Sigmatech, Inc. v. United States ( 2019 )


Menu:
  •          In the United States Court of Federal Claims
    No. 18-1425C
    Filed: November 30, 2018
    Redacted Version Issued for Publication: January 2, 20191
    * * * * * * * * * * * * * * * * * **      *
    SIGMATECH, INC.,                          *
    *
    Protestor,                 *
    *
    v.                                         *    Post-Award Bid Protest; Cross-
    UNITED STATES,                            *    Motions for Judgment on the
    *    Administrative Record; Disparate
    Defendant,                 *    Treatment; Best-Value Trade-Off;
    *    Organizational Conflict of Interest.
    v.                                         *
    DIGIFLIGHT, INC.,                         *
    *
    Defendant-Intervenor.          *
    * * * * * * * * * * * * * * * * * **       *
    Jon D. Levin, Maynard, Cooper & Gale, P.C., Huntsville, AL, for protestor. Of
    counsel were J. Andrew Watson, W. Brad English, and Katherine E. McGuire,
    Maynard, Cooper & Gale, P.C., Huntsville, AL.
    Joseph E. Ashman, Trial Attorney, Commercial Litigation Branch, Civil Division,
    United States Department of Justice, Washington, D.C., for defendant. With him were
    Patricia M. McCarthy, Assistant Director, Commercial Litigation Branch, Robert E.
    Kirschman, Jr., Director, Commercial Litigation Branch, and Joseph H. Hunt, Assistant
    1 This Opinion was issued under seal on November 30, 2018. The parties were asked to
    propose redactions prior to public release of the Opinion. Defendant proposed redactions
    related “to the content and evaluation of the proposal submitted by Systems &
    Simulations, Inc.,” which was not a party in the above-captioned bid protest. Protestor
    stated that protestor “concurs with the Government’s proposed redactions” and “proposes
    no additional redactions.” Defendant-intervenor requested that the court redact “specific
    tools and features” offered in defendant-intervenor’s quotation.
    This Opinion is issued with 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].”
    Attorney General. Of counsel was Lieutenant Colonel Robert B. Nelson, Judge
    Advocate, United States Army Legal Services Agency, Fort Belvoir, VA.
    Christopher L. Lockwood, Wilmer & Lee, P.A., Huntsville, AL, for defendant-
    intervenor. Of counsel were Jerome S. Gabig and Richard J.R. Raleigh, Jr., Wilmer &
    Lee, P.A., Huntsville, AL.
    OPINION
    HORN, J.
    On September 21, 2017, the Department of the Army, Army Contracting
    Command – Redstone (the Army), issued Task Order Request for Quotation No. 2015P-
    06 (the TORFQ), which is the solicitation at issue in the above-captioned bid protest. On
    May 22, 2018, the Army awarded a task order, which became Contract No. W31P4Q-18-
    A-0035 (the DigiFlight Task Order), under the TORFQ to DigiFlight, Inc. (DigiFlight), the
    defendant-intervenor in the above-captioned bid protest. On September 18, 2018,
    protestor, Sigmatech, Inc. (Sigmatech), filed a bid protest complaint in this court
    challenging the Army’s award under the TORFQ to DigiFlight as being irrational, arbitrary
    and capricious, an abuse of discretion, and otherwise not in accordance with law.
    FINDINGS OF FACT
    The parties have stipulated that the Sigmatech is the “incumbent contractor on the
    task order the TORFQ seeks to replace.” According to Sigmatech’s motion for judgment
    on the administrative record, on July 10, 2017, the Army initially issued the TORFQ “as a
    small business ‘reserve.’” DigiFlight submitted a quotation in response to the July 10,
    2017 TORFQ that Sigmatech asserts was issued as a “small business ‘reserve.’”
    Sigmatech states that “Sigmatech protested the Agency’s decision to ‘reserve’ the
    TORFQ” at the United States Government Accountability Office (GAO), and that the Army
    subsequently took corrective action in response to Sigmatech’s bid protest at the GAO.
    On September 21, 2017, the Army reissued the TORFQ, which was “competitively
    solicited for award in accordance with the EXPRESS Blanket Purchase Agreements
    (BPAs).” The parties have stipulated that the “AMCOM [Aviation and Missile Command]
    EXPRESS program utilizes General Services Administration Federal Supply Schedule
    contractors to acquire advisory and assistance services.” (capitalization in original). The
    parties have stipulated that the resultant task order awarded under the TORFQ is to
    consist of a one-year base period of performance and four one-year option periods of
    performance. The Army’s Independent Government Cost Estimate anticipated the total
    value of the resultant task order awarded under the TORFQ to be $88,358,911.64.2
    The TORFQ’s performance work statement stated:
    2 As discussed below, the Army’s Best Value and Fair and Reasonable Determination
    indicated that the Army’s Independent Government Cost Estimate estimated the total
    value of the resultant task order awarded under the TORFQ to be $92,730,115.53.
