perjury, providing any of KES’ cost information to her husband. She also
    described how she protected the proprietary information she had in
    connection with her COR duties. While Ms. Saucedo stated she lives in the
    same household with Mr. Saucedo, she stated she followed proper
    protocols as a COR to safeguard non-public/sensitive information as
    required on all contracts. Ms. Saucedo’s government computer requires a
    CAC and pin to log in, and Ms. Saucedo stated that Mr. Saucedo does not
    have access to her computer. Ms. Saucedo and Mr. Saucedo have separate
    offices in their home. Ms. Saucedo stated, “I always close the door when I
    have any discussions on the phone regarding anything related to my COR
    24
    duties.” Ms. Saucedo stated that she has “never discussed any labor rates
    or any other financial contract information with Mr. Saucedo.” Ms. Saucedo
    also said, “I do not discuss anything that is contract sensitive with anyone,
    I understand it is unethical for me to divulge any financial data – IGCE’s,
    Labor Rates, Cost Proposals – none of this is ever discussed except with
    other CORs of the contract. I also do not discuss KES with anyone, but
    other CORs on the contract.”
    The PCI investigation revealed that although Ms. Saucedo has not
    discussed Mr. Saucedo’s job with her co-workers, Ms. Saucedo along with
    some fellow co-workers knew he worked for Cabrillo, which is a unit within
    McKean and now owned by Noblis-MSD. Mr. Saucedo does not work on
    any projects or programs that Ms. Saucedo is involved in with the NIEF.
    The PCI investigation revealed Ms. Saucedo was aware of Mr. Saucedo’s
    company competing on the requirement. Ms. Saucedo stated, “I did know
    the company was developing a proposal for this contract, Mr. Saucedo told
    me. I am not sure when the contract actually went out for bidding but I knew
    before the proposal was submitted. Other than knowing they were
    developing a proposal, we did not have any other discussion about the
    contract.” Ms. Saucedo also mentioned, “I am not exactly sure when Mr.
    Saucedo knew his company was bidding on the NIEF engineering contract.
    It is my understanding he knew he was named in the proposal.” The above
    does not present a competitive source selection advantage to McKean, but
    it does present a potential postaward contract administration conflict in
    which Ms. Saucedo will not be appointed as the COR for the new NIEF
    Engineering contract award to avoid such a conflict during contract
    administration.
    The PCI investigation revealed no reluctance on Ms. Saucedo’s behalf
    when she was requested to provide a written response to a list of 25
    questions. She provided complete, and timely cooperation (i.e., within less
    than 24 hours).
    Similarly, Mr. Saucedo specifically declared, under penalty of perjury, that
    Ms. Saucedo has never shared any proprietary or sensitive information of a
    contractor that she oversees, including KES. Mr. Saucedo also explained
    he did not have access to any portion of or information regarding the
    proposal KES submitted, and that he cannot and has not ever accessed
    any of her work files. Additionally, Mr. Saucedo stated he is not a McKean
    executive, was not involved in any way with preparation of McKean’s cost
    proposal submitted for the RFP, and he only had a limited role in preparing
    the technical proposal response.
    The PCI investigation revealed that [redacted] and [redacted] are the only
    members of the SSEB who know Mr. Saucedo, but do not have a personal
    25
    relationship with him, and their interactions with Mr. Saucedo did not
    otherwise raise any issues for concern.
    I did not uncover any further information related to KES counsel’s 18
    October 2021 email stating the KES learned that Ms. Saucedo spoke up to
    defend the MSC program, and thereby McKean. The information provided
    was vague, and offered no information as to any dates or timeframes it was
    alleged to have occurred. Ms. Saucedo stated in her declaration that she
    did not recall attending a government or government/contractor meeting
    wherein she discussed Military Sealift Command NIEF related efforts. Given
    the declarations by both Ms. Saucedo and Mr. Saucedo regarding Ms.
    Saucedo not revealing any proprietary information regarding KES to Mr.
    Saucedo, other information detailed above, and KES’ admission that its
    allegation would not constitute improper behavior, I do not find this
    allegation affects my findings. Furthermore, the allegation is more about Mr.
    Saucedo discussing his work with Ms. Saucedo (not the reverse) which is
    not improper. Finally, the discussion of problems or concerns with regards
    to the MSC program office would not provide new or competitively useful
    information that would have given McKean an advantage over KES, who
    has overseen the full scope of work for the NIEF Engineering contract under
    its incumbent contracts.
    (capitalization in original; internal reference omitted). The contracting officer also
    determined that “the evidence does not support a violation of FAR 3.104-3(a) or (b),” and
    explained:
    Although KES did not specifically mention the Procurement Integrity Act
    (PIA) in its protest, or otherwise, to the extent that KES’ allegation that Ms.
    Saucedo had access to KES’ cost information and cost proposals may be
    construed as a possible violation of the PIA, my investigation showed no
    evidence that Ms. Saucedo provided cost proposals or cost information to
    her husband or anyone at McKean. Ms. Saucedo specifically denied, under
    penalty of perjury, providing any of KES’ cost information to her husband.
    She also described how she protected the proprietary information she had
    in connection with her COR duties. In accordance with the COR
    appointment letter, Ms. Saucedo complied with her COR duties, including
    paragraph 5.(e) in which it states “You shall NOT…Discuss acquisition
    plans, strategies or provide any advance information that might give one
    contractor an advantage over another contractor in forthcoming
    procurements.” Ms. Saucedo took steps to safeguard any cost information
    she had access to by keeping it stored on her secure CAC enabled
    machine.
    Similarly, Mr. Saucedo specifically declared, under penalty of perjury, that
    Ms. Saucedo has never shared any proprietary or sensitive information of a
    contractor that she oversees, including KES. Mr. Saucedo also explained
    26
    he did not have access to any portion of or information regarding the
    proposal KES submitted, and that he cannot and has not ever accessed
    any of her work files. Additionally, Mr. Saucedo declared he was not
    involved in any way with preparation of McKean’s cost proposal submitted
    for the RFP, and he only had a limited role in preparing the technical
    proposal response.
    Additionally, the circumstances of this procurement would limit the
    competitive usefulness of any cost proposal information under KES’
    incumbent contract. While cost proposal information might be competitively
    useful in some situations, the structure of the RFP evaluation factors and
    type of contract (i.e., Cost type contract) limited the competitive usefulness
    of the cost information Ms. Saucedo had access to. The reason the
    information is not competitively useful is in a cost type contract, cost realism
    analysis is utilized to realize up any unrealistic direct labor rates (e.g. rates
    not based on local payrolls, which fall below the average rates for the
    specific locality), as well as, any indirect labor rates that fell below the
    contractor’s approved rates from DCAA or DCMA in the form of Provisional
    Billing Rates (PBR), Forward Pricing Rate Agreement (FPRA), or Forward
    Pricing Rate Recommendation (FPRR). The labor categories and level of
    effort or hours to be proposed were provided in the RFP to all offerors.
    McKean proposed in accordance with the level of effort identified within the
    RFP.
    (capitalization and alteration in original). Therefore, the contracting officer reasoned,
    “[c]onsequently, the application of cost realism analysis would have limited the
    competitive usefulness of any cost information Ms. Saucedo had access to.” (alteration
    added).
    The contracting officer concluded:
    Based upon the above analysis, I find no conflict of interest affecting the
    award to McKean. I found no evidence that: (1) Ms. Saucedo participated
    personally and substantially in the NIEF Engineering source selection,
    including development of the statement of work, drafting of the source
    selection strategy, request for proposals, or participated in the evaluation of
    proposals resulting in the NIEF Contract awarded to McKean; and (2) Ms.
    Saucedo disclosed any competitively useful nonpublic information. I also
    found no evidence that Ms. Saucedo provided contractor bid or proposal
    information or source selection information to McKean before the award or
    that McKean obtained contractor bid or proposal information or source
    selection information before the award. Therefore, I find “no impact” on the
    award of the contract to McKean in accordance with FAR 3.104-7(a).
    Additionally, as discussed above, even if there were disclosure of cost
    information as alleged by KES, I do not believe that such cost information
    would have provided a competitive advantage due to the nature of the cost
    27
    evaluation. Although some may believe there is an appearance of
    impropriety based upon Ms. Saucedo’s position as COR and her
    relationship with a McKean employee, the above information, findings and
    conclusions, do not support any actual impropriety. I do not believe the
    appearance of impropriety by itself sufficient to impact the award of the
    contract to McKean given all of the above.
    The contracting officer’s Personal Conflict of Interest Memorandum was included
    as an attachment to the Source Selection Authority’s February 24, 2022 Business
    Clearance Memorandum, which again recommended McKean for award. In the February
    24, 2022 Business Clearance Memorandum, the Source Selection Authority first noted
    that “[n]o PCI Found During Investigation,” and elaborated
    the Contracting Officer found no evidence that: (1) Ms. Saucedo
    participated personally and substantially in any capacity in the NIEF
    Engineering source selection, including development of the statement of
    work, drafting of the source selection strategy and request for proposal, or
    participated in the evaluation of proposals resulting in the NIEF Contract
    awarded to McKean; and (2) Ms. Saucedo disclosed any competitively
    useful nonpublic information, and what information she did possess would
    not have provided a competitive advantage due to the nature of the
    evaluation factors including cost.
    (alteration added; internal reference omitted).
    As reflected, the Navy’s evaluations of protestor and intervenor in the February 24,
    2022 Business Clearance Memorandum were identical to the evaluations in the Source
    Selection Authority’s August 23, 2021 Business Clearance Memorandum as reflected in
    the table below:
    Offeror   Acceptability   Factor I    Factor II Past   Factor III      Proposed Cost     Probable Cost
    Technical   Performance      Small
    Approach                     Business
    Participation
    McKean    Acceptable      Good        Satisfactory     Good            $187,467,409.92   $195,045,486.39
    Confidence
    KES       Acceptable      Good        Satisfactory     Outstanding     $204,870,045.22   $204,870,045.22
    Confidence
    Regarding McKean’s cost proposal, in the February 24, 2022 Business Clearance
    Memorandum, the Source Selection Authority stated:
    McKean combined with their subcontractors proposed all hours and
    overtime hours in accordance with the RFP. McKean proposed prime hours
    on 69% of the overall level of effort in terms of hours. McKean proposed on
    a CPFF [Cost Price Fixed Fee] basis. According to DCAA Audit Report No.
    6151-2015T17741001 dated 6 February 2015, McKean’s accounting
    28
    system was found adequate. Therefore, McKean’s accounting system is
    considered suitable for a cost reimbursement contract. Based on the
    analysis below, McKean’s proposed costs were found to be 3.89% or
    $7,578,076.48 below the realistic cost; therefore, a cost realism adjustment
    was made and McKean’s cost was realized up from $187,467,409.92 to
    $195,045,486.39.
    (i). Prime Direct Labor.
    McKean proposed direct labor rates for 28 labor categories with a list of
    rates for 128 employees. McKean’s direct labor rates were developed by
    using the actual salaries for the proposed current McKean employees or the
    contingent salaries (three employees) for the proposed contingent McKean
    employees, in which signed Letters of Intent were provided. Although
    McKean’s rates were substantiated with corresponding employee payroll
    information, clarifications revealed not all of the payroll information provided
    was for work within San Diego. Twenty of the 128 proposed rates were
    based on actual labor rates for named individuals whose labor rate were
    substantiated by payroll records and whose place of performance of work
    was San Diego, CA, were deemed realistic and reasonable and are shown
    in averages in the first table below. The rates for 108 of the 128 rates
    proposed by McKean were based on work performed outside of San Diego.
    24 of the 108 non-San Diego based rates were found to be equal or above
    the average San Diego Rates identified in the San Diego Rates Utilized for
    Cost Realism Analysis Table on page 24 and no cost realism adjustment
    was made. However, 84 of the 108 non-San Diego based rates for
    individuals in the remaining 21 labor categories were lower than the San
    Diego Rates Utilized for Cost Realism Analysis Table on page 24. The direct
    labor rates for these 84 employees were realized up accordingly to the San
    Diego Rates identified in the San Diego Rates Utilized for Cost Realism
    Analysis Table on page 24, as shown in the second table below. The tables
    below includes direct labor rates proposed per labor category for the base
    year, which were escalated by [redacted]% year over year for the option
    years. Proposed overtime hours for exempt and non-exempt employees
    were reviewed and found to be realistic. Overtime rates for non-exempt
    employees working as Junior Configuration Management Specialist, Senior
    Material      Specialist,     Material    Specialist,       Technical     Typist,
    Warehouse/Forklift Operator, and Assembler Electronic/Electrical were
    proposed [redacted]. Overtime rates for the remaining labor categories
    proposed were for exempt individuals that were proposed [redacted]. Based
    on the rationale above, McKean’s direct labor rates were realized up
    accordingly.
    (alteration added). Regarding KOAM’s cost proposal, in the February 24, 2022 Business
    Clearance Memorandum, the Source Selection Authority indicated:
    29
    KES combined with their subcontractors proposed all hours and overtime
    hours in accordance with the RFP. KES proposed prime hours on 84.5% of
    the overall level of effort in terms of hours. KES proposed on a CPFF basis.
    The DCMA administrative contracting officer (ACO) sent a final
    determination letter, which formally approved KES’ accounting system
    based on a post award review of KES accounting system documented in
    DCAA Audit Report No. 4151-2020C17741003 on 12 August 2020.
    Therefore, the KES’s accounting system is considered suitable for a cost
    reimbursement contract. Based on the analysis below KES’s proposed
    costs were found to be realistic; therefore, no cost realism adjustment was
    made.
    (i). Prime Direct Labor.
    KES proposed direct labor rates for 30 labor categories with a list of rates
    for 160 employees. KES’ direct labor rates were developed for most labor
    categories and hours using named individuals currently supporting the
    existing NIEF requirement. All of KES rates for named individuals were
    substantiated with corresponding employee payroll information for work
    performed in San Diego.
    The Source Selection Authority conducted a new trade-off analysis, and similar to
    the earlier Source Selection Authority’s August 23, 2021 Business Clearance
    Memorandum, the February 24, 2022 Business Clearance Memorandum explained that
    McKean and KES received the same rating for the most important non-cost
    factor, Factor I – Technical Approach, as they each received Good ratings
    for demonstrating a thorough approach and understanding of the
    requirements. KES’ received twenty-eight (28) strengths, and thirteen (13)
    weaknesses, and McKean received three (3) significant strengths, nineteen
    (19) strengths and eight (8) weaknesses. Neither KES nor McKean received
    any significant weaknesses.
    The Source Selection Authority concluded “[o]verall, the Government did not find any
    trade-off appropriate with regard to Technical Approach based upon the various
    significant strengths, strengths and weakness assigned to KES and McKean as described
    above,” and “[t]aken as a whole, both offerors demonstrated a thorough technical
    approach, and there was no trade-off warranted.” (alterations added).
    For Factor II – Past Performance, and Factor III – Small Business Participation,
    the Source Selection Authority determined:
    Based on the past performance evaluation, the Government has a
    reasonable expectation that either offeror will successfully perform the
    required effort. The Government did not find any trade-off appropriate with
    regard to Past Performance. Overall, while different in terms of the
    underlying relevance and quality ratings, the Government’s confidence is
    30
    similar with both, and did not find any trade-off appropriate for past
    performance.
    McKean was rated Good and KES was rated Outstanding for Factor III -
    Small Business Participation. KES, as a small business, received an
    Outstanding rating, since they exceeded the 20% threshold needed to
    obtain an Outstanding rating by proposing to perform approximately 82% of
    the work in house as the prime contractor. McKean also demonstrated a
    very high SBC utilization rate of 19.47%, which is just below the 20% level
    needed for an Outstanding rating and accomplishes the goal of encouraging
    small business participation to a good, and almost outstanding level. So
    while there is a distinction between the two offerors in terms of Small
    Business Participation, it is not a great one in terms of value to the
    Government.
    The Source Selection Authority, in the February 24, 2022 Business Clearance
    Memorandum explained, although in greater detail than it had in the original Source
    Selection Authority’s August 23, 2021 Business Clearance Memorandum,
    [i]n terms of cost, the risk of unrealistic cost was addressed by performing
    cost realism analysis of all cost information included within the proposals
    for all prime contractors and the respective subcontractors. The risk of
    accepting cost based on unbalanced pricing or underestimating the number
    of hours required to perform was mitigated by verifying that each of the
    prime contractors and all subcontractors proposed hours that added up to
    the total level of effort identified within the RFP per labor category and
    overall. The risk of accepting unrealistically low cost based on acceptance
    of rates generated from payroll information outside of the San Diego locality
    was mitigated via a two-part process, which consisted of: 1) identification of
    all non-San Diego based rates through review of each contractor’s
    proposals or via clarification, and 2) application of an upward adjustment of
    non-San Diego rates to the average San Diego rate proposed by all offerors
    for each labor category. Using the risk mitigation tools referenced above,
    McKean’s proposed cost were adjusted during the cost realism analysis.
    KES’ proposed realistic direct and indirect cost that were compared to
    company payrolls, and indirect rate information provided by DCAA and
    DCMA, and were not adjusted during the cost realism analysis. McKean’s
    probable cost of $195,045,486.39 was 4.80% or $9,824,558.83 lower than
    KES’ probable cost of $204,870,045.22. Furthermore, the adjustment does
    not indicate a lack of understanding of the requirements or a concern
    regarding performance as based upon their performance in the non-costs
    factors they understand the work and have done similar work before and
    well.
    (alteration added). The Source Selection Authority further explained that
    31
    KES and McKean received the same ratings in all non-cost factors except
    for the Small Business Participation factor, and no tradeoff was found
    appropriate in either Technical Approach or Past Performance. KES did
    receive a higher rating in small business participation; however, McKean
    was a fraction of a percent from matching KES rating of Outstanding for
    small business participation, and Small Business Participation is the least
    important non cost factor. Consistent with M-2 of the solicitation, “If the
    Government will consider the differences in the non-cost factors to be worth
    the difference in evaluated cost and proposed fee, then the Government will
    consider the offeror with the higher evaluated cost and proposed fee to be
    the better value. If not, then the Government will consider the offeror with
    the lower evaluated cost and proposed fee to be the better value.” The
    differences between KES’ and McKean’s non-cost factors were not enough
    to overcome the difference between the evaluated costs, where McKean’s
    evaluated cost was 4.80% or $9,824,558.83 lower than KES. Based on the
    comparison above, McKean was evaluated as the best value contractor
    after consideration of both cost and non-cost factors.
    Therefore, the Source Selection Authority concluded:
    I, Sharon Pritchard, the Source Selection Authority for this procurement,
    have independently reviewed all SSEB evaluations provided herein. As a
    result of such review, I have determined McKean’s proposal represents the
    best value to the Government and, therefore, McKean to be the awardee.
    Recommendation: The Government’s findings from the review process
    conducted after GAO’s dismissal of KES’ protest, reaffirmed that McKean’s
    proposal represents the best value to the Government. Therefore, approval
    is requested to award an Indefinite Delivery, Indefinite Quantity (IDIQ),
    Cost-Plus-Fixed-Fee (CPFF) and Cost (no fee) Contract to McKean under
    solicitation number N66001-21-R-0041. Based on the analysis herein, the
    recommended awardee’s proposal represents the best value to the
    Government and the proposed cost has been reviewed and determined to
    be reasonable and realistic. Recommend award be made based on initial
    offers without discussions as permitted by FAR 15.306(a) and 52.215-1.
    (internal reference omitted).
    On March 14, 2022, the Navy informed McKean and KOAM that McKean was
    again the awardee of the contract. On March 29, 2022, KOAM filed another bid protest
    with GAO and again alleged a conflict of interest and also alleged that the Navy had
    incorrectly evaluated cost realism. On July 6, 2022, the GAO denied KOAM’s protest.
    On July 26, 2022, KOAM filed a bid protest complaint in this court, followed by an
    amended complaint on August 16, 2022. KOAM’s amended complaint alleges three
    counts, first, “the Navy failed to sufficiently investigate the alleged conflict of interest,”
    32
    second, “the Navy failed to ‘avoid strictly’ the appearance of a conflict of interest,” and
    third, “the Navy failed to adjust McKean’s ‘Combined Technical/Risk Rating’ based on the
    risk of McKean’s unrealistic staffing approach.” In its request for relief, KOAM seeks:
    1. A declaratory judgment finding that the Navy failed to sufficiently
    investigate the alleged conflict of interest, failed to meet its obligation to
    avoid “strictly” even the appearance of a conflict of interest, and/or failed to
    properly adjust McKean’s “combined technical/risk rating” based on the risk
    of its unrealistic staffing approach, and further finding that each such failure
    was arbitrary, capricious, an abuse of discretion, and/or contrary to law; and
    2. Permanent injunctive relief enjoining the Navy from proceeding with the
    contract awarded to McKean and ordering the Navy to: (a) terminate the
    contract awarded to McKean based on the appearance of a conflict of
    interest, or cancel the Solicitation and start a new procurement with
    appropriate mitigation techniques to address the apparent conflict of
    interest, or further investigate the apparent conflict of interest consistent
    with the Court’s decision and make a new award decision; and/or (b)
    reevaluate and rescore McKean’s technical proposal to consider the risk of
    McKean’s unrealistic staffing approach, consistent with the terms of the
    Solicitation and the Court’s decision, and make a new award decision based
    on that reevaluation; and
    3. Such other relief as the Court may deem just and proper, including
    payment of attorney fees pursuant to the Equal Access to Justice Act.
    After the complaint was filed, and again after the amended complaint was filed, the
    court held hearings with the parties and set a schedule to brief cross-motions for judgment
    on the Administrative Record. In KOAM’s motion for judgment on the Administrative
    Record, protestor argues that “[t]he Navy’s investigation failed to reasonably consider
    whether there was an impermissible appearance of a conflict of interest,” and that “[t]he
    close relationship between a Navy Contractor Officer Representative and a key person
    for McKean created an appearance of a conflict of interest.” (alterations added).
    Defendant argues that “[t]he Contracting Officer reasonably determined that the apparent
    personal conflict of interest did not impact the procurement and KOAM’s confidential
    information was not improperly shared with a competitor,” and that “[t]he scope of the
    personal conflict of interest investigation was proper.” (alterations added). Intervenor
    similarly argues that “[t]he Navy’s conflict of interest investigation was well-supported,
    reasonable, and rational,” and “[t]he Navy reasonably considered whether there was an
    impermissible appearance of a conflict of interest.” (alterations added).
    Separately, KOAM argues “[t]he Navy failed to adjust McKean’s ‘Combined
    Technical/Risk Rating’ based on the risk of McKean’s unrealistic staffing approach,” to
    which defendant responds that “[t]he Agency’s Cost Realism analysis was reasonable
    and in accordance with the Solicitation.” (alterations added). Intervenor also argues that
    “the Navy reasonably found that McKean’s technical proposal adhered to the terms of the
    33
    RFP and did not pose risk that required rescoring. KOAM’s arguments to the contrary are
    mere disagreement with the Navy’s reasoned evaluation determinations and prescribed
    discretion under the terms of the RFP and the FAR.” The parties have fully briefed cross-
    motions for judgement on the Administrative Record, and the court held oral argument.
    DISCUSSION
    As indicated above, the parties have filed cross-motions for judgment on the
    Administrative Record. Rule 52.1(c)(1) (2021) of the Rules of the United States Court of
    Federal Claims (RCFC) governs motions for judgment on the administrative record. The
    court’s inquiry is directed to “‘whether, given all the disputed and undisputed facts, a party
    has met its burden of proof based on the evidence in the record.’” Mgmt. & Training Corp.
    v. United States, 
    115 Fed. Cl. 26
    , 40 (2014) (quoting A & D Fire Prot., Inc. v. United
    States, 
    72 Fed. Cl. 126
    , 131 (2006) see also Superior Optical Labs, Inc. v. United States,
    