    2
    1.1 The Security Assistance Management Directorate (SAMD) has a
    requirement for programmatic support to meet contractual obligations for
    the procurement, delivery and sustainment of weapon systems entered into
    via the Foreign Military Sales (FMS) process between the United States
    Government (USG) and numerous foreign governments. The objective of
    this Performance Work Statement (PWS) is to provide support for
    implementation and sustainment of current program actions and future
    programs.
    1.2 The contractor shall provide programmatic services for independent
    evaluation, assessments and analysis. The contractor shall provide
    programmatic support necessary to monitor, coordinate and integrate FMS
    [Foreign Military Sales] programs for our foreign allies. The contractor shall
    supply the necessary personnel labor and travel, facilities and materials to
    fulfill this objective except as identified in Paragraph 5.0., Government
    Furnished Property (GFP).
    Section 2.1.1 of the performance work statement stated that:
    2.1.1.1 The contractor shall perform financial analyses, verification of FMS
    monies and provide input and recommendations utilizing automated
    databases and systems. (PS1)
    2.1.1.2 The contractor shall track case funding consisting of country level,
    case level, line level and requisition level data using databases. (PS1)
    2.1.1.3 The contractor shall develop and utilize an automated system for
    FMS financial data collection. This system should access multiple FMS
    databases and work towards an output that standardizes FMS financial
    status data reporting. (PS1)
    In section 2.1.2 of the performance work statement, the performance work statement
    required that the “contractor shall collect data such as repair status, repair cost, and repair
    capability from Corpus Christi Army Depot (CCAD) and Letterkenny Army Depot (LEAD),
    Security Assistance Management Information System and other databases in order to
    update requisition and document status reports and to provide recommendations on
    repair requirements.”
    Under section 2.1.3, the TORFQ stated:
    2.1.3.1 The contractor shall provide recommendations regarding financial
    database programs for particular systems and in the establishment of future
    databases for the budgetary support of the FMS cases. (PS1)
    3
    2.1.3.2 The contractor shall provide maintenance of these financial
    databases for all FMS requirements in order to provide status/information
    as input to required reports. (PS1)
    Section 2.2.2 of the performance work statement addressed “INPUTS BY OTHER
    CONTRACTORS AND USG [United States government] AGENCIES.” (capitalization in
    original). Under section 2.2.2, the “contractor shall perform cost estimating and analysis
    of data prepared and furnished by other contractors and USG agencies” and “provide
    analysis of the life cycle cost requirements for FMS programs.”
    The TORFQ stated that award would be made on a best value basis based upon
    evaluation of three criteria, which the TORFQ identified as being the Technical Expertise
    factor, Risk Mitigation and Management factor, and Price factor. The TORFQ stated that
    the Army would engage in a “tradeoff process.” The TORFQ defined best value as
    meaning “the expected outcome of the acquisition that, in the Government’s estimation,
    provides the greatest overall benefit in response to the requirement (FAR [Federal
    Acquisition Regulation] 2.101).” The TORFQ stated that “‘[t]radeoff’ means that the
    Government may accept other than the lowest priced quotation, where the decision is
    consistent with the evaluation criteria and the Government reasonably determines that
    the perceived benefits of a higher priced quotation warrant the additional price.” The
    TORFQ also stated that the Technical Expertise factor and the Risk Mitigation and
    Management factor were of equal importance, and that the Technical Expertise factor
    and the Risk Mitigation and Management each were more important than the Price factor.
    The Price factor was “not expected to be the controlling criterion in the selection, but its
    importance will increase as the differences between the evaluation results for the other
    criteria decrease.” According to the TORFQ, “‘Offeror’ means the entity or entities
    submitting the quotation and is comprised of the Blanket Purchase Agreement (BPA)
    Team Leader (Prime) or Direct Awardee, as well as BPA Team Members and
    Subcontractors.”
    The Army indicated in the TORFQ that the Army would evaluate the Technical
    Expertise factor “based on how well the quotation demonstrates a clear understanding of
    the requirements and deliverables, and on the Offeror’s expressed ability to successfully
    perform.” The TORFQ stated that the Army would “assess the Offeror’s understanding of
    the requirements and the technical methodology” and whether a quotation “thoroughly
    demonstrates the Offeror’s understanding of the services to be delivered in order to meet
    the requirements of the PWS and the Offeror’s ability to perform those services.”
    According to the TORFQ, “a quotation may also establish its expertise in other ways such
    as, but not limited to, combinations of stated capabilities and explanations of how
    seemingly unrelated experiences have provided sufficient preparation to perform the
    PWS requirements.” The TORFQ stated that the Army would assign the following ratings
    to an offeror’s Technical Expertise factor:
    Technical Expertise Ratings
    Rating               Description
    4
    Outstanding           Quotation meets requirements and indicates an exceptional level
    of expertise and an understanding of the requirements. Strengths
    far outweigh any weaknesses. Risk of unsuccessful performance
    is very low.