    150 Fed. Cl. 681
    , 691 (2020) (citing Bannum, Inc. v. United States, 
    404 F.3d 1346
    , 1356-
    57 (Fed. Cir. 2005)); see also AAR Manufacturing, Inc. v. United States, 
    149 Fed. Cl. 514
    ,
    522 (2020); Glocoms, Inc. v. United States, 
    149 Fed. Cl. 725
    , 731 (2020); Centerra Grp.,
    LLC v. United States, 
    138 Fed. Cl. 407
    , 412 (2018) (citing Bannum, Inc. v. United States,
    
    404 F.3d at 1356-57
    ); Informatics Applications Grp., Inc. v. United States, 
    132 Fed. Cl. 519
    , 524 (2017) (citation omitted); Strategic Bus. Sols., Inc. v. United States, 
    129 Fed. Cl. 621
    , 627 (2016), aff’d, 
    711 F. App’x 651
     (Fed. Cir. 2018); Rotech Healthcare Inc. v. United
    States, 
    118 Fed. Cl. 408
    , 413 (2014); Eco Tour Adventures, Inc. v. United States, 
    114 Fed. Cl. 6
    , 21 (2013); DMS All-Star Joint Venture v. United States, 
    90 Fed. Cl. 653
    , 661
    (2010). Pursuant to RCFC 52.1, in a bid protest, the court reviews the agency’s
    procurement decision to determine whether it is supported by the administrative record.
    See CW Gov’t Travel, Inc. v. United States, 
    110 Fed. Cl. 462
    , 481 (2013); see also
    CR/ZWS LLC v. United States, 
    138 Fed. Cl. 212
    , 223 (2018) (citing Bannum, Inc. v.
    United States, 
    404 F.3d at 1353-54
    ).
    The Administrative Dispute Resolution Act of 1996 (ADRA), 
    Pub. L. No. 104-320, §§ 12
    (a), 12(b), 
    110 Stat. 3870
    , 3874 (1996) (codified at 
    28 U.S.C. § 1491
    (b)(1)–(4)),
    amended the Tucker Act to establish a statutory basis for bid protests in the United States
    Court of Federal Claims. See Impresa Construzioni Geom. Domenico Garufi v. United
    States, 
    238 F.3d 1324
    , 1330-32 (Fed. Cir. 2001); see also Sys. Application & Techs., Inc.
    v. United States, 
    691 F.3d 1374
    , 1380 (Fed. Cir. 2012) (explaining that the Tucker Act
    expressly waives sovereign immunity for claims against the United States in bid protests).
    The statute provides that protests of agency procurement decisions are to be reviewed
    under APA standards, making applicable the standards outlined in Scanwell Labs., Inc.
    v. Shaffer, 
    424 F.2d 859
     (D.C. Cir. 1970), and the line of cases following that decision.
    See, e.g., Per Aarsleff A/S v. United States, 
    829 F.3d 1303
    , 1309 (Fed. Cir. 2016)
    (“Protests of agency procurement decisions are reviewed under the standards set forth
    in the Administrative Procedure Act (‘APA’), see 
    28 U.S.C. § 1491
    (b)(4) (citing 
    5 U.S.C. § 706
    ), ‘by which an agency’s decision is to be set aside only if it is arbitrary, capricious,
    an abuse of discretion, or otherwise not in accordance with law[.]’” (quoting NVT Techs.,
    Inc. v. United States, 
    370 F.3d 1153
    , 1159 (Fed. Cir. 2004)) (citing PAI Corp. v. United
    States, 
    614 F.3d 1347
    , 1351 (Fed. Cir. 2010))); Dell Fed. Sys., L.P. v. United States, 906
    
    34 F.3d 982
    , 990 (Fed. Cir. 2018); Impresa Construzioni Geom. Domenico Garufi v. United
    States, 
    238 F.3d at 1332
    ; Res. Conservation Grp., LLC v. United States, 
    597 F.3d 1238
    ,
    1242 (Fed. Cir. 2010) (“Following passage of the APA in 1946, the District of Columbia
    Circuit in Scanwell Labs., Inc. v. Shaffer, 
    424 F.2d 859
     (D.C. Cir. 1970), held that
    challenges to awards of government contracts were reviewable in federal district courts
    pursuant to the judicial review provisions of the APA.”); Galen Med. Assocs., Inc. v. United
    States, 
    369 F.3d 1324
    , 1329 (Fed. Cir.) (citing Scanwell Labs., Inc. v. Shaffer, 
    424 F.2d at 864, 868
    , for its “reasoning that suits challenging the award process are in the public
    interest and disappointed bidders are the parties with an incentive to enforce the law”),
    reh’g denied (Fed. Cir. 2004). In Banknote Corp. of Am., Inc. v. United States, 
    365 F.3d 1345
     (Fed. Cir. 2004), the Federal Circuit explained that “[u]nder the APA standard as
    applied in the Scanwell line of cases, and now in ADRA cases, ‘a bid award may be set
    aside if either (1) the procurement official’s decision lacked a rational basis; or (2) the
    procurement procedure involved a violation of regulation or procedure.’” 
    Id. at 1351
    (quoting Impresa Construzioni Geom. Domenico Garufi v. United States, 
    238 F.3d at 1332
    )); see also Harmonia Holdings Grp., LLC v. United States, 
    999 F.3d 1397
    , 1403
    (Fed. Cir. 2021); Palantir USG, Inc. v. United States, 
    904 F.3d 980
    , 990 (Fed. Cir. 2018);
    AgustaWestland North Am., Inc. v. United States, 
    880 F.3d 1326
    , 1332 (Fed. Cir. 2018);
    Info. Tech. & Applications Corp. v. United States, 
    316 F.3d 1312
    , 1319 (Fed. Cir.), reh’g
    and reh’g en banc denied (Fed. Cir. 2003).
    When discussing the appropriate standard of review for bid protest cases, the
    United States Court of Appeals for the Federal Circuit addressed subsections (2)(A) and
    (2)(D) of 
    5 U.S.C. § 706
    , see Impresa Construzioni Geom. Domenico Garufi v. United
    States, 
    238 F.3d at
    1332 n.5, but focused its attention primarily on subsection (2)(A). See
    Croman Corp. v. United States, 
    724 F.3d 1357
    , 1363 (Fed. Cir.) (“‘[T]he proper standard
    to be applied [to the merits of] bid protest cases is provided by 
    5 U.S.C. § 706
    (2)(A)
    [(2006)]: a reviewing court shall set aside the agency action if it is “arbitrary, capricious,
    an abuse of discretion, or otherwise not in accordance with law.”’” (alterations in original)
    (quoting Banknote Corp. of Am. v. United States, 365 F.3d at 1350-51 (citing Advanced
    Data Concepts, Inc. v. United States, 
    216 F.3d 1054
    , 1057-58 (Fed. Cir.), reh’g denied
    (Fed. Cir. 2000)))), reh’g and reh’g en banc denied (Fed. Cir. 2013). The statute says that
    agency procurement actions should be set aside when they are “arbitrary, capricious, an
    abuse of discretion, or otherwise not in accordance with law,” or “without observance of
    procedure required by law.” 
    5 U.S.C. § 706
    (2)(A), (D) (2018);6 see also Veterans
    6 The   language of 
    5 U.S.C. § 706
     provides in full:
    To the extent necessary to decision and when presented, the reviewing
    court shall decide all relevant questions of law, interpret constitutional and
    statutory provisions, and determine the meaning or applicability of the terms
    of an agency action. The reviewing court shall—
    (1) compel agency action unlawfully withheld or unreasonably delayed;
    and
    (2) hold unlawful and set aside agency action, findings, and conclusions
    found to be—
    35
    Contracting Grp., Inc. v. United States, 
    920 F.3d 801
    , 806 (Fed. Cir. 2019) (“In a bid
    protest, we follow Administrative Procedure Act § 706 and set aside agency action ‘if it is
    arbitrary, capricious, an abuse of discretion, or otherwise not in accordance with law.’”
    (quoting Palladian Partners, Inc. v. United States, 
    783 F.3d 1243
    , 1252 (Fed. Cir. 2015));
    Tinton Falls Lodging Realty, LLC v. United States, 
    800 F.3d 1353
    , 1358 (Fed. Cir. 2015);
    Orion Tech., Inc. v. United States, 
    704 F.3d 1344
    , 1347 (Fed. Cir. 2013); COMINT Sys.
    Corp. v. United States, 
    700 F.3d 1377
    , 1381 (Fed. Cir. 2012) (“We evaluate agency
    actions according to the standards set forth in the Administrative Procedure Act; namely,
    for whether they are ‘arbitrary, capricious, an abuse of discretion, or otherwise not in
    accordance with law.’” (quoting 
    5 U.S.C. § 706
    (2)(A); and Bannum, Inc. v. United States,
    
    404 F.3d at 1351
    )); Savantage Fin. Servs. Inc., v. United States, 
    595 F.3d 1282
    , 1285-86
    (Fed. Cir. 2010); Weeks Marine, Inc. v. United States, 
    575 F.3d 1352
    , 1358 (Fed. Cir.
    2009); Axiom Res. Mgmt., Inc. v. United States, 564 F.3d at 1381 (noting arbitrary and
    capricious standard set forth in 
    5 U.S.C. § 706
    (2)(A), and reaffirming the analysis of
    Impresa Construzioni Geom. Domenico Garufi v. United States, 
    238 F.3d at 1332
    ); Blue
    & Gold Fleet, L.P. v. United States, 
    492 F.3d 1308
    , 1312 (Fed. Cir. 2007) (“‘[T]he inquiry
    is whether the [government]’s procurement decision was “arbitrary, capricious, an abuse
    of discretion, or otherwise not in accordance with law.”’” (quoting Bannum, Inc. v. United
    States, 
    404 F.3d at 1351
     (quoting 
    5 U.S.C. § 706
    (2)(A) (2000)))); NVT Techs., Inc. v.
    United States, 
    370 F.3d at 1159
     (“Bid protest actions are subject to the standard of review
    established under section 706 of title 5 of the Administrative Procedure Act (‘APA’), 
    28 U.S.C. § 1491
    (b)(4) (2000), by which an agency’s decision is to be set aside only if it is
    ‘arbitrary, capricious, an abuse of discretion, or otherwise not in accordance with law,’ 
    5 U.S.C. § 706
    (2)(A) (2000).” (internal citations omitted)); Info. Tech. & Applications Corp.
    v. United States, 
    316 F.3d at 1319
     (“Consequently, our inquiry is whether the Air Force’s
    procurement decision was ‘arbitrary, capricious, an abuse of discretion, or otherwise not
    in accordance with law.’ 
    5 U.S.C. § 706
    (2)(A) (2000).”); Synergy Sols., Inc. v. United
    States, 
    133 Fed. Cl. 716
    , 734 (2017) (citing Banknote Corp. of Am. v. United States, 365
    F.3d at 1350); Eco Tour Adventures, Inc. v. United States, 
    114 Fed. Cl. at 22
    ; Contracting,
    (A) arbitrary, capricious, an abuse of discretion, or otherwise not in
    accordance with law;
    (B) contrary to constitutional right, power, privilege, or immunity;
    (C) in excess of statutory jurisdiction, authority, or limitations, or short
    of statutory right;
    (D) without observance of procedure required by law;
    (E) unsupported by substantial evidence in a case subject to sections
    556 and 557 of this title or otherwise reviewed on the record of
    an agency hearing provided by statute; or
    (F) unwarranted by the facts to the extent that the facts are subject
    to trial de novo by the reviewing court.
    In making the foregoing determinations, the court shall review the whole
    record or those parts of it cited by a party, and due account shall be taken
    of the rule of prejudicial error.
    
    5 U.S.C. § 706
    .
    36
    Consulting, Eng’g LLC v. United States, 
    104 Fed. Cl. 334
    , 340 (2012). “In a bid protest
    case, the agency’s award must be upheld unless it is ‘arbitrary, capricious, an abuse of
    discretion, or otherwise not in accordance with law.’” Turner Constr. Co. v. United States,
    
    645 F.3d 1377
    , 1383 (Fed. Cir.) (quoting PAI Corp. v. United States, 
    614 F.3d at 1351
    ),
    reh’g en banc denied (Fed. Cir. 2011); see also Tinton Falls Lodging Realty, LLC v. United
    States, 
    800 F.3d at 1358
     (“In applying this [arbitrary and capricious] standard to bid
    protests, our task is to determine whether the procurement official’s decision lacked a
    rational basis or the procurement procedure involved a violation of a regulation or
    procedure.” (citing Savantage Fin. Servs., Inc. v. United States, 
    595 F.3d at 1285-86
    ));
    Glenn Def. Marine (ASIA), PTE Ltd. v. United States, 
    720 F.3d 901
    , 907 (Fed. Cir.), reh’g
    en banc denied (Fed. Cir. 2013); McVey Co., Inc. v. United States, 
    111 Fed. Cl. 387
    , 402
    (2013) (“The first step is to demonstrate error, that is, to show that the agency acted in an
    arbitrary and capricious manner, without a rational basis or contrary to law.”);
    PlanetSpace, Inc. v. United States, 
    92 Fed. Cl. 520
    , 531-32 (“Stated another way, a
    plaintiff must show that the agency’s decision either lacked a rational basis or was
    contrary to law.” (citing Weeks Marine, Inc. v. United States, 
    575 F.3d at 1358
    )),
    subsequent determination, 
    96 Fed. Cl. 119
     (2010).
    The United States Supreme Court has identified sample grounds which can
    constitute arbitrary or capricious agency action:
    [W]e will not vacate an agency’s decision unless it “has relied on factors
    which Congress has not intended it to consider, entirely failed to consider
    an important aspect of the problem, offered an explanation for its decision
    that runs counter to the evidence before the agency, or is so implausible
    that it could not be ascribed to a difference in view or the product of agency
    expertise.”
    Nat’l Ass’n of Home Builders v. Defenders of Wildlife, 
    551 U.S. 644
    , 658 (2007) (quoting
    Motor Vehicle Mfrs. Ass’n v. State Farm Mut. Auto. Ins. Co., 
    463 U.S. 29
    , 43 (1983)); see
    also F.C.C. v. Fox Television Stations, Inc., 
    556 U.S. 502
    , 552 (2009); Tinton Falls
    Lodging Realty, LLC v. United States, 
    800 F.3d at 1358
    ; Ala. Aircraft Indus., Inc.-
    Birmingham v. United States, 
    586 F.3d 1372
    , 1375 (Fed. Cir. 2009), reh’g and reh’g en
    banc denied (Fed. Cir. 2010); In re Sang Su Lee, 
    277 F.3d 1338
    , 1342 (Fed. Cir. 2002)
    (“[T]he agency tribunal must present a full and reasoned explanation of its decision. . . .
    The reviewing court is thus enabled to perform meaningful review . . . .”); Textron, Inc. v.
    United States, 
    74 Fed. Cl. 277
    , 285-86 (2006), appeal dismissed sub nom. Textron, Inc.
    v. Ocean Technical Servs., Inc., 
    223 F. App’x 974
     (Fed. Cir. 2007). The United States
    Supreme Court also has cautioned, however, that “courts are not free to impose upon
    agencies specific procedural requirements that have no basis in the APA.” Pension
    Benefit Guar. Corp. v. LTV Corp., 
    496 U.S. 633
    , 654 (1990).
    Under an arbitrary or capricious standard, the reviewing court should not substitute
    its judgment for that of the agency, but should review the basis for the agency decision to
    determine if it was legally permissible, reasonable, and supported by the facts. See Motor
    Vehicle Mfrs. Ass’n v. State Farm Mut. Auto. Ins. Co., 
    463 U.S. at 43
     (“The scope of
    37
    review under the ‘arbitrary and capricious’ standard is narrow and a court is not to
    substitute its judgment for that of the agency.”); see also Dell Fed. Sys., L.P. v. United
    States, 
    906 F.3d 982
    , 990 (Fed. Cir. 2018); Turner Constr. Co., Inc. v. United States, 
    645 F.3d at 1383
    ; R & W Flammann GmbH v. United States, 
    339 F.3d 1320
    , 1322 (Fed. Cir.
    2003) (citing Ray v. Lehman, 
    55 F.3d 606
    , 608 (Fed. Cir.), cert. denied, 
    516 U.S. 916
    (1995)); Synergy Sols., Inc. v. United States, 
    133 Fed. Cl. at
    735 (citing Impresa
    Construzioni Geom. Domenico Garufi v. United States, 
    238 F.3d at 1332-33
    ). “‘“If the
    court finds a reasonable basis for the agency’s action, the court should stay its hand even
    though it might, as an original proposition, have reached a different conclusion as to the
    proper administration and application of the procurement regulations.”’” Weeks Marine,
    Inc. v. United States, 
    575 F.3d at 1371
     (quoting Honeywell, Inc. v. United States, 
    870 F.2d 644
    , 648 (Fed. Cir. 1989) (quoting M. Steinthal & Co. v. Seamans, 
    455 F.2d 1289
    ,
    1301 (D.C. Cir. 1971))); Limco Airepair, Inc. v. United States, 
    130 Fed. Cl. 544
    , 550 (2017)
    (citation omitted); Jordan Pond Co., LLC v. United States, 
    115 Fed. Cl. 623
    , 631 (2014);
    Davis Boat Works, Inc. v. United States, 
    111 Fed. Cl. 342
    , 349 (2013); Norsat Int’l
    [America], Inc. v. United States, 
    111 Fed. Cl. 483
    , 493 (2013); HP Enter. Servs., LLC v.
    United States, 
    104 Fed. Cl. 230
    , 238 (2012); Vanguard Recovery Assistance v. United
    States, 
    101 Fed. Cl. 765
    , 780 (2011).
    Stated otherwise by the United States Supreme Court:
    Section 706(2)(A) requires a finding that the actual choice made was not
    “arbitrary, capricious, an abuse of discretion, or otherwise not in accordance
    with law.” To make this finding the court must consider whether the decision
    was based on a consideration of the relevant factors and whether there has
    been a clear error of judgment. Although this inquiry into the facts is to be
    searching and careful, the ultimate standard of review is a narrow one. The
    court is not empowered to substitute its judgment for that of the agency.
    Citizens to Pres. Overton Park, Inc. v. Volpe, 
    401 U.S. 402
    , 416 (1971) (internal citations
    omitted), abrogated on other grounds by Califano v. Sanders, 
    430 U.S. 99
     (1977); see
    also U.S. Postal Serv. v. Gregory, 
    534 U.S. 1
    , 6-7 (2001); Bowman Transp., Inc. v.
    Arkansas-Best Freight Sys., Inc., 
    419 U.S. 281
    , 285 (1974), reh’g denied, 
    420 U.S. 956
    (1975); Co-Steel Raritan, Inc. v. Int’l Trade Comm’n, 
    357 F.3d 1294
    , 1309 (Fed. Cir. 2004)
    (In discussing the “arbitrary, capricious, and abuse of discretion, or otherwise not in
    accordance with the law” standard, the Federal Circuit stated: “the ultimate standard of
    review is a narrow one. The court is not empowered to substitute its judgment for that of
    the agency.”); In re Sang Su Lee, 
    277 F.3d at 1342
    ; Advanced Data Concepts, Inc. v.
    United States, 
    216 F.3d at 1058
     (“The arbitrary and capricious standard applicable here
    is highly deferential. This standard requires a reviewing court to sustain an agency action
    evincing rational reasoning and consideration of relevant factors.” (citing Bowman
    Transp., Inc. v. Arkansas-Best Freight Sys., Inc., 419 U.S. at 285)); Lockheed Missiles &
    Space Co. v. Bentsen, 
    4 F.3d 955
    , 959 (Fed. Cir. 1993); Sys. Studies & Simulation, Inc.
    v. United States, 
    146 Fed. Cl. 186
    , 199 (2019); By Light Prof’l IT Servs., Inc. v. United
    States, 
    131 Fed. Cl. 358
    , 366 (2017); BCPeabody Constr. Servs., Inc. v. United States,
    
    112 Fed. Cl. 502
    , 508 (2013) (“The court ‘is not empowered to substitute its judgment for
    38
    that of the agency,’ and it must uphold an agency’s decision against a challenge if the
    ‘contracting agency provided a coherent and reasonable explanation of its exercise of
    discretion.’” (internal citations omitted) (quoting Keeton Corrs., Inc. v. United States, 
    59 Fed. Cl. 753
    , 755, recons. denied, 
    60 Fed. Cl. 251
     (2004); and Axiom Res. Mgmt., Inc. v.
    United States, 564 F.3d at 1381)), appeal dismissed, 
    559 F. App’x 1033
     (Fed. Cir. 2014);
    Supreme Foodservice GmbH v. United States, 109 Fed. Cl. at 382; Alamo Travel Grp.,
    LP v. United States, 
    108 Fed. Cl. 224
    , 231 (2012); ManTech Telecomms. & Info. Sys.
    Corp. v. United States, 
    49 Fed. Cl. 57
    , 63 (2001), aff’d, 
    30 F. App’x 995
     (Fed. Cir. 2002).
    According to the United States Court of Appeals for the Federal Circuit:
    Effective contracting demands broad discretion. Burroughs Corp. v. United
    States, 
    223 Ct. Cl. 53
    , 
    617 F.2d 590
    , 598 (1980); Sperry Flight Sys. Div. v.
    United States, 
    548 F.2d 915
    , 921, 
    212 Ct. Cl. 329
     (1977); see NKF Eng’g,
    Inc. v. United States, 
    805 F.2d 372
    , 377 (Fed. Cir. 1986); Tidewater
    Management Servs., Inc. v. United States, 
    573 F.2d 65
    , 73, 
    216 Ct. Cl. 69
    (1978); RADVA Corp. v. United States, 
    17 Cl. Ct. 812
    , 819 (1989), aff’d, 
    914 F.2d 271
     (Fed. Cir. 1990). Accordingly, agencies “are entrusted with a good
    deal of discretion in determining which bid is the most advantageous to the
    Government.” Tidewater Management Servs., 
    573 F.2d at 73
    , 
    216 Ct. Cl. 69
    .
    Lockheed Missiles & Space Co. v. Bentsen, 
    4 F.3d at 958-59
    ; see also Res-Care, Inc. v.
    United States, 
    735 F.3d 1384
    , 1390 (Fed. Cir.) (“DOL [Department of Labor], as a federal
    procurement entity, has ‘broad discretion to determine what particular method of
    procurement will be in the best interests of the United States in a particular situation.’”
    (quoting Tyler Constr. Grp. v. United States, 
    570 F.3d 1329
    , 1334 (Fed. Cir. 2009))), reh’g
    en banc denied (Fed. Cir. 2014); Grumman Data Sys. Corp. v. Dalton, 
    88 F.3d 990
    , 995
    (Fed. Cir. 1996); Geo-Med, LLC v. United States, 
    126 Fed. Cl. 440
    , 449 (2016); Cybertech
    Grp., Inc. v. United States, 
    48 Fed. Cl. 638
    , 646 (2001) (“The court recognizes that the
    agency possesses wide discretion in the application of procurement regulations.”).
    Furthermore, according to the United States Court of Appeals for the Federal
    Circuit:
    Contracting officers “are entitled to exercise discretion upon a broad range
    of issues confronting them in the procurement process.” Impresa
    Construzioni Geom. Domenico Garufi v. United States, 
    238 F.3d 1324
    ,
    1332 (Fed. Cir. 2001) (internal quotation marks omitted). Accordingly,
    procurement decisions are subject to a “highly deferential rational basis
    review.” CHE Consulting, Inc. v. United States, 
    552 F.3d 1351
    , 1354 (Fed.
    Cir. 2008) (internal quotation marks omitted).
    PAI Corp. v. United States, 
    614 F.3d at 1351
    ; see also AgustaWestland N. Am., Inc. v.
    United States, 
    880 F.3d at 1332
     (“Where, as here, a bid protester challenges the
    39
    procurement official’s decision as lacking a rational basis, we must determine whether
    ‘the contracting agency provided a coherent and reasonable explanation of its exercise
    of discretion,’ recognizing that ‘contracting officers are entitled to exercise discretion upon
    a broad range of issues confronting them in the procurement process.’” (quoting Impresa
    Construzioni Geom. Domenico Garufi v. United States, 
    238 F.3d at 1332-33
     (internal
    quotation marks and citation omitted))); Weeks Marine, Inc. v. United States, 
    575 F.3d at 1368-69
     (“We have stated that procurement decisions ‘invoke [ ] “highly deferential”
    rational basis review.’ Under that standard, we sustain an agency action ‘evincing rational
    reasoning and consideration of relevant factors.’” (alteration in original) (quoting CHE
    Consulting, Inc. v. United States, 
    552 F.3d at 1354
     (quoting Advanced Data Concepts,
    Inc. v. United States, 
    216 F.3d at 1058
    ))).
    “Contracting officers ‘are entitled to exercise discretion upon a broad range of
    issues confronting them in the procurement process,’” PAI Corp. v. United States, 
    614 F.3d at 1351
     (quoting Impresa Construzioni Geom. Domenico Garufi v. United States,
    
    238 F.3d at 1332
    ), and “[a]ccordingly, procurement decisions are subject to a ‘highly
    deferential rational basis review.’” 
    Id.
     (quoting CHE Consulting, Inc. v. United States, 
    552 F.3d at 1354
     (internal quotation marks omitted).
    When the contracting officer’s discretion grows, so does the burden on the
    protestor. As noted in D & S Consultants, Inc. v. United States:
    The protestor’s burden becomes more difficult the greater the degree of
    discretion vested in the contracting officer. DynCorp Int’l v. United States,
    
    76 Fed. Cl. 528
    , 537 (2007). Negotiated procurements afford the contracting
    officer a “breadth of discretion;” “best-value” awards afford the contracting
    officer additional discretion. 
    Id.
     Therefore, in a negotiated, best-value
    procurement, the “protestor’s burden is especially heavy.” 
    Id.
    D & S Consultants, Inc. v. United States, 
    101 Fed. Cl. 23
    , 33 (2011), aff’d, 
    484 F. App’x 558
     (Fed. Cir. 2012); see also Galen Med. Assocs., Inc. v. United States, 
    369 F.3d at 1330
     (noting that contracting officers have great discretion in negotiated procurements
    but even greater discretion in best-value determinations than in procurements based on
    cost alone); PHT Supply Corp. v. United States, 
    71 Fed. Cl. 1
    , 11 (2006) (“It is critical to
    note that ‘a protestor’s burden is particularly great in negotiated procurements because
    the contracting officer is entrusted with a relatively high degree of discretion, and greater
    still, where, as here, the procurement is a “best-value” procurement.’” (citations omitted)).
    “It is well-established that contracting officers have a great deal of discretion in making
    contract award decisions, particularly when, as here, the contract is to be awarded to the
    bidder or bidders that will provide the agency with the best value.” Banknote Corp. of Am.
    Inc. v. United States, 365 F.3d at 1355 (citing TRW, Inc. v. Unisys Corp., 
    98 F.3d 1325
    ,
    1327-28 (Fed. Cir. 1996); E.W. Bliss Co. v. United States, 
    77 F.3d 445
    , 449 (Fed. Cir.
    1996); Lockheed Missiles & Space Co. v. Bentsen, 
    4 F.3d at
    958–59); see also Am. Tel.
    & Tel. Co. v. United States, 
    307 F.3d 1374
    , 1379 (Fed. Cir. 2002); Lockheed Missiles &
    Space Co. v. Bentsen, 
    4 F.3d at 958
    ; Brooks Range Contract Servs., Inc. v. United States,
    
    101 Fed. Cl. 699
    , 707 (2011) (“[A] plaintiff’s burden ‘is elevated where the solicitation
    40
    contemplates award on a “best value” basis.’” (internal citations omitted)); Matt Martin
    Real Estate Mgmt. LLC v. United States, 
    96 Fed. Cl. 106
    , 113 (2010); Serco v. United
    States, 
    81 Fed. Cl. 463
    , 496 (2008) (“To be sure, as noted at the outset, plaintiffs have a
    significant burden of showing error in that regard because a court must accord
    considerable deference to an agency’s best-value decision in trading off price with other
    factors.”).
    A disappointed bidder has the burden of demonstrating the arbitrary and capricious
    nature of the agency decision by a preponderance of the evidence. See Tinton Fall
    Lodging Realty, LLC v. United Sates, 
    800 F.3d at 1364
    ; see also Grumman Data Sys.
    Corp. v. Dalton, 
    88 F.3d at 995-96
    ; Enhanced Veterans Sols., Inc. v. United States, 
    131 Fed. Cl. 565
    , 578 (2017); Davis Boat Works, Inc. v. United States, 111 Fed. Cl. at 349;
    Contracting, Consulting, Eng’g LLC v. United States, 104 Fed. Cl. at 340. The Federal
    Circuit has indicated that “[t]his court will not overturn a contracting officer’s determination
    unless it is arbitrary, capricious, or otherwise contrary to law. To demonstrate that such a
    determination is arbitrary or capricious, a protester must identify ‘hard facts’; a mere
    inference or suspicion . . . is not enough.” PAI Corp. v. United States, 
    614 F.3d at
    1352
    (citing John C. Grimberg Co. v. United States, 
    185 F.3d 1297
    , 1300 (Fed. Cir. 1999)); see
    also Turner Constr. Co., Inc. v. United States, 
    645 F.3d at 1387
    ; Sierra Nevada Corp. v.
    United States, 
    107 Fed. Cl. 735
    , 759 (2012); Filtration Dev. Co., LLC v. United States, 
    60 Fed. Cl. 371
    , 380 (2004).
    A bid protest proceeds in two steps. First . . . the trial court determines
    whether the government acted without rational basis or contrary to law when
    evaluating the bids and awarding the contract. Second . . . if the trial court
    finds that the government’s conduct fails the APA review under 
    5 U.S.C. § 706
    (2)(A), then it proceeds to determine, as a factual matter, if the bid
    protester was prejudiced by that conduct.
    Bannum, Inc. v. United States, 
    404 F.3d at 1351
    ; T Square Logistics Servs. Corp. v.
    United States, 
    134 Fed. Cl. 550
    , 555 (2017); FirstLine Transp. Sec., Inc. v. United States,
    
    119 Fed. Cl. 116
    , 126 (2014), appeal dismissed (Fed. Cir. 2015); Eco Tour Adventures,
    Inc. v. United States, 
    114 Fed. Cl. at 22
    ; Archura LLC v. United States, 
    112 Fed. Cl. at 496
    . To prevail in a bid protest case, the protestor not only must show that the
    government’s actions were arbitrary, capricious, or otherwise not in accordance with the
    law, but the protestor also must show that it was prejudiced by the government’s actions.
    See 
    5 U.S.C. § 706
     (“[D]ue account shall be taken of the rule of prejudicial error.”); see
    also Glenn Def. Marine (ASIA), PTE Ltd. v. United States, 
    720 F.3d at 907
     (“In a bid
    protest case, the inquiry is whether the agency’s action was arbitrary, capricious, an
    abuse of discretion, or otherwise not in accordance with law and, if so, whether the error
    is prejudicial.”); IT Enter. Sols. JV, LLC v. United States, 
    132 Fed. Cl. 158
    , 173 (2017)
    (citing Bannum v. United States, 
    404 F.3d at 1357-58
    ). In describing the prejudice
    requirement, the Federal Circuit also has held that:
    To prevail in a bid protest, a protester must show a significant, prejudicial
    error in the procurement process. See Statistica, Inc. v. Christopher, 102
    
    41 F.3d 1577
    , 1581 (Fed. Cir. 1996); Data Gen. Corp. v. Johnson, 
    78 F.3d 1556
    , 1562 (Fed. Cir. 1996). “To establish prejudice, a protester is not
    required to show that but for the alleged error, the protester would have
    been awarded the contract.” Data General, 
    78 F.3d at 1562
     (citation
    omitted). Rather, the protester must show “that there was a substantial
    chance it would have received the contract award but for that error.”
    Statistica, 102 F.3d at 1582; see CACI, Inc.-Fed. v. United States, 
    719 F.2d 1567
    , 1574-75 (Fed. Cir. 1983) (to establish competitive prejudice, protester
    must demonstrate that but for the alleged error, “‘there was a substantial
    chance that [it] would receive an award--that it was within the zone of active
    consideration.’” (citation omitted)).
    Alfa Laval Separation, Inc. v. United States, 
    175 F.3d 1365
    , 1367 (Fed. Cir.), reh’g denied
    (Fed. Cir. 1999); see also Glenn Def. Marine (ASIA), PTE Ltd. v. United States, 
    720 F.3d at 912
    ; Allied Tech. Grp., Inc. v. United States, 
    649 F.3d 1320
    , 1326 (Fed. Cir.), reh’g en
    banc denied (Fed. Cir. 2011); Info. Tech. & Applications Corp. v. United States, 
    316 F.3d at 1319
    ; Impresa Construzioni Geom. Domenico Garufi v. United States, 
    238 F.3d at 1332-33
    ; OMV Med., Inc. v. United States, 
    219 F.3d 1337
    , 1342 (Fed. Cir. 2000);
    Advanced Data Concepts, Inc. v. United States, 
    216 F.3d at 1057
    ; Stratos Mobile
    Networks USA, LLC v. United States, 
    213 F.3d 1375
    , 1380 (Fed. Cir. 2000).
    Conflict of Interest
    Protestor first argue that “[t]he Navy did not meet its obligation to strictly avoid even
    the appearance of a conflict of interest, but instead considered only whether an actual
    conflict had been proven,” and contends, that “[i]f the high standards of conduct that the
    Government has established for Federal procurement are to mean anything, they must
    be followed. Here, the Navy did not meet these standards.”7 (alterations added). KOAM
    also argues the “Navy’s personal conflict of interest analysis, ‘entirely failed to consider
    an important aspect of the problem,’ because it failed to reasonably consider whether
    there was an appearance of a conflict of interest, as opposed to an actual conflict, that
    the Navy was required to strictly avoid pursuant to FAR 3.101-1.” (quoting Motor Vehicle
    Mfrs. Ass’n v. State Farm Mut. Auto. Ins. Co., 
    463 U.S. at 43
    ) (internal refence omitted).
    This court is cognizant of the Federal Circuit’s indication that “the FAR recognizes
    that the identification of OCIs and the evaluation of mitigation proposals are fact-specific
    inquiries that require the exercise of considerable discretion.” Axiom Res. Mgmt., Inc. v.
    United States, 564 F.3d at 1381-82 (citing FAR § 9.505).
    As recently explained by the United States Court of Appeals for the Federal Circuit:
    7At the oral argument, counsel of record for protestor confirmed that protestor only raised
    an apparent conflict of interest, explaining: “We are alleging that the Navy had an
    obligation to evaluate whether there was an appearance of a conflict of interest and to
    strictly limit the appearance of a conflict of interest. We are not alleging that there is an
    actual conflict of interest.”
    42
    The standard for Claims Court review of a contracting officer’s decision with
    regard to a conflict of interest is highly deferential. A contracting officer's
    conflict of interest determination will be upheld unless it is “arbitrary,
    capricious, or otherwise contrary to law.” PAI Corp. v. United States, 
    614 F.3d 1347
    , 1352 (Fed. Cir. 2010). If the contracting officer's findings are
    rational, they will be upheld on judicial review. See Turner Constr. Co. v.
    United States, 
    645 F.3d 1377
    , 1383–87 (Fed. Cir. 2011).
    Oracle Am., Inc. v. United States, 
    975 F.3d 1279
    , 1296 (Fed. Cir. 2020), cert. denied, 
    142 S. Ct. 68 (2021)
    ; see also Turner Constr. Co. v. United States, 
    645 F.3d at
    1386 (citing
    PAI Corp. v. United States, 
    614 F.3d at 1352
    ) (“The CO has considerable discretion in
    determining whether a conflict is significant.”); see also Parcel 49C Ltd. P’ship v. United
    States, 
    130 Fed. Cl. 109
    , 123 (2016) (citing PAI Corp. v. United States, 
    614 F.3d at 1352
    ).
    Additionally, a Judge of the United States Court of Federal Claims explained:
    As with all agency decision-making, the Court must analyze whether the
    Agency conducted an adequate investigation consistent with the arbitrary
    and capricious standard of review. See PAI Corp. v. United States, 
    614 F.3d 1347
    , 1352–53 (Fed. Cir. 2010) (reviewing conflict of intertest investigation
    under APA standard); cf. Former Emps. of Ameriphone, Inc. v. United
    States, 
    288 F. Supp. 2d 1353
    , 1355 (C.I.T. 2003) (“Courts have not
    hesitated to set aside agency determinations which are the product of
    perfunctory investigations.” (footnote omitted)). Notwithstanding the
    significant discretion vested in procurement officials, this Court must
    ascertain whether there exists a “rational connection between the facts
    found and the choice made.” Motor Vehicle Mfrs. Ass’n, 
    463 U.S. at 43
    , 
    103 S. Ct. 2856
     (internal quotation marks omitted).
    Oak Grove Techs., LLC v. United States, 
    155 Fed. Cl. 84
    , 115–16 (2021). As noted by a
    Judge of this court:
    The United States Court of Appeals for the Federal Circuit has held that an
    agency can base a decision to disqualify a bidder on the appearance of
    impropriety. See NKFEngineering, Inc. v. United States, 
    805 F.2d 372
    , 376
    (Fed. Cir. 1986). Whether there is an appearance of impropriety sufficient
    to disqualify a bidder “depend[s] upon the circumstances in each case.” 
    Id.
    There is no appearance of impropriety when “[a] disinterested observer
    knowing all the facts and the applicable law would see nothing improper.” R
    & W Flammann GmbH v. United States, 
    339 F.3d 1320
    , 1324 (Fed. Cir.
    2003). But, an appearance of impropriety must be based on “hard facts” and
    not “suspicion and innuendo.” CACI, Inc.–Fed. v. United States, 
    719 F.2d 1567
    , 1581–82 (Fed. Cir. 1983); see also Harkcon, Inc. v. United States,
    
    133 Fed. Cl. 441
    , 463–64 (Fed. Cl. 2017) (applying the “hard facts” standard
    to an appearance of impropriety claim).
    43
    Partner 4 Recovery v. United States, 
    141 Fed. Cl. 89
    , 131 (2018) (footnote omitted); Sys.
    Plus, Inc. v. United States, 
    69 Fed. Cl. 757
    , 768 (2006) (citing NKFEngineering, Inc. v.
    United States, 
    805 F.2d at 376-78
    ) (“Even though the appearance of impropriety can be
    a valid reason for disqualifying an offeror, the appearance of impropriety must be based
    on actual facts.”).
    KOAM argues “the Navy was required to strictly avoid” an appearance of a conflict
    of interest “pursuant to FAR 3.101-1.” FAR 3.101-1 provides:
    Government business shall be conducted in a manner above reproach and,
    except as authorized by statute or regulation, with complete impartiality and
    with preferential treatment for none. Transactions relating to the
    expenditure of public funds require the highest degree of public trust and an
    impeccable standard of conduct. The general rule is to avoid strictly any
    conflict of interest or even the appearance of a conflict of interest in
    Government-contractor relationships. While many Federal laws and
    regulations place restrictions on the actions of Government personnel, their
    official conduct must, in addition, be such that they would have no
    reluctance to make a full public disclosure of their actions.
    
    48 C.F.R. § 3.101-1
     (2021); see also Lawrence Battelle, Inc. v. United States, 
    117 Fed. Cl. 579
    , 583 n.4 (2014). Oak Grove Techs., LLC v. United States, 155 Fed. Cl. at 115
    (“This FAR provision further instructs that ‘[t]he general rule is to avoid strictly any conflict
    of interest or even the appearance of a conflict of interest in Government-contractor
    relationships.’ FAR 3.101-1.”) (emphasis in original).
    As discussed above, on February 24, 2022, the contracting officer issued the
    Personal Conflict of Interest Memorandum and, the contracting officer concluded: “I find
    no conflict of interest affecting the award to McKean.” The contracting officer “found no
    evidence” that “Ms. Saucedo participated personally and substantially in the NIEF
    Engineering source selection, including development of the statement of work, drafting of
    the source selection strategy, request for proposals, or participated in the evaluation of
    proposals resulting in the NIEF Contract awarded to McKean,” or that “Ms. Saucedo
    disclosed any competitively useful nonpublic information.” The contracting officer also
    determined:
    I also found no evidence that Ms. Saucedo provided contractor bid or
    proposal information or source selection information to McKean before the
    award or that McKean obtained contractor bid or proposal information or
    source selection information before the award. Therefore, I find “no impact”
    on the award of the contract to McKean in accordance with FAR 3.104-7(a).
    Additionally, as discussed above, even if there were disclosure of cost
    information as alleged by KES, I do not believe that such cost information
    would have provided a competitive advantage due to the nature of the cost
    evaluation. Although some may believe there is an appearance of
    impropriety based upon Ms. Saucedo’s position as COR and her
    relationship with a McKean employee, the above information, findings and
    44
    conclusions, do not support any actual impropriety. I do not believe the
    appearance of impropriety by itself sufficient to impact the award of the
    contract to McKean given all of the above.
    KOAM states “[t]he Navy’s PCI Memorandum reached six conclusions,” as described
    immediately above, and “[t]he Navy’s first four conclusions, as documented in paragraphs
    35 and 36 of the PCI Memorandum, addressed whether Ms. Saucedo and McKean acted
    in a criminal manner and whether McKean had an unfair competitive advantage.”8
    Protestor argues
    it was important for the Navy to consider whether Ms. Saucedo or McKean
    acted in a criminal manner and whether McKean had an unfair competitive
    advantage, such findings do not address whether there was an appearance
    of a conflict of interest that the Navy was required to strictly avoid under
    FAR 3.101-1 and would not negate a finding of an appearance of a conflict
    of interest.
    (emphasis in original; alterations added). Protestor continues:
    The Navy’s fifth and sixth conclusions, as documented in paragraph 37 of
    the PCI Memorandum, similarly miss the mark.[9] The only statement in the
    8 Specifically, according to KOAM, the first four conclusions in the personal conflict of
    interest memorandum were:
    (1) Ms. Saucedo did not participate “personally and substantially” in the
    source selection; (2) Ms. Saucedo did not disclose “competitively useful
    nonpublic information”; (3) Ms. Saucedo did not provide “bid or proposal
    information or source selection information to McKean” and McKean did not
    otherwise obtain such information prior to award; (4) even if disclosure of
    such information occurred, the information would not provide a “competitive
    advantage” to McKean[.]
    (internal references omitted; alteration added).
    9Protestor claims the five and sixth conclusions in the personal conflict of interest
    memorandum were
    (5) “[a]lthough some may believe there is an appearance of impropriety
    based upon Ms. Saucedo’s position as COR and her relationship with a
    McKean employee, the above information, findings and conclusions, do not
    support any actual impropriety”; and (6) “I do not believe the appearance of
    impropriety by itself sufficient to impact the award of the contract to McKean
    given all of the above[.]”
    (internal reference omitted; first alteration in original).
    45
    PCI Memorandum that attempted to address whether there was an
    appearance of a conflict was the Contracting Officer’s conclusory statement
    that he did “not believe the appearance of impropriety by itself sufficient to
    impact the award of the contract to McKean given all of the above.” The
    Contracting Officer appears to be acknowledging that an “appearance of
    impropriety” exists, yet asserting that the appearance is not “sufficient to
    impact the award” to McKean. The Contracting Officer’s conclusion
    regarding the impact appears to be based on the immediately preceding
    sentence, which provides that, “[a]lthough some may believe there is an
    appearance of impropriety based upon Ms. Saucedo’s position as COR and
    her relationship with a McKean employee, the above information, findings
    and conclusions, do not support any actual impropriety.” The “above
    information, findings and conclusions” refer to the first four conclusions,
    which, as discussed, only addressed whether Ms. Saucedo and McKean
    acted in a criminal manner and whether McKean had an unfair competitive
    advantage under FAR 9.505(b). By focusing on whether there was “any
    actual impropriety,” and basing the conclusion of whether there was an
    appearance of impropriety on whether there was an actual impropriety, the
    Navy entirely failed to consider an important aspect of the problem.
    (emphasis in original; internal references omitted). Therefore, protestor argues: “Allowing
    the Navy to find that there was no appearance of a conflict of interest based on the alleged
    lack of an actual conflict would essentially read the ‘appearance of a conflict of interest’
    language out of FAR 3.101-1.” Intervenor argues
    KOAM’s argument that these six conclusions prove that the Agency did not
    consider whether there was an appearance of a COI is disproven by the
    plain language of the PCI Memorandum; the Navy obviously considered
    whether there was an appearance of impropriety given this concept is
    mentioned multiple times in the PCI Memorandum:
    Although some may believe there is an appearance of
    impropriety based upon Ms. Saucedo’s position as COR and
    her relationship with a McKean employee, the above
    information, findings and conclusions, do not support any
    actual impropriety.
    Tab 36c at AR2746 (emphases added); see id. at 2738. KOAM merely
    disagrees with the Navy’s conclusion that there was no appearance of a
    COI—a determination found reasonable by the GAO. While KOAM attempts
    to treat the CO’s statement contained in the PCI Memorandum explaining
    that “I do not believe the appearance of impropriety by itself sufficient to
    impact the award of the contract to McKean given all of the above” as an
    admission that an appearance of a conflict exists, this argument completely
    ignores the preceding sentence in the PCI Memorandum, noting that while
    46
    “some may believe there is an appearance of impropriety,” the CO himself
    did not.
    (emphasis in original). Protestor responds
    The referenced quotation from the PCI Memorandum, however, does not
    demonstrate that the Navy considered whether there was an appearance
    of impropriety that it needed to strictly avoid. As discussed above, “a factual
    inquiry into whether an actual impropriety has transpired is unnecessary”
    because the issue is whether the facts support an appearance of an
    impropriety, not whether there is an actual impropriety. See Compliance
    Corp., 22 Cl. Ct. at 199. Thus, the Navy’s conclusion regarding an actual
    impropriety in no way answers the question of whether there was an
    appearance of an impropriety that the Navy needed to strictly avoid.
    Moreover, the Navy was required to undertake the appearance analysis in
    order to determine whether it had complied with FAR 3.101-1, and it was,
    therefore, arbitrary and capricious for the Navy to fail to do so.
    (emphasis in original). As noted by defendant,
    KOAM unreasonably faults the Navy for not conducting a separate
    “appearance analysis” of impropriety to determine whether there was an
    appearance of a COI rather than an actual COI. KOAM Reply at 15-16.
    Common sense dictates that if an appearance of a COI is alleged, then an
    investigation must necessarily consider whether there is an actual COI. In
    its one-page argument, KOAM tellingly offers no suggestions on how the
    Court could even differentiate an apparent COI investigation from that of an
    actual COI investigation. Id. Perhaps that is because an appearance of a
    COI investigation is necessarily subsumed into an actual COI investigation;
    thus, the Court should reject this argument.
    KOAM does not explain what a separate “appearance analysis” would encompass, or
    how it would differ from the conflict of interest investigation undertaken by the contracting
    officer in the above captioned bid protest except to conduct in-person interviews of Mr.
    and Ms. Saucedo rather than accepting sworn declarations, in-depth email review, and
    consultation with a designated agency ethics official.10 Although a contracting officer’s
    conflict of interest investigation and conclusions about possible conflicts can prove to be
    insufficient, based on the facts presented, the court does not create a blanket rule that
    any conflict of interest investigation must be segregated into an actual conflict
    investigation and an apparent conflict investigation. Nor can the court determine, as
    argued by KOAM, that based on the contracting officer’s investigation and conclusions
    that no investigation into an apparent conflict of interest occurred. As identified at the end
    of the contracting officer’s analysis, the contracting officer in the above captioned protest
    indicated, perhaps with inartful wording:
    10As discussed below, KOAM challenges these aspects of the contracting officer’s
    conflict of interest investigation.
    47
    Although some may believe there is an appearance of impropriety based
    upon Ms. Saucedo’s position as COR and her relationship with a McKean
    employee, the above information, findings and conclusions, do not support
    any actual impropriety. I do not believe the appearance of impropriety by
    itself sufficient to impact the award of the contract to McKean given all of
    the above.
    The court interprets “given all of the above” to refer to all the findings made by the
    contracting officer and any possible impact on the procurement discussed in the lengthy
    Personal Conflict of Interest Memorandum.
    Furthermore, the beginning of the analysis in the Personal Conflict of Interest
    Memorandum cited to the statutory and regulatory guidance for both actual and apparent
    conflicts of interest. The Personal Conflict of Interest Memorandum stated:
    PCI ANALYSIS
    Authority: 41 U.S.C., Chapter 21, Restrictions on Obtaining and Disclosing
    Certain Information, Federal Acquisition Regulation (FAR) Part 3.1; 
    18 U.S.C. § 208
     Acts affecting a personal financial interest, 5 CFR Part 2635.
    Additionally, the following is a brief overview of some of the main regulations
    relevant to this analysis:
    1. FAR 2.101, which implements 
    41 U.S.C. § 2101
    , defines “Source
    Selection Information” to include: “Other information marked as ‘Source
    Selection Information – See FAR 2.101 and 3.104’ based on a case-by-
    case determination by the head of the agency or the contracting officer, that
    its disclosure would jeopardize the integrity or successful completion of the
    Federal agency procurement to which the information relates.”
    2. FAR Subpart 3.101-1 states: “Government business shall be conducted
    in a manner above reproach and, except as authorized by statute or
    regulation, with complete impartiality and with preferential treatment for
    none. Transactions relating to the expenditure of public funds require the
    highest degree of public trust and an impeccable standard of conduct. The
    general rule is to avoid strictly any conflict of interest or even the
    appearance of a conflict of interest in Government-contractor relationships.
    While many Federal laws and regulations place restrictions on the actions
    of Government personnel, their official conduct must, in addition, be such
    that they would have no reluctance to make a full public disclosure of their
    actions.”
    (capitalization and emphasis in original). The contracting officer was aware and
    considered 
    18 U.S.C. § 208
    , FAR Part 3.1, and FAR 3.101-1 when conducting his conflict
    of interest investigation.
    48
    Turning to the specific facts of the award to McKean, KOAM also argues:
    The administrative record reflects that there was the appearance of a
    significant personal conflict of interest that was based on the fact that
    McKean drafted its proposal with assistance from a key person (i.e., Mr.
    Saucedo) who was married to, living with, and working in the same house
    as a Navy Contracting Officer Representative (i.e., Ms. Saucedo) who had
    ongoing access to, and knowledge of, KOAM’s confidential cost and pricing
    data and contract performance data, as well as source selection information
    relating to the procurement under the Solicitation.
    (emphasis in original). In response, defendant argues that “the Court should find that
    there is not a shred of evidence that Ms. Saucedo shared proprietary information with her
    husband.” Intervenor argues “[d]espite KOAM’s unsupported claims to the contrary, the
    Agency properly determined there was no conflict surrounding Mr. and Ms. Saucedo’s
    marriage.” (alteration added).
    Protestor cites to no regulation or statute that provides marriage, or individuals
    living shared quarters, creates an apparent conflict of interest in and of itself. In the above
    captioned protest, Mr. and Ms. Saucedo took a number of steps to avoid even the
    appearance of a conflict of interest, specifically, separate home office spaces, restricted
    access to Ms. Saucedo’s computer, seriously restricting discussion of her work, and
    awareness by Ms. Saucedo’s colleagues of Mr. Saucedo’s employment. The court
    acknowledges the language in the recent United States Court of Federal Claims decision
    in Appsential , LLC v. United States, stated: “Appsential is correct that a marriage between
    an agency employee and an employee of an offeror could create the appearance of a
    conflict of interest, as noted by the contracting officer.” Appsential, LLC v. United States,
    
    153 Fed. Cl. 610
    , 619 (2021). In Appsential, however, the court explained the individuals
    were
    [***], a division director in DOE’s [Department of Energy’s] Office of the
    Chief Financial Officer, is married to [***], who is a Principal Solutions
    Architect at GDIT [General Dynamics Information Technology, Inc.]. Early
    on, [***] was involved in drafting and reviewing documents related to this
    solicitation. [***], specifically, “provided input into one of the six order
    Performance Work Statements ... and reviewed the Independent
    Government Cost Estimate” between March and May of 2018.
    
    Id. at 618
     (second and fourth alterations added; internal references omitted). The
    individuals in Appsential, therefore, appeared to have been critically involved in the
    procurement for both the government and an offeror with one individual drafting
    documents related to the solicitation and reviewing the Independent Government Cost
    Estimate before the Department of Energy issued a request for quotations for the
    solicitation at issue in Appsential. After recusals of one of the individuals in Appsential:
    49
    The contracting officer conducted a review of the potential OCI on February
    4, 2020. The contracting officer interviewed [***], reviewed the documents
    that [***] had worked on, and discussed the situation with the prior
    contracting officer. While the contracting officer determined that there were
    “no substantial changes” in the documents between the time [***] worked
    on the documents and when the RFQ was publicly released in November
    2019, the documents had gone “through multiple subsequent reviews”
    following [***]’s recusal, “and contain[ed] similar requirements to prior IT
    contracts issued to meet DOE's needs,” Ultimately, the contracting officer
    determined that there was no “substantial risk to the integrity of the
    competition, or unfair competitive advantage, nor [was] there risk to the
    government that could outweigh a potential award to GDIT.”
    
    Id.
     (alterations in original; internal references omitted). The Judge in Appsential ultimately
    reasoned:
    The contracting officer determined, after review of the circumstances, that
    “no additional steps [needed] to be taken to mitigate this possible OCI.” The
    court does not find that the contracting officer's decision was unreasonable.
    The administrative record indicates that the prior contracting officer did not
    believe additional actions were necessary beyond [***]’s recusal.
    Additionally, the contracting officer thoroughly investigated the matter,
    determined that mitigation efforts already taken were sufficient, and
    recommended additional steps should GDIT be awarded the contract. While
    Appsential suggests additional steps that the contracting officer could have
    taken, the absence of these actions no not render the contracting officer's
    conclusion arbitrary and capricious.
    
    Id. at 619
     (alterations in original; internal references and footnote omitted). Therefore, the
    Judge in Appsential concluded: “Without more than this speculation, Appsential has failed
    to meet its burden of identifying the requisite facts in the administrative record that support
    its claim that GDIT had an unequal access to information OCI.” 
    Id.
    In the bid protest now under review in this court, there is no suggestion that either
    Mr. Saucedo or Ms. Saucedo was as critical to the procurement as the individuals in
    Appsential, which is borne out by the information in Ms. Saucedo’s initial response to the
    Navy’s email questions and in the sworn declarations of both Mr. Saucedo and Ms.
    Saucedo, nor has KOAM presented any hard information that either Mr. Saucedo or Ms.
    Saucedo played a critical role during the development of the RFP or the evaluation of the
    proposals received, as discussed below. In his sworn declaration, Mr. Saucedo notes that
    “I have never served as an executive of McKean Defense Group, LLC or Noblis. Instead,
    I am a Senior Systems Engineer. In its proposal in response to the Solicitation, Noblis
    proposed me in a key personnel role as Senior Systems Engineer.” Mr. Saucedo further
    declared:
    16. In the Summer of 2021, I provided input on discrete technical matters
    during the drafting of McKean Defense’s (now Noblis) technical proposal
    50
    submitted in response to the Solicitation. Specifically, I provided early input
    regarding rack configuration and installation technical drawings, system
    development, and installation processes given my expertise as a production
    engineer. While the inputs I provided on such technical matters were used
    to draft portions of Noblis’ technical proposal, I did not myself draft the final
    technical section of the proposal, nor did I review the technical proposal
    before submission.
    17. I was never contacted or asked to provide any input whatsoever on
    Noblis’ cost/price proposal submitted in response to the Solicitation, nor did
    I ever provide any input on the cost/price proposal whatsoever. I neither
    viewed nor had access to Noblis’ cost/price proposal or any cost details
    used as inputs for that cost/price proposal prior to submission. In fact, to
    this day I have never seen the details of this cost/price proposal.
    18. I was not involved in any way in Noblis’ decision to compete under the
    Solicitation.
    Ms. Saucedo declared in her declaration:
    I did not have any involvement in drafting the requirements for Request for
    Proposal (RFP) N66001-21-R-0041, nor did I have access to the solicitation
    package. I did not have any role/involvement or have any discussion/access
    to information related to the requirements, development of the
    RFP/solicitation, Independent Government Cost Estimate (IGCE),
    acquisition strategy, development of source selection criteria, evaluation of
    proposals or the award decision.
    Protestor, in its motion for judgment on the Administrative Record, however, cites to
    the following what it describes as “hard facts,” to demonstrate there was an appearance
    of a conflict of interest in this protest: “Mr. Saucedo was involved in the preparation of
    McKean’s proposal submitted in response to the Solicitation,” “Ms. Saucedo had access
    to KOAM’s cost and pricing data and performance data under the incumbent contract,”
    and “Ms. Saucedo was involved in, and had access to information relating to, the Navy’s
    procurement under the Solicitation, including source selection information.” From these
    facts, protestor argues:
    In sum, Ms. Saucedo’s access to KOAM’s incumbent rate and performance
    information and her access to sensitive information regarding, and
    involvement in, the Navy’s procurement under the Solicitation, coupled with
    her husband’s involvement in the preparation of the awardee’s proposal and
    role as a key personnel, created an appearance of a conflict of interest that
    the Navy, pursuant to FAR 3.101-1, should have strictly avoided. Given that
    the Saucedos were working full-time in their shared home throughout the
    procurement, Ms. Saucedo could have easily shared the information with
    Mr. Saucedo.
    51
    Defendant responds that
    the record contains no hard facts that Mr. Saucedo gained access to
    KOAM’s incumbent information. Although Mr. Saucedo confirmed he had
    some input on some engineering aspects of McKean’s proposals and was
    listed as a key person as a senior systems engineer, he declared under
    oath that he did not talk about McKean’s proposal with his wife and had no
    input on McKean’s cost proposal. Nor did he discuss any of the cost aspects
    of KOAM’s incumbent contract with his wife, or have any access to his wife’s
    Navy computer, despite working from the same home during the COVID-19
    pandemic.
    (emphasis in original; internal references omitted). In his sworn declaration, Mr. Saucedo
    declared:
    8. My wife and I do not discuss her management of contracts. Accordingly,
    I am not aware of my wife's specific duties as a COR regarding
    administration of KES's incumbent contract. I do know that she has never
    shared with me any proprietary or sensitive information of a contractor that
    she oversees, including KES.
    Access to or Knowledge of KES’s Proposal
    9. KES’s protest alleges that “[a]s a COR for the incumbent contract,
    [redacted], [she] may have participated personally and substantially in the
    subject procurement . . .” That allegation is incorrect. Redacted Protest at
    28. My wife and I do not discuss her role, if any, in the evaluation of
    proposals or award decision resulting in a contract being awarded to Noblis
    under the current Solicitation.
    10. I have never had access to, viewed, nor possessed any portion of or
    information regarding KES’s proposal for the NIEF contract at any time,
    either under the incumbent effort or the proposal KES submitted under
    current Solicitation for this effort.
    11. My wife and I have not discussed KES’s proposal under the current
    Solicitation. To the best of my knowledge, my wife is not involved in the
    protested procurement and I am not aware that she has access to KES's
    proposal or the evaluation thereof. Nor have I ever received or been told
    any information regarding KES’s price or costs under KES’s incumbent
    contract by my wife.
    (capitalization and emphasis in original).
    Additionally, defendant challenges KOAM’s “hard facts” by arguing that
    52
    there is nothing to support KOAM’s argument that Ms. Saucedo’s access to
    information under its incumbent contract presents an appearance of a
    conflict of interest. It is undisputed that as one of eight to nine contracting
    officer representatives under the KOAM incumbent contract, Ms. Saucedo
    would have had access to the task orders she oversaw. But KOAM points
    to no hard facts that she actually shared any proprietary information with
    her husband gleaned from her role as a contracting officer representative;
    rather, the only evidence is that Ms. Saucedo cooperated with full candor
    within 24 hours to responding to a series of questions, and that both Mr.
    and Ms. Saucedo declared under oath that Ms. Saucedo has never shared
    any proprietary information.
    (emphasis in original; internal references omitted). As referenced above, in response to
    the questions raised by the contract specialist: “Did you ever discuss your work as a COR
    on the KES contract with Mr. Saucedo? How often? What types of things concerning the
    contract were discussed?” Ms. Saucedo responded: “The only thing I have discussed with
    Mr. Saucedo regarding my work at the NIEF is high level project details, never have
    discussed my role as COR or the details of that work.” Similarly, in response to the
    contract specialist questions: “What non-public information, if any, did you share with Mr.
    Saucedo and when? For example, did you ever discuss labor rates such as pay between
    KES and McKean?” Ms. Saucedo answered: “I have never discussed any labor rates or
    any other financial contract information with Mr. Saucedo.” In her declaration, under
    penalty of perjury, Ms. Saucedo stated:
    I have never discussed my role as COR or the details of that work with my
    husband. I have never disclosed any third party proprietary information, like
    KES or its subcontractors’ labor rates, or any other financial or contract
    information with Mr. Saucedo. The only thing I have discussed with Mr.
    Saucedo regarding my work at the NIEF is very high-level project details.
    In Mr. Saucedo’s declaration, under penalty of perjury, he stated:
    My wife and I do not discuss her management of contracts. Accordingly, I
    am not aware of my wife's specific duties as a COR regarding administration
    of KES's incumbent contract. I do know that she has never shared with
    me any proprietary or sensitive information of a contractor that she
    oversees, including KES.
    Separately, KOAM argues
    The Independent Government Cost Estimate that Ms. Saucedo had access
    to also was competitively valuable. The Independent Government Cost
    Estimate, which was not disclosed to offerors, utilized historical pricing
    information from the incumbent contract to provide a forecasted value of
    $221,340,961.00 for the procurement. Tab 36.a at AR 2634. Having access
    53
    to the Independent Government Cost Estimate, or knowledge of the
    estimated value, would have provided McKean with a benchmark in terms
    of price.
    The court notes that protestor does not cite to any “hard facts” that suggest Ms. Saucedo
    provided the Independent Government Cost Estimate to Mr. Saucedo. Intervenor notes
    that protestor’s argument relies in part on a PowerPoint presentation, which as intervenor
    argues, took place ”three months after the Agency received KOAM’s and McKean’s cost
    proposal.” Intervenor also argues that
    [w]hile KOAM asserts that the presentation contains source selection
    information, it is neither marked as containing source selection sensitive
    information, nor does it reference an IGCE. Rather, it contains only a
    bottom-line “predicted value” of the Solicitation in the amount of $221M,
    which is $341K lower than the IGCE of $221,340,961. This chart does not
    support KOAM’s assertion, and is not a “hard fact” proving a COI. Notably,
    KOAM has not explained how it would have been prejudiced by Ms.
    Saucedo’s knowledge of a “predicted value” of the procurement shared
    three months after final proposals were submitted, where (1) the RFP
    provided that an offeror’s cost would be evaluated on adjusted rather than
    proposed costs, (2) for all but three employees, McKean proposed its
    employees actual salaries, and (3) offerors did not have the opportunity to
    amend their proposed approaches or costs following the presentation.
    Moreover, KOAM cannot demonstrate prejudice where both it and
    McKean’s proposed and evaluated costs were significantly below the IGCE.
    (emphasis in original; internal references omitted; alteration added). Defendant also
    argues “it was not improper for Ms. Saucedo to have access to the estimated value of the
    IGCE, because there was similarly no evidence that she had access to the IGCE itself.”
    (emphasis in original). The court finds no basis to question the contracting officer’s
    conclusions in the Personal Conflict of Interest Memorandum regarding Ms. Saucedo’s
    access to relevant information about the RFP including the Independent Government
    Cost Estimate.
    KOAM separately suggests
    the Navy was not aware of the potential conflict of interest prior to award
    because neither Ms. Saucedo, nor McKean, raised the potential issue, even
    though “Ms. Saucedo was aware of Mr. Saucedo’s company competing on
    the requirement.”. Ms. Saucedo’s lack of candor regarding her potential
    financial interest in an award to McKean further contributed to the
    appearance of a personal conflict of interest.
    (internal references and footnote omitted). The court notes that the contracting officer’s
    conclusions in the Personal Conflict of Interest Memorandum stated:
    54
    The PCI investigation revealed that although Ms. Saucedo has not
    discussed Mr. Saucedo’s job with her co-workers, Ms. Saucedo along with
    some fellow co-workers knew he worked for Cabrillo, which is a unit within
    McKean and now owned by Noblis-MSD. Mr. Saucedo does not work on
    any projects or programs that Ms. Saucedo is involved in with the NIEF.
    The PCI investigation revealed Ms. Saucedo was aware of Mr. Saucedo’s
    company competing on the requirement. Ms. Saucedo stated, “I did know
    the company was developing a proposal for this contract, Mr. Saucedo told
    me. I am not sure when the contract actually went out for bidding but I knew
    before the proposal was submitted. Other than knowing they were
    developing a proposal, we did not have any other discussion about the
    contract.”
    In addition, intervenor argues that “Ms. Saucedo did disclose Mr. Saucedo’s employment
    annually on her Office of Government Ethics Form 450 pursuant to her Designation of
    Contracting Officer’s Representative - Ms. Saucedo could not possibly have lacked
    candor when she disclosed her marriage and Mr. Saucedo’s employment to the US
    government.” (internal reference omitted). The contracting officer determined, on
    balance, in the Personal Conflict of Interest Memorandum that Ms. Saucedo’s relationship
    did not rise to an actual or apparent conflict of interest that required further action. The
    court does not disturb the contracting officer's conflict of interest determination.
    Protestor also argues that
    the Navy’s “interviewing” and fact-gathering processes were carried out in
    a perfunctory manner. Critically, the investigation did not include interviews
    with the two individuals at the center of the allegations (i.e., the Saucedos).
    Instead, the Navy relied on a written email response that Ms. Saucedo had
    less than twenty-four hours to prepare, see Tab 36.c at AR 2750-54, and
    self-interested declarations from the Saucedos in which they denied acting
    in a criminal manner.
    KOAM also contends that the “Navy unreasonably failed to conduct any document or
    email review in connection with its investigation, aside from ‘a review of internal
    contractual documentation.’” KOAM argues that “[d]ocument and email review is a
    routine, and often initial, investigatory step, and it could have been used to test the Navy’s
    conclusions that Ms. Saucedo did not participate in the procurement and did not
    communicate with Mr. Saucedo regarding the procurement or KOAM.” (alteration added).
    Defendant argues that “the contracting officer’s determination was reasonable that the
    oral interviews and written responses from all the SSEB members and the declarations
    under oath from Mr. and Ms. Saucedo was sufficient.” (emphasis in original).
    A contracting officer has discretion as to how he or she conducts a conflict of
    interest investigation, and that discretion is reviewed by this court for arbitrariness and
    capriciousness. The contracting officer in the above captioned bid protest concluded that
    55
    the email exchange between Ms. Saucedo with the contract specialist and the sworn
    declarations from both Mr. and Ms. Saucedo, as well as responses from all members of
    the Source Selection Evaluation Board was sufficient to reach a decision on the conflict
    of interest issues ,both actual and apparent. KOAM, however, argues Ms. Saucedo had
    less than 24 hours to respond to the lengthy number of questions posed by the contract
    specialist, which forced Ms. Saucedo to respond quickly. The court notes that the answers
    offered by Ms. Saucedo in the email exchange are very similar to the statements provided
    in her sworn declaration submitted under the penalty of perjury. Although protestor
    disagrees with the breadth of the investigation, unless the contracting officer’s
    determinations were arbitrary and capricious, mere disagreement is not sufficient for the
    court to conclude the investigation was insufficient. See Appsential, LLC v. United States,
    153 Fed. Cl. at 619. The Federal Circuit in Oracle America, Inc. v. United States
    explained:
    The standard for Claims Court review of a contracting officer’s decision with
    regard to a conflict of interest is highly deferential. A contracting officer's
    conflict of interest determination will be upheld unless it is “arbitrary,
    capricious, or otherwise contrary to law.” PAI Corp. v. United States, 
    614 F.3d 1347
    , 1352 (Fed. Cir. 2010). If the contracting officer's findings are
    rational, they will be upheld on judicial review. See Turner Constr. Co. v.
    United States, 
    645 F.3d 1377
    , 1383–87 (Fed. Cir. 2011).
    Oracle Am., Inc. v. United States, 975 F.3d at 1296; see also Turner Constr. Co. v. United
    States, 
    645 F.3d at
    1386 (citing PAI Corp. v. United States, 
    614 F.3d at 1352
    ) (“The CO
    has considerable discretion in determining whether a conflict is significant.”). The court
    concludes that the scope of the contracting officer’s investigation was sufficient.
    Protestor also argues that it “was unreasonable for the Navy to not consider, as
    reflected in KOAM’s October 18, 2021 letter to the Navy, allegations that Ms. Saucedo
    has, on multiple occasions, defended McKean’s performance under another contract
    during Navy meetings based on information she had learned from her husband, which
    reflects that Ms. and Mr. Saucedo exchange information regarding their work.” As noted
    above, KOAM sent the Navy a letter which stated, in part:
    Following the dismissal of the protest as academic, KES learned that Ms.
    Saucedo has communicated with her husband in the past about ongoing
    Navy programs in which McKean was involved. Specifically, KES has been
    advised that, in multiple meetings in the past, NIEF government project
    leads have discussed problems and concerns regarding the Military Sealift
    Command (“MSC”) program office, on which McKean and Mr. Saucedo
    provide contract support to PMW 160. When the NIEF MSC government
    project lead expressed frustration with the MSC program and its effects on
    the NIEF during weekly meetings of government project leads, Ms. Saucedo
    has spoken up to defend the MSC program based on information she has
    learned from her husband. In other words, Ms. Saucedo clearly has
    information about McKean and her husband’s work on the MSC program
    that is unrelated to her role at the NIEF, and she has shared that information
    56
    with NIEF officials in the past in a way that has been helpful to McKean.
    Although this may not, in and of itself, constitute improper behavior, it does
    demonstrate that Mr. and Ms. Saucedo discuss details of their work for the
    Navy and share certain program-related information. Thus, it supports the
    concern about an appearance of impropriety, so we felt compelled to relay
    the information to you.
    The contracting officer, however, specifically addressed KOAM’s letter in the February
    24, 2022 Personal Conflict of Interest Memorandum. The contracting officer wrote:
    I did not uncover any further information related to KES counsel’s 18
    October 2021 email stating the KES learned that Ms. Saucedo spoke up to
    defend the MSC program, and thereby McKean. The information provided
    was vague, and offered no information as to any dates or timeframes it was
    alleged to have occurred. Ms. Saucedo stated in her declaration that she
    did not recall attending a government or government/contractor meeting
    wherein she discussed Military Sealift Command NIEF related efforts. Given
    the declarations by both Ms. Saucedo and Mr. Saucedo regarding Ms.
    Saucedo not revealing any proprietary information regarding KES to Mr.
    Saucedo, other information detailed above, and KES’ admission that its
    allegation would not constitute improper behavior, I do not find this
    allegation affects my findings. Furthermore, the allegation is more about Mr.
    Saucedo discussing his work with Ms. Saucedo (not the reverse) which is
    not improper. Finally, the discussion of problems or concerns with regards
    to the MSC program office would not provide new or competitively useful
    information that would have given McKean an advantage over KES, who
    has overseen the full scope of work for the NIEF Engineering contract under
    its incumbent contracts.
    Based on the facts of the present bid protest, and the deference given to a contracting
    officer to conduct a conflict of interest investigation, the court finds it was sufficient and
    reasonable for the contracting officer to conclude the investigation as he did. As
    articulated by the contracting officer, Ms. Saucedo declared, under penalty of perjury, that
    she did not recall attending any meetings discussing the Military Sealift Command NIEF
    related efforts and both Mr. Saucedo and Ms. Saucedo declared that Ms. Saucedo did
    not provide any proprietary information to Mr. Saucedo. Therefore, it was reasonable for
    the contracting officer not to inquire further about unsupported and unspecified allegations
    of impropriety raised by protestor.
    Protestor also argues:
    Finally, there is no evidence that the Contracting Officer consulted with the
    designated agency ethics official regarding the alleged conflict. This was a
    significant oversight, as designated agency ethics officials are subject-
    matter experts responsible for, among other things, “[p]roviding advice and
    counseling to prospective and current employees regarding government
    57
    ethics laws and regulations” and “[t]aking appropriate action to resolve
    conflicts of interest and the appearance of conflicts of interest.”
    (emphasis and alterations in original). Intervenor responds: “Again, KOAM does not cite
    any regulatory or statutory requirement for this measure, nor is it required by the FAR.
    KOAM merely disagrees with the Navy’s chosen investigation techniques and attempts
    to override the Agency’s discretion in determining the proper methodologies for the COI
    investigation.” Defendant argues “KOAM offers no authority, nor are we aware of any,
    when a contracting officer must consult ethic officials on the basis of an apparent conflict
    of interest.” (emphasis in original; internal cites omitted). The court agrees that the
    decision not to consult a designated agency ethics official does not render the contracting
    officer decision arbitrary or capricious. Given the highly deferential standard this court
    applies to the contracting officer's conflict of interest determination, the investigation the
    contracting officer undertook, and the documentation in the Personal Conflict of Interest
    Memorandum, the court finds the decision not to include the ethics official not dispositive
    or irrational given the facts of the bid protest currently before the court. See Turner Constr.
    Co. v. United States, 
    645 F.3d at
    1383–87. In Harkcon, Inc. v. United States, 
    133 Fed. Cl. 441
     (2017), a Judge of the United States Court of Federal Claims determined “the
    contracting officer’s finding that there was no appearance of impropriety—and no actual
    impropriety, including no OCI or PIA violation—was neither irrational nor contrary to law.”
    
    Id. at 466
    . The Judge in Harkcon also noted: “Under the ‘“highly deferential” rational basis
    view’ that applies in bid protests, CHE Consulting, Inc. v. United States, 
    552 F.3d 1351
    ,
    1354 (Fed. Cir. 2008) (quoting Advanced Data, 
    216 F.3d at 1058
    ), overturning a
    contracting officer's determination that there was no appearance of impropriety should be
    done sparingly.” Harkcon, Inc. v. United States, 133 Fed. Cl. at 466. Based on the above
    discussion, this court does not find the contracting officer’s decision that there was no
    actual conflict or the appearance of a conflict of interest to have been arbitrary or
    capricious when he allowed the procurement process to proceed.
    Even if the court were to determine that the contracting officer improperly
    concluded that the relationship between Ms. Saucedo and Mr. Saucedo did not create
    the appearance of a conflict, which the court pointedly has not, under the holding of Oracle
    America, Inc. v. United States, 
    975 F.3d 1279
    , the court would still have to find that the
    conflict of intertest tainted the procurement or had a significant impact on the procurement
    at issue in the protest currently before this court in order to find in favor of protestor.
    Defendant also argued that the facts of this protest do not meet “the Oracle test where a
    conflict of interest must actually ‘taint’ or ‘significantly impact the procurement.’”
    In Oracle, the Federal Circuit explained:
    The procurement at issue in this case, known as the Joint Enterprise
    Defense Infrastructure (“JEDI”) Cloud procurement, is directed to the long-
    term provision of enterprise-wide cloud computing services to the
    Department of Defense. The JEDI Cloud solicitation contemplated a ten-
    year indefinite delivery, indefinite quantity contract. The Defense
    Department decided to award the contract to a single provider rather than
    making awards to multiple providers. The JEDI Cloud solicitation included
    58
    several “gate” provisions that prospective bidders would be required to
    satisfy.
    
    Id. at 1283
    . Separate from issues related to the gate provisions, the Federal Circuit stated
    that
    the Claims Court examined Oracle’s claims that several Department
    officials who were involved in some way with the procurement had conflicts
    of interest, and that Amazon Web Services, Inc., (“AWS”), one of the
    bidders on the contract, had an organizational conflict, all of which infected
    the procurement. The court addressed the question whether the contracting
    officer had properly assessed the impact of the conflicts on the procurement
    and found that she had. The court then concluded that the contracting
    officer had properly exercised her discretion in finding that the individual and
    organizational conflicts complained of by Oracle did not affect the integrity
    of the procurement.
    
    Id. at 1288
    . Specifically related to the conflicts of interest, the Federal Circuit further
    indicated that
    [w]hen the claimed conflicts surfaced, the contracting officer conducted a
    detailed investigation and made findings as to the conflicts and their effects
    on the procurement. She determined that although there were conflicts of
    interest on the part of two of the employees, those conflicts and the asserted
    conflict on the part of the third employee did not have any effect on the
    procurement.
    
    Id. at 1295
     (alteration added). According to the Federal Circuit, after the trial court
    reviewed the contracting officer's findings, the Judge of the United States Court of Federal
    Claims “concluded that the contracting officer’s investigation was thorough and her ‘no
    effect’ determination was reasonable.” See 
    id.
     To begin its analysis, the Federal Circuit
    specifically noted it would “reject Oracle’s argument that the conflicts of interest in this
    case invalidate the solicitation regardless of whether they had any effect on the
    procurement,” and stated:
    The three former Defense Department employees whose conduct is at
    issue are Deap Ubhi, Anthony DeMartino, and Victor Gavin. Oracle
    challenges the Claims Court's conclusions as to the conflict of interest
    claims with respect to all three employees. Specifically, Oracle contends
    that the conflicted employees influenced the procurement by affecting the
    decision to use a single award and the selection of the gate criteria. While
    we share the views of the contracting officer and the Claims Court that some
    of the conduct at issue is troubling, at the end of the day we agree with the
    Claims Court that the conflict of interest problems of those three individuals
    had no effect on the JEDI Cloud solicitation.
    59
    
    Id. at 1296-97
    . The Federal Circuit fist addressed Deap Ubhi:
    Mr. Ubhi was employed by AWS until January 2016. After a period of time
    working for the Defense Department between August 2016 and November
    2017, he returned to AWS. The contracting officer found that during Mr.
    Ubhi's tenure in the Department, he was involved in marketing research
    activities for the JEDI Cloud procurement and that he participated in drafting
    and editing some of the first documents shaping the procurement. In
    October 2017, Mr. Ubhi advised the Department that a company he had
    founded might be engaging in discussions with Amazon, the owners of
    AWS, and that he was recusing himself from further involvement in the JEDI
    Cloud procurement. The contracting officer subsequently concluded that
    Mr. Ubhi’s involvement in the procurement did not materially impact the
    procurement, for several reasons: the restrictions on his involvement based
    on his prior employment had expired by the time he began working on the
    procurement; his participation in the procurement was limited; and he
    promptly recused himself when the potential conflict arose.
    It was later determined that the reason Mr. Ubhi gave for his recusal was
    false, and that instead he was negotiating for employment with AWS during
    the period before his recusal. When that fact came to light, the contracting
    officer reassessed the impact of Mr. Ubhi’s actions in light of the new
    information. While the contracting officer found that Mr. Ubhi’s behavior was
    troubling, she again determined that Mr. Ubhi's conflict of interest had not
    tainted the JEDI Cloud procurement. The Claims Court agreed with the
    contracting officer that Mr. Ubhi's behavior was troubling. The court agreed
    with the contracting officer that despite being aware of his ethical
    obligations, Mr. Ubhi ignored them and remained involved in the
    procurement when he should not have been.
    The situation with respect to Mr. Ubhi is more complex than is the case for
    the other alleged conflicts of interest. As the contracting officer recognized,
    his behavior was “disconcerting,” as he was aware of his ethical obligations,
    but “ignored them.” Oracle, 144 Fed. Cl. at 122. The contracting officer
    concluded that Mr. Ubhi had violated FAR 3.101-1 and possibly other
    statutory and regulatory provisions governing conflicts of interest, including
    
    18 U.S.C. § 208
    . Nonetheless, the contracting officer and the Claims Court
    noted that when Mr. Ubhi returned to AWS, he did not work on the JEDI
    Cloud proposal team or in AWS’s Federal Business Sector or its DoD
    Programs section. Moreover, the contracting officer found no evidence that
    Mr. Ubhi had shared any information with the team at AWS that was working
    on the JEDI Cloud procurement. The court found that the contracting
    officer's investigation in that regard was thorough and that there was no
    reason to disturb it. The contracting officer also found that even if Mr. Ubhi
    had disclosed nonpublic information to AWS, none of it would have been
    competitively useful. And she found that his seven-week period of work on
    the preliminary planning stage of the JEDI Cloud procurement did not
    60
    introduce bias in favor of AWS. The Claims Court found the contracting
    officer's conclusions on those issues to be supported by the record. The
    Claims Court, moreover, found that Mr. Ubhi’s primary role was industry
    liaison; the record did not “warrant attributing to him any serious
    involvement in the technical or security aspects of the gate criteria.” Oracle,
    144 Fed. Cl. at 123.
    Based on its review of the record, the Claims Court found that the
    contracting officer correctly concluded that although Mr. Ubhi should not
    have worked on the JEDI Cloud procurement, his involvement did not affect
    the procurement in any material way. With regard to the decision whether
    to use a single award or multiple awards, the Claims Court noted that the
    Defense Department’s Cloud Executive Steering Group (of which Mr. Ubhi
    was not a member) expressed a preference for a single-award approach
    early on in the process, before Mr. Ubhi’s involvement. Yet even after Mr.
    Ubhi left the Department, “the Deputy Secretary remained unconvinced
    regarding which approach to use,” and the contracting officer recalled that
    as of April 2018, long after Mr. Ubhi was gone, “the single award decision
    was still being vigorously debated.” Oracle, 144 Fed. Cl. at 123–24. Thus,
    the contracting officer concluded that Mr. Ubhi had no effect on the decision
    to use a single-award approach or the fashioning of the gate criteria. The
    Claims Court sustained that judgment.
    Oracle Am., Inc. v. United States, 975 F.3d at 1297-98. On appeal, Oracle argued that
    the Ubhi no-impact determination “runs counter to the evidence before the
    agency.” There is no force to this argument. Oracle's contention that Mr.
    Ubhi “deliberately, systematically, and successfully influenced individuals to
    adopt the single-award approach” far outruns the limited evidence Oracle
    cites to support it. First, Oracle cites two separate instant messages in
    which a Department attorney told Mr. Ubhi, “Single is assumed now,” and
    added, “Really glad you were here this week.” That is not evidence that Mr.
    Ubhi's support for a single-award approach was important to the decision.
    Moreover, as the contracting officer found, the evidence shows that the
    issue of single-versus multiple contract awards was debated long after Mr.
    Ubhi's departure from the agency, contrary to the implication in the instant
    message. Second, Oracle cites an instant message from Mr. Van Name in
    which he stated: “The single [vs.] multiple conversation is done. Everyone
    that matters is now convinced; Thursday’s meeting was decidedly clear that
    we are all in favor of a single award.” That message, however, does not
    remotely suggest that Mr. Ubhi’s preference for a single-award approach
    was important to, or otherwise materially affected, the decisionmakers'
    selection. Oracle next argues that the contracting officer was wrong to state
    that there was no evidence that Mr. Ubhi’s participation “had any
    substantive impact on the procurement decisions or documents,” because
    there was evidence that Mr. Ubhi “edited material in October 2017” that the
    61
    Department ultimately included in the solicitation. But the contracting officer
    reviewed Mr. Ubhi’s “edits” in detail, and concluded that Mr. Ubhi's
    “influence and direct edits to the documents were minimal.” The contracting
    officer estimated that Mr. Ubhi contributed an estimated 100 changes to the
    Problem Statement, “ranging in significance from formatting and grammar
    to revision of sentences and paragraphs,” which were made as part of a
    group effort. In addition, the contracting officer noted, Mr. Ubhi’s
    participation “contributed a total of eight (8) edits to the [request for
    information], all of which were contained within two sentences.” Contrary to
    Oracle's contention, the evidence amply supports the contracting officer’s
    conclusion that Mr. Ubhi did not materially impact the solicitation,
    particularly with respect to the single-award approach and the gating
    requirements.
    On a separate issue, Oracle briefly contends that the contracting officer was
    wrong to find that there was “no evidence that ... [Mr.] Ubhi obtained or
    disclosed any competitively useful nonpublic information.” In fact, Oracle
    argues, Mr. Ubhi had access to sensitive information, including the JEDI
    Cloud team's Google drive, which he had on his computer. The contracting
    officer, however, found that Mr. Ubhi did not share any competitively useful
    nonpublic information with AWS and was not in a position to do so. The
    contracting officer noted that when Mr. Ubhi was rehired by AWS, he did
    not join AWS’s JEDI Cloud proposal team, but joined the commercial team
    that was not involved in government contracts. Moreover, Mr. Ubhi was
    subject to firewalls within AWS, and the contracting officer reviewed
    numerous affidavits from AWS employees stating that he had not disclosed
    nonpublic information and that he was excluded from any involvement with
    AWS’s JEDI Cloud proposal. In light of the deferential standard of review
    for contracting officers’ findings regarding conflicts of interest, the finding
    that Mr. Ubhi did not share sensitive information with AWS must be
    sustained.
    Oracle Am., Inc. v. United States, 975 F.3d at 1300-1301 (alterations in original).
    Regarding the second individual,
    Mr. DeMartino was a consultant for AWS before joining the Defense
    Department and therefore was prohibited by applicable ethics rules from
    participating in matters involving AWS throughout his tenure at the
    Department. At the Department he occupied two positions at different times:
    Deputy Chief of Staff for the Secretary of Defense and Chief of Staff for the
    Deputy Secretary. In the course of his duties, Mr. DeMartino had limited
    involvement in the JEDI Cloud procurement. The contracting officer
    characterized Mr. DeMartino’s involvement in the procurement as
    “ministerial and perfunctory” and noted that he “provided no input into the
    JEDI Cloud acquisition documents.” The contracting officer noted that the
    Department’s Standards of Conduct Office had determined that “Mr.
    62
    DeMartino’s involvement in ministerial/administrative actions (such as
    scheduling meetings, editing/drafting public relations,[ ] etc.) did not
    constitute participating in the JEDI Cloud acquisition itself,” and that Mr.
    DeMartino therefore was not in violation of the applicable ethical standards.
    However, in light of the high visibility of the procurement and in an
    abundance of caution Mr. DeMartino was advised that he should consider
    recusing himself from even ministerial and administrative matters related to
    the JEDI Cloud procurement, and he did so. In light of Mr. DeMartino’s
    limited role, the contracting officer concluded that his activities “did not
    negatively impact the integrity” of the procurement.
    The Claims Court upheld that determination, finding that none of the facts
    in the case contradicted the contracting officer's determination that Mr.
    DeMartino’s involvement with the JEDI Cloud project had no substantive
    impact on the procurement. According to the court, the contracting officer
    rationally determined that Mr. DeMartino “was merely a go-between for the
    Deputy Secretary and did not have substantive input into the structure or
    content of the solicitation.” Oracle, 144 Fed. Cl. at 121. The court found that
    Mr. DeMartino “did not have a voice in whether DoD should use a single or
    multiple award approach and did not craft the substance of the evaluation
    factors.” Id.
    Oracle contends that the contracting officer failed to consider an important
    aspect of the problem and that her conclusions were contrary to the
    evidence. Oracle points to various communications among Department
    officials, including Mr. DeMartino, and a draft public statement relating to
    the JEDI Cloud procurement that Mr. DeMartino participated in editing. The
    evidence cited by Oracle does not establish that Mr. DeMartino was
    significantly involved in crafting the substance of the procurement. We
    conclude that the record supports the contracting officer's finding, upheld
    by the Claims Court, that Mr. DeMartino’s role in the procurement was
    limited, largely nonsubstantive, and did not significantly impact the
    procurement.
    Oracle Am., Inc. v. United States, 975 F.3d at 1301-1302 (alterations in original; footnote
    omitted).
    Finally, for the third individual challenged by Oracle:
    During the procurement, Mr. Gavin was a Deputy Assistant Secretary of the
    Navy. Between August 2017 and January 2018, he discussed retirement
    plans with an AWS recruiter. In October 2017, he attended a meeting of the
    Cloud Executive Steering Group, which was planning the JEDI Cloud
    procurement, to share the Navy's experience with cloud services. In
    January 2018, he submitted a Request for Disqualification from Duties,
    asking that he be excluded from matters affecting the financial interests of
    63
    AWS. Later that month, he interviewed with AWS, and on March 29, 2018,
    he was offered a position with AWS, which he later accepted. On April 5,
    2018, Mr. Gavin attended a meeting at which the attendees discussed the
    Draft Acquisition Strategy for the JEDI Cloud procurement. The contracting
    officer attended the same meeting and recalled that Mr. Gavin did not
    advocate for any particular vendor but instead advocated for a multiple-
    award approach.
    After beginning his employment with AWS, Mr. Gavin was instructed by
    AWS that he was subject to an information firewall that prohibited him from
    disclosing any nonpublic information about the JEDI Cloud procurement to
    anyone at AWS. He agreed to comply with the firewall requirement.
    Following her investigation of the conflicts of interest involving the JEDI
    Cloud procurement, the contracting officer concluded that Mr. Gavin had
    violated FAR 3.101 and possibly 
    18 U.S.C. § 208
    . But the contracting officer
    found that Mr. Gavin's involvement in the JEDI Cloud project did not taint
    the procurement. In particular, the contracting officer found that Mr. Gavin
    had limited access to the Draft Acquisition Strategy, did not furnish any input
    to that document, did not introduce bias into any of the meetings that he
    attended, and did not disclose any competitively useful information to AWS.
    Although Mr. Gavin spoke with one member of the AWS JEDI Cloud
    proposal team before the firewall was instituted, that member and Mr. Gavin
    represented that Mr. Gavin had not disclosed any nonpublic information
    about the JEDI Cloud procurement.
    The Claims Court found that the contracting officer's conclusions regarding
    Mr. Gavin were “well-supported.” Oracle, 144 Fed. Cl. at 121. In particular,
    the court concluded that the record supported the contracting officer's
    findings that Mr. Gavin was involved in the procurement “only to offer his
    knowledge of the Navy's cloud services experience,” and was not a member
    of any team that was working on the JEDI Cloud procurement. Id. at 121–
    22. The court noted that Mr. Gavin did not “assist in crafting the single award
    determinations or the technical substance of the evaluation factors.” Id. at
    122. At most, the court concluded, Mr. Gavin “attended a few JEDI Cloud
    meetings.” Id. Moreover, the court added, Mr. Gavin did not appear to have
    obtained any contractor bid or proposal information, nor did he appear to
    have introduced any bias toward AWS in the meetings he attended. Id.
    The court agreed with the contracting officer that Mr. Gavin had acted
    improperly in having a conversation with an AWS employee about the JEDI
    Cloud procurement after Mr. Gavin began working for AWS. The court
    found, however, that the contracting officer had “reasonably determined that
    Mr. Gavin simply did not have access to competitively useful information to
    convey to AWS.” Id. at 122. Oracle argues that the Claims Court's statement
    that Mr. Gavin did not have access to competitively useful information to
    convey to AWS is contrary to the contracting officer's findings that Mr. Gavin
    64
    had access to the draft Acquisition Strategy in April 2018. That draft
    Acquisition Strategy, according to the contracting officer, contained
    nonpublic information that could be competitively useful. The Claims Court
    observed, however, that by the time Mr. Gavin began working at AWS, the
    draft request for proposals had been released. The draft request for
    proposals, the court explained, provided AWS “access to the relevant
    information that also appeared in the draft Acquisition Strategy.” Id. The
    court's observation that the information in the draft Acquisition Strategy had
    become public by the time Mr. Gavin began working for AWS thus provided
    support for the contracting officer's finding that Mr. Gavin did not disclose
    any competitively useful nonpublic information to AWS; it did not reflect a
    conflict between the findings of the contracting officer and the decision of
    the Claims Court.
    Oracle Am., Inc. v. United States, 975 F.3d at 1302-1303.
    Regarding Oracle, defendant in the above captioned bid protest argues:
    Analysis of the involvement of two other employees also revealed
    insignificant involvement, such that it did not “taint the procurement” or
    “significantly impact the procurement.” But even though the one employee
    violated FAR 3.101-1, and possibly other statutes, the Court determined
    that this individual “did not furnish any input to the Draft Acquisition Strategy
    [document], did not furnish any input to that document, did not introduce
    any bias into any of the meetings that he attended, and did not disclose any
    competitively useful information to AWS.” Thus, there was no conflict of
    interest.
    (alteration in original; citations omitted). In response, KOAM contends that
    whether an agency violated FAR 3.101-1 based on a failure to strictly avoid
    an appearance of a conflict of interest was not at issue in Oracle. Rather,
    the conflict-of-interest issues in Oracle fall into two categories: (1) alleged
    violations of the criminal conflict-of-interest statute, 
    18 U.S.C. § 208
    ; and (2)
    the impact of alleged violations of the Procurement Integrity Act, 
    41 U.S.C. §§ 2101
    –2107, on the procurement pursuant to FAR 3.104-7.
    Protestor also argues that “[n]otably, the protestor’s briefs filed before the Federal Circuit
    in Oracle did not argue that the procurement should be invalidated because the agency
    failed to avoid an appearance of a conflict of interest pursuant to FAR 3.101-1.” (alteration
    added). Therefore, KOAM contends that “Oracle does not graft an ‘impact the
    procurement’ requirement onto the unambiguous language in FAR 3.101-1 that an
    agency must strictly avoid the appearance of a conflict of interest.” Intervenor responds
    that
    65
    Even though Oracle involved an agency’s analysis of whether action was
    needed in light of an appearance of impropriety under FAR 3.101-1 (which
    KOAM’s complaint alleges, ECF 22 at ¶4) KOAM insists that Oracle is
    irrelevant because the protester there did not specifically allege a violation
    of FAR 3.101-1 and instead relied on the Procurement Integrity Act. ECF
    33, at 11-13. KOAM also offers a detailed discussion of portions of the
    Oracle decision that neither McKean nor the United States mention, and
    which are wholly irrelevant to this case. Neither argument changes the
    Federal Circuit’s holding.
    Similarly, defendant counters, referring to the Oracle decision:
    As an overarching matter, KOAM incorrectly argues that Oracle is
    inapplicable because it allegedly did not involve a violation of FAR 3.101-1,
    because only the criminal COI statute, 
    18 U.S.C. § 208
    , and the
    Procurement Integrity Act, 
    41 U.S.C. §§ 2101-2107
    , were at issue in Oracle.
    KOAM Reply at 11-13. KOAM ignores that the contracting officer’s
    investigation also specifically found violations of FAR 3.101-1, which this
    Court sustained.
    (emphasis in original). The court notes that the Judge of the United States Court of
    Federal Claims in Oracle concluded regarding Mr. Gavin:
    The CO decided that Mr. Gavin violated FAR 3.101-1, and possibly 
    18 U.S.C. § 208
     (2012), but that his involvement did not taint the procurement.
    The CO specifically found that he had limited access to the draft Acquisition
    Strategy and did not furnish any input on the document; he did not disclose
    any competitively useful nonpublic information; he did not obtain or disclose
    other bid information to AWS; and he did not introduce bias into the
    meetings he attended. Regarding AWS, she concluded that it had not
    received any competitively useful information or an unfair advantage
    through Mr. Gavin.
    Oracle Am., Inc. v. United States, 
    144 Fed. Cl. 88
    , 109 (2019), aff’d, 
    975 F.3d 1279
     (Fed.
    Cir. 2020), cert. denied, 
    142 S. Ct. 68 (2021)
    . When evaluating the contracting officer’s
    determination the Judge in Oracle determined:
    The CO likewise considered all of the relevant facts regarding Mr. Gavin’s
    involvement. First, her conclusion that “Mr. Gavin violated FAR 3.101-1, and
    possibly violated 
    18 U.S.C. § 208
     and its implementing regulations,” is well-
    supported. The CO properly went on to ask whether, in light of the conflict,
    Mr. Gavin impacted the procurement. The record supports her conclusion
    that Mr. Gavin was involved only to offer his knowledge of the Navy's cloud
    services experience. He was not a member of the Cloud Executive Steering
    Group, Defense Digital Service, the Chief Information Office, or any other
    team tasked with spearheading aspects of this procurement. As far as we
    can tell from the record, he did not assist in crafting the single award
    66
    determinations or the technical substance of the evaluation factors. At most,
    he attended a few JEDI Cloud meetings. He does not appear to have
    obtained any contractor bid or proposal information nor does he appear to
    have introduced any bias toward AWS into the meetings he attended. It
    would have been proper for the CO to discount Mr. Gavin's affidavit as she
    did Mr. Ubhi's, because she felt he had violated FAR 3.101-1. Even when
    his involvement is considered without his own assurances that he did not
    act improperly, the CO’s review of the record was reasonable that Mr. Gavin
    was involved solely to offer his past experience with cloud computing
    contracts.
    Oracle Am., Inc. v. United States, 144 Fed. Cl. at 121–22. Additionally, the Judge in
    Oracle wrote regarding Mr. Ubhi: “First, the CO reached the obvious conclusion that Mr.
    Ubhi violated the FAR 3.101-1 requirement that officials “avoid strictly any conflict of
    interest or even the appearance of a conflict of interest in Government contractor
    relationships” and thus the matter had to be referred to the DoD Inspector General.”
    Oracle Am., Inc. v. United States, 144 Fed. Cl. at 122. This court, therefore, disagrees
    with protestor that FAR 3.101-1 was not addressed in Oracle. The Federal Circuit also
    referred to the contracting officer’s investigation and consideration of FAR 3.101:
    “Following her investigation of the conflicts of interest involving the JEDI Cloud
    procurement, the contracting officer concluded that Mr. Gavin had violated FAR 3.101
    and possibly 
    18 U.S.C. § 208
    . But the contracting officer found that Mr. Gavin's
    involvement in the JEDI Cloud project did not taint the procurement.” Oracle Am., Inc. v.
    United States, 975 F.3d at 1303.
    Although review of agency’s conflicts of interest investigations “are fact-specific
    inquiries,” Axiom Res. Mgmt., Inc. v. United States, 564 F.3d at 1381-82, the language
    used by the United States Court of Appeals for the Federal Circuit in the Oracle decision
    regarding conflicts of interest was broad and not limited to a criminal conflict of interest
    statute or the Procurement Integrity Act. As noted above, the Federal Circuit declared it
    would “reject Oracle’s argument that the conflicts of interest in this case invalidate the
    solicitation regardless of whether they had any effect on the procurement.” Oracle Am.,
    Inc. v. United States, 975 F.3d at 1296. As argued by defendant:
    Broadly speaking, KOAM’s interpretation of Oracle’s holding is also
    puzzling. KOAM seems to agree, as it must, that criminal COIs and
    violations of the Procurement Integrity Act must “significantly impact” or
    “taint” a procurement before a procurement decision is set aside. KOAM
    Reply at 11-13. But pursuant to FAR 3.101-1, where the “general rule is to
    avoid strictly any [COI] or even the appearance of a [COI] in Government-
    contractor relationships,” KOAM argues that “an offeror may be disqualified
    based on an appearance of a personal COI, even if there was no improper
    exchange of information.” Id. (emphasis added).
    (emphasis and alterations in original). This court agrees with defendant and intervenor
    that KOAM’s argument is not grounded in the Federal Circuit’s decision. Both defendant
    and intervenor argue convincingly that and if a conflict of interest exists under FAR 3.101,
    67
    to succeed, a protestor would need to demonstrate the FAR 3.101 conflict “tainted the
    procurement.” See Oracle Am., Inc. v. United States, 975 F.3d at 1303. Therefore, the
    court cannot subscribe to KOAM’s interpretation of the Oracle decision.
    Even if the contracting officer in the above captioned bid protest had found an
    apparent conflict of interest, the Oracle decision argues against a finding in favor of
    protestor. As described in the February 24, 2022 Personal Conflict of Interest
    Memorandum, the contracting officer determined that “[t]here is no evidence that Ms.
    Saucedo participated personally and substantially in the Procurement.” (alteration
    added). The contracting officer also indicated:
    The PCI investigation confirmed from multiple sources including the written
    interviews of [redacted] (NIEF Branch Head and SSEB Chair), [redacted]
    (NIEF IPT Lead/Program Manager and initial SSEB Chair), the other SSEB
    members, and Ms. Saucedo (one of several CORs on KES’ NIEF contract,
    N66001-18-D-0075) that Ms. Saucedo did not participate personally or
    substantially, or really in any capacity, with the follow-on NIEF Engineering
    source selection, including with the development of the statement of work,
    drafting of the source selection strategy, drafting the RFP, participating in
    the evaluation of proposals or selecting the awardee resulting in the NIEF
    Contract awarded to McKean.
    (capitalization in original; internal reference omitted). The contracting officer’s Personal
    Conflict of Interest Memorandum revealed that “[a]ll members of the SSEB (Mr.
    [redacted], Mr. [redacted], Mr. [redacted], and Ms. [redacted], and Mr. [redacted])
    confirmed that Ms. Saucedo had no role in the evaluation of the proposals,” and the
    contracting officer added, “[a]s Contracting Officer for this procurement, to my knowledge
    and from my review of the contract file, Ms. Saucedo had no role in any part of this
    procurement.” (alteration added). Therefore, the contracting officer wrote:
    The PCI investigation revealed the absence of any PCI concern prior to
    award, since Ms. Saucedo was completely excluded from the acquisition
    planning and throughout the source selection process for the follow-on NIEF
    contract. The concern of impropriety was not a pre-award concern, since
    Ms. Saucedo did not have any role in the source selection process for the
    follow-on NIEF and the evaluation of proposals. Furthermore, the SSEB
    members were not given access to the cost proposals, and therefore, would
    not have known that Mr. Saucedo was listed as a proposed employee for
    McKean. The SSEB did not have any available information in the non-cost
    proposal documents provided for their review to know that Mr. Saucedo was
    either proposed or if he had any involvement with McKean’s proposal. When
    McKean received the follow-on NIEF contract award Ms. Saucedo had a
    discussion with her supervisor that her role would need to change in order
    to avoid any PCI that could arise in administration of the follow-on contract,
    which her husband would be employed under.
    68
    Further, in the February 24, 2022 Business Clearance Memorandum, the Source
    Selection Authority noted that there was “[n]o PCI Found During Investigation,” and
    elaborated
    the Contracting Officer found no evidence that: (1) Ms. Saucedo
    participated personally and substantially in any capacity in the NIEF
    Engineering source selection, including development of the statement of
    work, drafting of the source selection strategy and request for proposal, or
    participated in the evaluation of proposals resulting in the NIEF Contract
    awarded to McKean; and (2) Ms. Saucedo disclosed any competitively
    useful nonpublic information, and what information she did possess would
    not have provided a competitive advantage due to the nature of the
    evaluation factors including cost.
    (alteration added; internal reference omitted).
    In sum, even if the contracting officer had determined that there was an apparent
    conflict of interest as a result of the relationship between Mr. Saucedo and Ms. Saucedo,
    given the facts of the protest currently before the court, the contracting officer’s Personal
    Conflict of Interest Memorandum demonstrates that the relationship did not taint or
    meaningfully impact the procurement as “Ms. Saucedo did not participate personally or
    substantially, or really in any capacity, with the follow-on NIEF Engineering source
    selection, including with the development of the statement of work, drafting of the source
    selection strategy, drafting the RFP, participating in the evaluation of proposals or
    selecting the awardee resulting in the NIEF Contract awarded to McKean.” KOAM does
    not succeed on its apparent conflict of interest claim under the Oracle framework or
    otherwise. Many of protestor’s allegations were speculative based on what could have
    happened, not what did happen. For example, as discussed above, KOAM conjectured
    that “[g]iven that the Saucedos were working full-time in their shared home throughout
    the procurement, Ms. Saucedo could have easily shared the information with Mr.
    Saucedo.” (internal reference omitted; alteration added). Protestor also claimed “McKean
    could have used KOAM’s direct labor rates to develop the exact staffing approach that
    McKean used to win the contract – i.e., a solution that would underbid KOAM by cherry-
    picking McKean employees from around the country with labor rates that were lower than
    KOAM’s employees.” The court finds that the agency’s determination that there was not
    an actual or apparent conflict of interest and the procurement was not tainted by a conflict
    was not arbitrary and capricious, and was sufficient to not disqualify McKean from
    competing under the RFP. See Oracle Am., Inc. v. United States, 975 F.3d at 1296 (citing
    PAI Corp. v. United States, 
    614 F.3d at 1352
    ).
    Cost Realism
    In addition to arguing that there was an the apparent conflict of interest, KOAM
    argues “[t]he Navy failed to adjust McKean’s ‘Combined Technical/Risk Rating’ based on
    the risk of McKean’s unrealistic staffing approach,” and “[t]he Navy’s decision to not adjust
    McKean’s “combined technical/risk rating” based on the risk of its unrealistic staffing
    69
    approach was arbitrary, capricious, and contrary to law.” (alterations added). Defendant
    responds that the “Agency’s Cost Realism analysis was reasonable and in accordance
    with the Solicitation.”
    The Federal Circuit in DynCorp succinctly explained: ‘“Cost realism’ asks if a cost
    estimate is too low; ‘price reasonableness’ asks if a proposed price is too high.” DynCorp
    Int'l, LLC v. United States, 
    10 F.4th 1300
    , 1305 (Fed. Cir. 2021). The Federal Circuit in
    Agile Defense, Inc. v. United States explained, regarding cost realism:
    The regular view of the Court of Federal Claims, which we approve, is that
    contracting agencies enjoy wide latitude in conducting the cost realism
    analysis. See, e.g., Mission1st Grp., Inc. v. United States, 
    144 Fed. Cl. 200
    ,
    211 (2019) (“It is well established that contracting agencies have broad
    discretion regarding the nature and extent of a cost realism analysis, unless
    the agency commits itself to a particular methodology in a solicitation.”
    (citation and internal quotation marks omitted)); Dellew Corp. v. United
    States, 
    128 Fed. Cl. 187
    , 194 (2016) (“The Agency has demonstrated that
    it considered the information available and did not make irrational
    assumptions or critical miscalculations. To require more would be infringing
    on the Agency’s discretion in analyzing proposals for cost realism.” (citation
    and internal quotation marks omitted)); United Payors & United Providers
    Health Servs., Inc. v. United States, 
    55 Fed. Cl. 323
    , 329 (2003)
    (emphasizing that the procuring “agency is in the best position to make [the]
    cost realism determination” (citation and internal quotation marks omitted)).
    Agile Def., Inc. v. United States, 
    959 F.3d 1379
    , 1385–86 (Fed. Cir. 2020). A Judge of the
    United States Court of Federal Claims described:
    To successfully challenge a cost realism analysis, a protestor must
    demonstrate “the absence of a rational basis for the agency's decision.”
    CSC Gov’t Sols. LLC v. United States, 
    129 Fed. Cl. 416
    , 429 (2016)
    (internal citations omitted) (internal quotations omitted). When reviewing an
    agency's cost realism determination, “the Court defers to those agency
    conclusions that are rational and based on reasoned judgment.” United
    Payors & United Providers Health Servs., Inc. v. United States, 
    55 Fed. Cl. 323
    , 329 (2003).
    Perspecta Enter. Sols. LLC v. United States, 
    151 Fed. Cl. 772
    , 785 (2020).
    The FAR also provides a framework for the cost realism. The FAR at FAR 15.404-
    1(d) states:
    (d) Cost realism analysis.
    (1) Cost realism analysis is the process of independently reviewing and
    evaluating specific elements of each offeror's proposed cost estimate to
    determine whether the estimated proposed cost elements are realistic for
    70
    the work to be performed; reflect a clear understanding of the requirements;
    and are consistent with the unique methods of performance and materials
    described in the offeror's technical proposal.
    (2) Cost realism analyses shall be performed on cost-reimbursement
    contracts to determine the probable cost of performance for each offeror.
    (i) The probable cost may differ from the proposed cost and should reflect
    the Government's best estimate of the cost of any contract that is most likely
    to result from the offeror's proposal. The probable cost shall be used for
    purposes of evaluation to determine the best value.
    (ii) The probable cost is determined by adjusting each offeror's proposed
    cost, and fee when appropriate, to reflect any additions or reductions in cost
    elements to realistic levels based on the results of the cost realism analysis.
    (3) Cost realism analyses may also be used on competitive fixed-price
    incentive contracts or, in exceptional cases, on other competitive fixed-
    price-type contracts when new requirements may not be fully understood
    by competing offerors, there are quality concerns, or past experience
    indicates that contractors' proposed costs have resulted in quality or service
    shortfalls. Results of the analysis may be used in performance risk
    assessments and responsibility determinations. However, proposals shall
    be evaluated using the criteria in the solicitation, and the offered prices shall
    not be adjusted as a result of the analysis.
    FAR 15.404-1(d) (2021). FAR 15.404-1(c) also provides:
    (c) Cost analysis.
    (1) Cost analysis is the review and evaluation of any separate cost elements
    and profit or fee in an offeror's or contractor's proposal, as needed to
    determine a fair and reasonable price or to determine cost realism, and the
    application of judgment to determine how well the proposed costs represent
    what the cost of the contract should be, assuming reasonable economy and
    efficiency.
    (2) The Government may use various cost analysis techniques and
    procedures to ensure a fair and reasonable price, given the circumstances
    of the acquisition. Such techniques and procedures include the following:
    (i) Verification of cost data or pricing data and evaluation of cost elements,
    including—
    (A) The necessity for, and reasonableness of, proposed costs, including
    allowances for contingencies;
    (B) Projection of the offeror’s cost trends, on the basis of current and
    historical cost or pricing data;
    (C) Reasonableness of estimates generated by appropriately calibrated and
    validated parametric models or cost-estimating relationships; and
    71
    (D) The application of audited or negotiated indirect cost rates, labor rates,
    and cost of money or other factors.
    FAR 15.404-1(c). FAR 15.305 provides:
    (a) Proposal evaluation is an assessment of the proposal and the offeror's
    ability to perform the prospective contract successfully. An agency shall
    evaluate competitive proposals and then assess their relative qualities
    solely on the factors and subfactors specified in the solicitation. Evaluations
    may be conducted using any rating method or combination of methods,
    including color or adjectival ratings, numerical weights, and ordinal
    rankings. The relative strengths, deficiencies, significant weaknesses, and
    risks supporting proposal evaluation shall be documented in the contract
    file.
    (1) Cost or price evaluation. Normally, competition establishes price
    reasonableness. Therefore, when contracting on a firm-fixed-price or fixed-
    price with economic price adjustment basis, comparison of the proposed
    prices will usually satisfy the requirement to perform a price analysis, and a
    cost analysis need not be performed. In limited situations, a cost analysis
    may be appropriate to establish reasonableness of the otherwise successful
    offeror's price (see 15.403-1(c)(1)(i)(C)). When contracting on a cost-
    reimbursement basis, evaluations shall include a cost realism analysis to
    determine what the Government should realistically expect to pay for the
    proposed effort, the offeror's understanding of the work, and the offeror's
    ability to perform the contract. Cost realism analyses may also be used on
    fixed-price incentive contracts or, in exceptional cases, on other competitive
    fixed-price-type contracts (see 15.404–1(d)(3)). (See 37.115 for
    uncompensated overtime evaluation.) The contracting officer shall
    document the cost or price evaluation.
    FAR 15.305(a) (2021).
    The RFP at issue in the above captioned protest contemplated an IDIQ single
    award contract with cost-plus-fixed-fee pricing arrangement over a potential five year
    performance period, with one base year and four one-year option periods. The RFP
    provided that
    The Contractor shall perform work at the contractor’s facilities and/or onsite
    at government facilities and on travel in support of designated activities.
    Because the NIWC Pacific Code 42150 leadership resides in San Diego,
    the majority of the production and PITCO/GAT support will be required to
    be supported within the NIWC Pacific (4301 Pacific Highway, San Diego,
    CA) Area of Responsibility (10 Miles). The majority of engineering support
    is expected to be off site at the contractor facility.
    During the evaluation process, the Navy requested McKean to clarify its proposal and
    asked:
    72
    In order to complete our cost realism analysis additional clarification is
    required. The subject RFP states some of the work is required to be
    performed in the San Diego, CA area. In order to complete our cost realism
    analysis using the actual rates submitted in your cost proposal, we need
    you to clarify for each of the named individuals, where the work was
    performed for the rates submitted.
    As indicted above, McKean subsequently provided the requested information. In the
    Source Selection Authority’s February 24, 2022 Business Clearance Memorandum, the
    Source Selection Authority noted with regards to McKean’s cost proposal:
    McKean combined with their subcontractors proposed all hours and
    overtime hours in accordance with the RFP. McKean proposed prime hours
    on 69% of the overall level of effort in terms of hours. McKean proposed on
    a CPFF [Cost Price Fixed Fee] basis. According to DCAA Audit Report No.
    6151-2015T17741001 dated 6 February 2015, McKean’s accounting
    system was found adequate. Therefore, McKean’s accounting system is
    considered suitable for a cost reimbursement contract. Based on the
    analysis below, McKean’s proposed costs were found to be 3.89% or
    $7,578,076.48 below the realistic cost; therefore, a cost realism adjustment
    was made and McKean’s cost was realized up from $187,467,409.92 to
    $195,045,486.39.
    (i). Prime Direct Labor.
    McKean proposed direct labor rates for 28 labor categories with a list of
    rates for 128 employees. McKean’s direct labor rates were developed by
    using the actual salaries for the proposed current McKean employees or the
    contingent salaries (three employees) for the proposed contingent McKean
    employees, in which signed Letters of Intent were provided. Although
    McKean’s rates were substantiated with corresponding employee payroll
    information, clarifications revealed not all of the payroll information provided
    was for work within San Diego. Twenty of the 128 proposed rates were
    based on actual labor rates for named individuals whose labor rate were
    substantiated by payroll records and whose place of performance of work
    was San Diego, CA, were deemed realistic and reasonable and are shown
    in averages in the first table below. The rates for 108 of the 128 rates
    proposed by McKean were based on work performed outside of San Diego.
    24 of the 108 non-San Diego based rates were found to be equal or above
    the average San Diego Rates identified in the San Diego Rates Utilized for
    Cost Realism Analysis Table on page 24 and no cost realism adjustment
    was made. However, 84 of the 108 non-San Diego based rates for
    individuals in the remaining 21 labor categories were lower than the San
    Diego Rates Utilized for Cost Realism Analysis Table on page 24. The direct
    labor rates for these 84 employees were realized up accordingly to the San
    Diego Rates identified in the San Diego Rates Utilized for Cost Realism
    73
    Analysis Table on page 24, as shown in the second table below. The tables
    below includes direct labor rates proposed per labor category for the base
    year, which were escalated by [redacted]% year over year for the option
    years. Proposed overtime hours for exempt and non-exempt employees
    were reviewed and found to be realistic. Overtime rates for non-exempt
    employees working as Junior Configuration Management Specialist, Senior
    Material     Specialist,   Material    Specialist,    Technical     Typist,
    Warehouse/Forklift Operator, and Assembler Electronic/Electrical were
    proposed [redacted]. Overtime rates for the remaining labor categories
    proposed were for exempt individuals that were proposed [redacted]. Based
    on the rationale above, McKean’s direct labor rates were realized up
    accordingly.
    (alteration added). Regarding KOAM’s cost proposal, in the February 24, 2022 Business
    Clearance Memorandum, the Source Selection Authority noted:
    KES combined with their subcontractors proposed all hours and overtime
    hours in accordance with the RFP. KES proposed prime hours on 84.5% of
    the overall level of effort in terms of hours. KES proposed on a CPFF basis.
    The DCMA administrative contracting officer (ACO) sent a final
    determination letter, which formally approved KES’ accounting system
    based on a post award review of KES accounting system documented in
    DCAA Audit Report No. 4151-2020C17741003 on 12 August 2020.
    Therefore, the KES’s accounting system is considered suitable for a cost
    reimbursement contract. Based on the analysis below KES’s proposed
    costs were found to be realistic; therefore, no cost realism adjustment was
    made.
    (i). Prime Direct Labor.
    KES proposed direct labor rates for 30 labor categories with a list of rates
    for 160 employees. KES’ direct labor rates were developed for most labor
    categories and hours using named individuals currently supporting the
    existing NIEF requirement. All of KES rates for named individuals were
    substantiated with corresponding employee payroll information for work
    performed in San Diego.
    (alteration added). Regarding KOAM’s cost proposal, in the February 24, 2022 Business
    Clearance Memorandum the Source Selection Authority noted:
    KES combined with their subcontractors proposed all hours and overtime
    hours in accordance with the RFP. KES proposed prime hours on 84.5% of
    the overall level of effort in terms of hours. KES proposed on a CPFF basis.
    The DCMA administrative contracting officer (ACO) sent a final
    determination letter, which formally approved KES’ accounting system
    based on a post award review of KES accounting system documented in
    DCAA Audit Report No. 4151-2020C17741003 on 12 August 2020.
    74
    Therefore, the KES’s accounting system is considered suitable for a cost
    reimbursement contract. Based on the analysis below KES’s proposed
    costs were found to be realistic; therefore, no cost realism adjustment was
    made.
    (i). Prime Direct Labor.
    KES proposed direct labor rates for 30 labor categories with a list of rates
    for 160 employees. KES’ direct labor rates were developed for most labor
    categories and hours using named individuals currently supporting the
    existing NIEF requirement. All of KES rates for named individuals were
    substantiated with corresponding employee payroll information for work
    performed in San Diego.
    Protestor argues
    The Navy’s decision to not adjust McKean’s “combined technical/risk rating”
    based on the risk of its unrealistic staffing approach was arbitrary,
    capricious, and contrary to law for multiple reasons. First, the record
    indicates that the Navy did not even consider this issue prior to its original
    award decision to McKean. Specifically, there is no mention in the original
    Business Clearance Memorandum (or in any prior document) of the Navy
    considering whether McKean’s technical evaluation should be adjusted
    based on its unrealistic staffing approach; rather, the Navy created its one-
    sentence explanation for the decision after KOAM’s original GAO protest
    and during corrective action. Thus, the Navy’s explanation not only
    postdates the Navy’s original award to McKean, it also post-dates the
    initiation of the protest process. As such, there is questionable reason for
    deference to the Navy’s decision.
    (emphasis in original). The operative Business Clearance Memorandum before the court
    is the Source Selection Authority’s February 24, 2022 Business Clearance Memorandum.
    The original Business Clearance Memorandum, dated August 23, 2021, before the first
    GAO protest, and the Navy’s evaluations before the first GAO protest are not before this
    court. After KOAM protested the original decision to award the contract to McKean to the
    GAO, the Navy indicated to GAO in its September 27, 2021 correspondence: “After
    reviewing the subject protest, the Agency will undertake corrective action.” The Navy
    noted that it would “make a new source selection decision, as appropriate.” Once an
    agency takes corrective action, earlier claims about the agency’s evaluation process are
    moot. See Savantage Fin. Servs., Inc. v. United States, 
    118 Fed. Cl. 487
    , 491 (2014).
    The Navy, thereafter, issued a new source selection decision in the Source Selection
    Authority’s February 24, 2022 Business Clearance Memorandum. The court only
    considers the Navy’s evaluations in the February 24, 2022 Business Clearance
    Memorandum.
    Regarding protestor’s claim that the Navy offered a “one-sentence explanation,”
    KOAM argues “the Navy’s reason for not reevaluating McKean’s technical proposal fails
    75
    to articulate a ‘a rational connection between the facts found and the choice made.’”
    (quoting CRAssociates,Inc. v. United States, 
    95 Fed. Cl. 357
    , 376 (2010)). Protestor
    argues: “There is a single, conclusory sentence in the record that explains this decision:
    ‘[T]he adjustment [made to McKean’s labor rates] does not indicate a lack of
    understanding of the requirements or a concern regarding performance as based upon
    their performance in the non-costs factors they understand the work and have done
    similar work before and well.’” (alterations in original). Intervenor argues that the Navy
    “offered more than a sentence in support of its conclusion that McKean understood
    contract requirements and proposed in accordance with all hours/LOE [level of effort]
    requirements, and these conclusions were sufficient bases upon which the Agency could
    rely in declining to downgrade McKean’s Technical Approach score.” (alteration added).
    As indicated above, in the Source Selection Authority’s February 24, 2022
    Business Clearance Memorandum, the Source Selection Authority noted with regards to
    McKean’s cost proposal:
    McKean combined with their subcontractors proposed all hours and
    overtime hours in accordance with the RFP. McKean proposed prime hours
    on 69% of the overall level of effort in terms of hours. McKean proposed on
    a CPFF [Cost Price Fixed Fee] basis. According to DCAA Audit Report No.
    6151-2015T17741001 dated 6 February 2015, McKean’s accounting
    system was found adequate. Therefore, McKean’s accounting system is
    considered suitable for a cost reimbursement contract. Based on the
    analysis below, McKean’s proposed costs were found to be 3.89% or
    $7,578,076.48 below the realistic cost; therefore, a cost realism adjustment
    was made and McKean’s cost was realized up from $187,467,409.92 to
    $195,045,486.39.
    (i). Prime Direct Labor.
    McKean proposed direct labor rates for 28 labor categories with a list of
    rates for 128 employees. McKean’s direct labor rates were developed by
    using the actual salaries for the proposed current McKean employees or the
    contingent salaries (three employees) for the proposed contingent McKean
    employees, in which signed Letters of Intent were provided. Although
    McKean’s rates were substantiated with corresponding employee payroll
    information, clarifications revealed not all of the payroll information provided
    was for work within San Diego. Twenty of the 128 proposed rates were
    based on actual labor rates for named individuals whose labor rate were
    substantiated by payroll records and whose place of performance of work
    was San Diego, CA, were deemed realistic and reasonable and are shown
    in averages in the first table below. The rates for 108 of the 128 rates
    proposed by McKean were based on work performed outside of San Diego.
    24 of the 108 non-San Diego based rates were found to be equal or above
    the average San Diego Rates identified in the San Diego Rates Utilized for
    Cost Realism Analysis Table on page 24 and no cost realism adjustment
    was made. However, 84 of the 108 non-San Diego based rates for
    76
    individuals in the remaining 21 labor categories were lower than the San
    Diego Rates Utilized for Cost Realism Analysis Table on page 24. The direct
    labor rates for these 84 employees were realized up accordingly to the San
    Diego Rates identified in the San Diego Rates Utilized for Cost Realism
    Analysis Table on page 24, as shown in the second table below. The tables
    below includes direct labor rates proposed per labor category for the base
    year, which were escalated by [redacted]% year over year for the option
    years. Proposed overtime hours for exempt and non-exempt employees
    were reviewed and found to be realistic. Overtime rates for non-exempt
    employees working as Junior Configuration Management Specialist, Senior
    Material     Specialist,   Material    Specialist,    Technical     Typist,
    Warehouse/Forklift Operator, and Assembler Electronic/Electrical were
    proposed [redacted]. Overtime rates for the remaining labor categories
    proposed were for exempt individuals that were proposed [redacted]. Based
    on the rationale above, McKean’s direct labor rates were realized up
    accordingly.
    (alteration added). The Source Selection Authority’s February 24, 2022 Business
    Clearance Memorandum also included the following tables:
    [redacted]
    In addition, the Source Selection Authority considered McKean’s overhead rates when it
    considered the cost realism analysis and noted:
    McKean proposed four OH [overhead] rates, each associated with a
    different cost pool in accordance with their accounting system. The OH
    rates were compared with the 2021 PBRs [Provisional Billing Rates] that
    were approved by DCAA on 15 January 2021. Since McKean’s proposed
    OH rates for Government Site and Contractor Site matched the approved
    PBRs for 2021, the proposed OH rates are considered reasonable, and no
    cost realism adjustment was made.
    (alterations added). The Source Selection Authority’s February 24, 2022 Business
    Clearance Memorandum included the following tables regarding overhead:
    [redacted]
    The Source Selection Authority further considered McKean’s fringe rates when it
    considered the cost realism analysis and noted:
    McKean’s proposed fringe rates was compared with the 2021 PBRs that
    were approved by DCAA [Defense Contract Audit Agency] on 15 January
    2021. Since McKean’s proposed fringe rates for Government Site and
    Contractor Site matched the approved PBRs for 2021, the proposed fringe
    77
    rates are considered reasonable, and no cost realism adjustment was
    made.
    (alteration added). The Source Selection Authority’s February 24, 2022 Business
    Clearance Memorandum included the following tables regarding fringe rates:
    [redacted]
    (alterations added).
    After review of the above, the Source Selection Authority, in the February 24, 2022
    Business Clearance Memorandum, determined:
    In terms of cost, the risk of unrealistic cost was addressed by performing
    cost realism analysis of all cost information included within the proposals
    for all prime contractors and the respective subcontractors. The risk of
    accepting cost based on unbalanced pricing or underestimating the number
    of hours required to perform was mitigated by verifying that each of the
    prime contractors and all subcontractors proposed hours that added up to
    the total level of effort identified within the RFP per labor category and
    overall. The risk of accepting unrealistically low cost based on acceptance
    of rates generated from payroll information outside of the San Diego locality
    was mitigated via a two-part process, which consisted of: 1) identification of
    all non-San Diego based rates through review of each contractor’s
    proposals or via clarification, and 2) application of an upward adjustment of
    non-San Diego rates to the average San Diego rate proposed by all offerors
    for each labor category. Using the risk mitigation tools referenced above,
    McKean’s proposed cost were adjusted during the cost realism analysis.
    KES’ proposed realistic direct and indirect cost that were compared to
    company payrolls, and indirect rate information provided by DCAA and
    DCMA, and were not adjusted during the cost realism analysis. McKean’s
    probable cost of $195,045,486.39 was 4.80% or $9,824,558.83 lower than
    KES’ probable cost of $204,870,045.22. Furthermore, the adjustment does
    not indicate a lack of understanding of the requirements or a concern
    regarding performance as based upon their performance in the non-costs
    factors they understand the work and have done similar work before and
    well.
    Therefore, it was not a single sentence that lead the Source Selection Authority to
    determine that the adjustments to intervenor’s costs did “not indicate a lack of
    understanding of the requirements or a concern regarding performance as based upon
    their performance in the non-costs factors they understand the work and have done
    similar work before and well.”
    For KOAM’s claim that the “Navy’s decision to not adjust McKean’s ‘combined
    technical/risk rating’ based on the risk of its unrealistic staffing approach was arbitrary,
    capricious, and contrary to law,” the court notes that for the Cost analysis, the RFP stated:
    78
    The Government will evaluate the estimated cost and proposed fee of each
    offer for realism and reasonableness in accordance with FAR Subpart 15.4
    and as described below. The purpose of this evaluation will be (a) to verify
    the offeror's understanding of the requirements; (b) to assess the degree to
    which the cost/price proposal reflects the approaches and/or risk
    assessments made in the proposal as well as the risk that the offeror will
    provide the supplies or services for the offered prices/cost; and (c) assess
    the degree to which the cost reflected in the cost/price proposal accurately
    represents the work effort included in the proposal. Proposed costs may be
    adjusted, for purposes of evaluation, based upon the results of the cost
    realism evaluation. In a competitive environment, an offeror is incentivized
    to propose the lowest possible price; therefore, downward cost realist
    adjustments generally will not be made. When a cost realism analysis is
    performed, the resulting realistic cost estimate will be used in the evaluation.
    Cost realism analysis may be limited to those offerors whose proposals
    represent the most likely candidate(s) for award, based on the
    Government’s technical evaluation and the offeror(s) proposed costs. In
    addition to easily identifiable cost adjustments, unrealistic cost proposals
    may result in a re-evaluation and concurrent rescoring of technical
    proposals. Such re-evaluation based on cost or realistic cost analysis could
    negatively impact the technical rating and ranking of the proposal.
    Depending on the number of offerors and the number and dollar amount of
    proposed subcontractors, the Government may choose to limit the extent of
    the cost realism analysis of offerors’ proposed subcontractor costs. In such
    instance, the Government will establish a threshold whereby individual
    subcontractor cost proposals that do not meet the threshold will not undergo
    a cost realism analysis. The threshold established by the Government may
    consist of a percentage of the prime contractor’s proposed costs, or a dollar
    amount, or a combination thereof. All offers with separately priced line items
    will be analyzed to determine if the prices are unbalanced. Offers may be
    rejected if the Contracting Officer determines the lack of balance poses an
    unacceptable risk to the Government.
    The RFP stated that “unrealistic cost proposals may result in a re-evaluation and
    concurrent rescoring of technical proposals. Such re-evaluation based on cost or realistic
    cost analysis could negatively impact the technical rating and ranking of the proposal,”
    and that “[d]epending on the number of offerors and the number and dollar amount of
    proposed subcontractors, the Government may choose to limit the extent of the cost
    realism analysis of offerors’ proposed subcontractor costs,” are discretionary decisions
    by the agency. (alteration added). As noted by defendant: “There was no requirement for
    the agency to adjust McKean’s technical rating.”
    Protestor also argues: “Second, there is no evidence in the record that the
    Contracting Officer or the Contracting Specialist even communicated with the technical
    79
    evaluators about the cost realism evaluation or the potential risk of McKean’s staffing
    approach.” Protestor contends:
    The Source Selection Plan states that the Contracting Specialist will be the
    “sole evaluator” of cost and that technical evaluators will not have access
    to cost proposals; however, it further provides that, with approval of the
    Source Selection Authority, the Contract Specialist “may disclose selected
    cost information as required (e.g., when technical analysis is necessary to
    make a realism or reasonableness determination).” (emphasis added).
    Thus, although the Source Selection Plan expressly contemplated that the
    Contract Specialist could communicate with the technical evaluators to
    obtain technical analysis that was necessary to the cost realism evaluation,
    there is no evidence that such a communication ever occurred.
    (emphasis in original; internal reference omitted). Further, as discussed above, the RFP
    provided:
    The Contract Specialist will be the sole evaluator for Acceptability of the
    Offer, Small Business Participation, and Cost. The Contract Specialist will
    not evaluate any other factors. Input from the SSEB Chairperson and other
    SSEB members may be solicited. Except for the Contract Specialist, the
    SSEB will not have access to cost proposals; however, with approval of the
    SSA, the Contract Specialist may disclose selected cost information as
    required (e.g., when technical analysis is necessary to make a realism or
    reasonableness determination).
    The court agrees with intervenor that “the Contract Specialist did not abuse their
    discretion in failing to seek the SSA’s approval to transmit the cost realism evaluation
    results to the Technical Team,” because the RFP gave the Contract Specialist discretion
    to determine if the Contract Specialist required help from the Source Selection Evaluation
    Board to evaluate Cost. As defendant explained, “[t]his reference to ‘realism or
    reasonableness determination’ is with respect to whether the contract specialist needed
    assistance from the SSEB members in order to calculate costs, and the contract specialist
    was not required to consult with the technical evaluators.”11 (emphasis in original;
    alteration added).
    Additionally, protestor argues that
    the Navy’s explanation that McKean “understand[s] the work and [has] done
    similar work before and well” fails to accord with – or even consider – three
    material facts contained in the record. First, the Navy “recognized the risk”
    in McKean’s cost proposal of proposing a workforce with more than half of
    11In defendant’s motion for judgement on the Administrative Record, defendant also
    suggests because “KOAM has abandoned its challenge to the agency’s methodology of
    conducting the cost realism analysis of McKean’s proposal, it appears this point is moot.”
    80
    the individuals from outside the San Diego area. 49.b at AR 3219. This fact
    is material because the risk recognized in the cost proposal is equally
    relevant to the “combined technical/risk” rating assigned to McKean’s
    technical proposal.
    (alteration in original). Intervenor points out
    As for the first “material fact” cited by KOAM, the Navy did not recognize
    risk in McKean’s proposal for “a workforce with more than half of the
    individuals from outside the San Diego area.” This is a blatant
    misrepresentation of the Agency’s legal memorandum filed in the GAO
    protest (not an evaluation document). The Agency’s counsel instead noted
    that “the Navy recognized the risk in McKean’s cost proposal with regard to
    providing more than half of the labor rates from individuals from outside the
    San Diego area, and addressed that in the cost realism analysis.”
    (emphasis in original; internal reference omitted).
    Protestor additionally argues that
    three of the four questions addressed in the technical evaluation (Questions
    2, 3, and 4) focused on work to be performed at the Navy’s Network
    Integration Engineering Facility in San Diego Tab 22 at AR 1529-30, and
    the “risk of unsuccessful performance” was to be evaluated as “one aspect
    inherent in the evaluation” of an offeror’s technical approach. Tab 7 at AR
    161. This fact is material because the availability of McKean’s broadly
    dispersed staff to support performance at the Network Integration
    Engineering Facility raised serious concerns about the company’s “ability to
    perform the contract,” which must be evaluated in a cost realism analysis
    pursuant to FAR 15.305(a)(1).
    As indicated above, the four questions included with the Technical Approach
    Worksheet in the Source Selection Plan stated:
    1.) What tools and techniques will you employ to manage Cost,
    Schedule, and Performance of the multiple projects and associated
    C4ISR Task Orders that will be accomplished during the execution of
    this contract?
    2.) What tools and techniques will you use to manage the inventory,
    tracking, and reporting of C4ISR materials that will be moving between
    the different functional areas and physical locations within the NIEF?
    3.) Question: What tools and techniques will you use for management
    and completion of C4ISR engineering projects from Requirements to
    Delivery, for the development of Engineering Development Model
    81
    (EDM) / First Article System (FAS), and execution of Environmental
    Qualifications Testing (EQT)?
    4.) Question: What tools and techniques will you use to properly
    execute Pre-Installation Check-out and Operational (PITCO) Testing
    and Government Acceptance Testing (GAT) as well as Factory
    Acceptance Testing (FAT) for C4ISR systems and components that are
    received or developed by the NIEF?
    (capitalization and emphasis in original). As correctly observed by the defendant, the
    questions “refer to tools and techniques, not the location of the labor force.” (emphasis in
    original).
    Furthermore, KOAM argues that
    during clarifications, McKean clearly stated its understanding that
    performance locations were not specified in the Solicitation, when in fact the
    Solicitation contemplated that most of the work – and specific, significant
    elements of that work – would be performed in San Diego. This fact is
    material because it demonstrates that McKean lacked “an understanding”
    of the requirements and the work to be performed under the contract, which
    was one of the three cost realism elements to be evaluated pursuant to the
    Solicitation, FAR 15.305(a)(1), FAR 15.404-1(d), and 
    48 C.F.R. § 215.300
    .
    Intervenor argues “McKean did not propose to have a majority of its workforce located
    outside of San Diego, but merely substantiated the majority of its proposed labor rates
    with actual rates of individuals currently located outside of San Diego.” (emphasis in
    original). As noted above, RFP indicated:
    The Contractor shall perform work at the contractor’s facilities and/or onsite
    at government facilities and on travel in support of designated activities.
    Because the NIWC Pacific Code 42150 leadership resides in San Diego,
    the majority of the production and PITCO/GAT support will be required to
    be supported within the NIWC Pacific (4301 Pacific Highway, San Diego,
    CA) Area of Responsibility (10 Miles). The majority of engineering support
    is expected to be off site at the contractor facility.
    The court notes that the RFP is not precise on the specific location of the work to be
    performed under the contract. For example, the Section 3.6.5 of the RFP, “Environmental
    Qualification Testing (EQT) Lab Support” states:
    As directed by individual TO [Task Order], the Contractor shall assist in
    operating and maintaining requirements associated with NIWC Pacific
    Code 42150 Environmental Qualification Testing (EQT) services.
    Assistance will include development of EQT procedures, conducting EQT,
    providing test results, and providing technical support services as required
    82
    per individual task order. The Contractor will primarily conduct required work
    within the immediate San Diego geographical area; however, as detailed
    per individual task order, other locations outside of the San Diego area may
    be required.
    (alteration added). Even if McKean did not understand the location, which, as noted
    above, intervenor strenuously disagrees, the Navy adjusted McKean’s rates in
    intervenor’s proposal to account for intervenor’s employees’ locations. As noted above,
    the Navy determined:
    (i). Prime Direct Labor.
    McKean proposed direct labor rates for 28 labor categories with a list of
    rates for 128 employees. McKean’s direct labor rates were developed by
    using the actual salaries for the proposed current McKean employees or the
    contingent salaries (three employees) for the proposed contingent McKean
    employees, in which signed Letters of Intent were provided. Although
    McKean’s rates were substantiated with corresponding employee payroll
    information, clarifications revealed not all of the payroll information provided
    was for work within San Diego. Twenty of the 128 proposed rates were
    based on actual labor rates for named individuals whose labor rate were
    substantiated by payroll records and whose place of performance of work
    was San Diego, CA, were deemed realistic and reasonable and are shown
    in averages in the first table below. The rates for 108 of the 128 rates
    proposed by McKean were based on work performed outside of San Diego.
    24 of the 108 non-San Diego based rates were found to be equal or above
    the average San Diego Rates identified in the San Diego Rates Utilized for
    Cost Realism Analysis Table on page 24 and no cost realism adjustment
    was made. However, 84 of the 108 non-San Diego based rates for
    individuals in the remaining 21 labor categories were lower than the San
    Diego Rates Utilized for Cost Realism Analysis Table on page 24. The direct
    labor rates for these 84 employees were realized up accordingly to the San
    Diego Rates identified in the San Diego Rates Utilized for Cost Realism
    Analysis Table on page 24, as shown in the second table below. The tables
    below includes direct labor rates proposed per labor category for the base
    year, which were escalated by [redacted]% year over year for the option
    years. Proposed overtime hours for exempt and non-exempt employees
    were reviewed and found to be realistic. Overtime rates for non-exempt
    employees working as Junior Configuration Management Specialist, Senior
    Material      Specialist,     Material    Specialist,       Technical     Typist,
    Warehouse/Forklift Operator, and Assembler Electronic/Electrical were
    proposed [redacted]. Overtime rates for the remaining labor categories
    proposed were for exempt individuals that were proposed [redacted]. Based
    on the rationale above, McKean’s direct labor rates were realized up
    accordingly.
    83
    The Source Selection Authority’s February 24, 2022 Business Clearance Memorandum
    reflected this adjustment and determined:
    In terms of cost, the risk of unrealistic cost was addressed by performing
    cost realism analysis of all cost information included within the proposals
    for all prime contractors and the respective subcontractors. The risk of
    accepting cost based on unbalanced pricing or underestimating the number
    of hours required to perform was mitigated by verifying that each of the
    prime contractors and all subcontractors proposed hours that added up to
    the total level of effort identified within the RFP per labor category and
    overall. The risk of accepting unrealistically low cost based on acceptance
    of rates generated from payroll information outside of the San Diego locality
    was mitigated via a two-part process, which consisted of: 1) identification of
    all non-San Diego based rates through review of each contractor’s
    proposals or via clarification, and 2) application of an upward adjustment of
    non-San Diego rates to the average San Diego rate proposed by all offerors
    for each labor category. Using the risk mitigation tools referenced above,
    McKean’s proposed cost were adjusted during the cost realism analysis.
    KES’ proposed realistic direct and indirect cost that were compared to
    company payrolls, and indirect rate information provided by DCAA and
    DCMA, and were not adjusted during the cost realism analysis. McKean’s
    probable cost of $195,045,486.39 was 4.80% or $9,824,558.83 lower than
    KES’ probable cost of $204,870,045.22. Furthermore, the adjustment does
    not indicate a lack of understanding of the requirements or a concern
    regarding performance as based upon their performance in the non-costs
    factors they understand the work and have done similar work before and
    well
    As discussed above, “[c]ontracting officers ‘are entitled to exercise discretion upon
    a broad range of issues confronting them in the procurement process,’” PAI Corp. v.
    United States, 
    614 F.3d at 1351
     (quoting Impresa Construzioni Geom. Domenico Garufi
    v. United States, 
    238 F.3d at 1332
    ), and “[a]ccordingly, procurement decisions are subject
    to a ‘highly deferential rational basis review.’” 
    Id.
     (quoting CHE Consulting, Inc. v. United
    States, 
    552 F.3d at 1354
    ) (internal quotation marks omitted; alterations added). The
    Navy’s decision not to adjust intervenor’s Combined Technical/Risk Rating was not
    arbitrary, capricious, or an abuse of discretion. KOAM disagrees with how the Navy
    evaluated McKean’s proposal, however, “[a] protester's mere disagreement with an
    evaluation does not provide an adequate basis to overturn the agency's decision.” Femme
    Comp Inc. v. United States, 
    83 Fed. Cl. 704
    , 740 (2008) (citing Banknote Corp. of Am. v.
    United States, 
    56 Fed. Cl. 377
    , 384 (2003), aff’d, 
    365 F.3d 1345
     (Fed. Cir. 2004)); see
    also Precise Sys., Inc. v. United States, 
    122 Fed. Cl. 263
    , 270 (2015). Based on the facts
    of the bid protest currently under review, the agency did not act arbitrarily or capriciously
    in awarding the contract to McKean.
    84
    CONCLUSION
    The court, therefore, finds that the agency’s actions were not arbitrary or
    capricious. The contracting officer acted within his discretion by deciding that there was
    not a conflict of interest, apparent or otherwise. Further, the agency’s cost realism
    analysis was rational. Protestor’s motion for judgment on the Administrative Record is
    DENIED. Defendant’s and intervenor’s cross-motions for judgment on the Administrative
    Record are GRANTED. The Clerk of the Court shall enter JUDGMENT consistent with
    this Opinion.
    IT IS SO ORDERED.
    s/Marian Blank Horn
    MARIAN BLANK HORN
    Judge
    85
    

Document Info

Docket Number: 22-816

Filed Date: 2/10/2023

Precedential Status: Precedential

Modified Date: 2/10/2023

Authorities (108)

M. Steinthal & Co., Inc. v. Robert J. Seamans, Jr., ... , 455 F.2d 1289 ( 1971 )

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

E.W. Bliss Company v. United States , 77 F.3d 445 ( 1996 )

Alfa Laval Separation, Inc. v. United States, and Westfalia ... , 175 F.3d 1365 ( 1999 )

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

Savantage Financial Services, Inc. v. United States , 595 F.3d 1282 ( 2010 )

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

Honeywell, Inc. v. The United States v. Haz-Tad, Inc. , 870 F.2d 644 ( 1989 )

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

Palladian Partners, Inc. v. United States , 783 F.3d 1243 ( 2015 )

Tinton Falls Lodging Realty v. United States , 800 F.3d 1353 ( 2015 )

Dell Federal Systems, L.P. v. United States , 906 F.3d 982 ( 2018 )

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

Veterans Contracting Group v. United States , 920 F.3d 801 ( 2019 )

Orion Technology, Inc. v. United States , 704 F.3d 1344 ( 2013 )

Tyler Construction Group v. United States , 570 F.3d 1329 ( 2009 )

CHE Consulting, Inc. v. United States , 552 F.3d 1351 ( 2008 )

R & W Flammann Gmbh v. United States , 339 F.3d 1320 ( 2003 )

Agustawestland North America v. United States , 880 F.3d 1326 ( 2018 )

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

View All Authorities »