    Good                  Quotation meets requirements and indicates a thorough level of
    expertise and an understanding of the requirements. Strengths
    outweigh any weaknesses. Risk of unsuccessful performance is
    low.
    Acceptable            Quotation meets requirements and indicates an adequate level of
    expertise and an understanding of the requirements. Strengths
    and Weaknesses are offsetting or will have little or no impact on
    contract performance. Risk of unsuccessful performance is
    moderate.
    Unacceptable          Quotation does not meet requirements and contains one or more
    deficiencies. If this criterion is rated as Unacceptable, additional
    factors will not be evaluated and the quotation is not eligible for
    award.
    (emphasis and capitalization in original).
    The TORFQ stated that the Army would evaluate the Risk Mitigation and
    Management factor based on how well an offeror would mitigate and manage the
    following three risks: “1. The ability to obtain and retain qualified personnel. 2. The ability
    to bring together the right team to perform the PWS requirements. 3. The ability to
    effectively manage the project.” The TORFQ stated:
    The quotation’s description of Risk Mitigation and Management shall also
    include any significant anticipated technical or management risks that the
    Offeror believes may be encountered in performing the required work and
    shall provide an effective plan for overcoming them.
    The quotation shall identify any possible adverse impacts to existing
    programs/projects and include an approach that ensures the successful
    performance of the PWS while avoiding or mitigating such impacts on the
    other programs/projects.
    The TORFQ indicated that the Army would evaluate the Risk Mitigation and Management
    factor “to assess completeness, feasibility, and how well it addresses the details of the
    PWS” and would assign one of the following rating:
    Risk Mitigation and Management Ratings
    Rating             Description
    Outstanding        Quotation meets requirements and indicates an exceptional Risk
    Mitigation and Management approach. Strengths far outweigh any
    weaknesses. Risk of unsuccessful performance is very low.
    5
    Good                 Quotation meets requirements and indicates a thorough Risk
    Mitigation and Management approach. Strengths outweigh any
    weaknesses. Risk of unsuccessful performance is low.
    Acceptable           Quotation meets requirements and indicates an adequate Risk
    Mitigation and Management approach. Strengths and
    weaknesses are offsetting or will have little or no impact on
    contract performance. Risk of unsuccessful performance is
    moderate.
    Unacceptable         Quotation does not meet requirements and contains one or more
    deficiencies. If this criterion is rated as Unacceptable, additional
    factors will not be evaluated and the quotation is not eligible for
    award.
    (emphasis and capitalization in original).
    Regarding the third factor, the Price factor, the TORFQ stated that the Army would
    use price analysis to determine the overall price reasonableness of a quotation. The
    TORFQ defined reasonableness as “a fair and reasonable price; i.e., a price that a
    prudent businessperson would pay for an item or service under competitive market
    conditions, given a reasonable knowledge of the marketplace.”
    The TORFQ also defined the terms strength, weakness, and deficiency. The
    TORFQ stated that a strength was defined “as an aspect of an offeror’s quote that has
    merit or exceeds specified performance capability requirements in a way that will be
    advantageous to the Government during contract performance.” The TORFQ defined a
    weakness “as any flaw in the quote that increases the risk of unsuccessful contract
    performance,” and a deficiency as “any material failure of a quote to meet a Government
    requirement or a combination of significant weaknesses in a quote that increases the risk
    of unsuccessful contract performance to an unacceptable level.”
    On October 2, 2017, the Army issued an amendment to the TORFQ, which
    corrected typos in the TORFQ. On October 23, 2017, Sigmatech, DigiFlight, and Systems
    & Simulations, Inc. (S3) submitted quotations in response to the TORFQ. In Sigmatech’s
    quotation, Sigmatech stated that:
    Our team is to provide expert labor; be knowledgeable of Security
    Assistance (SA) and Foreign Military Sales (FMS) execution IAW [in
    accordance with] US laws and USG regulations, policies and guides;
    recognize the overarching mission, role, structure, and priorities of the
    SAMD; and deliver capability to enable accomplishment of SAMD mission
    effectively and efficiently.
    Sigmatech’s quotation indicated that “Team Sigmatech” consisted of Sigmatech, Applied
    Technologies Group, and PROJECTXYZ.
    6
    Sigmatech stated that “Repair & Return (R&R) programs are a key component of
    security assistance programs and continue long after delivery of the major systems to
    support sustainment.” Sigmatech asserted that “Team Sigmatech brings proven
    methodologies to data collection, repair status, repair cost, and repair capability,
    coordinating with depots and ensuring accurate database information.” According to
    Sigmatech, “[o]ur ability to perform is further demonstrated through Sigmatech’s
    coordination with USASAC [United States Army Security Assistance Command]-NC, the
    SAMD R&R [Repair and Return] Office, and CCAD to manage the Royal Saudi Land
    Forces Aviation Command (RSLFAC) Apache R&R program.”
    In section 2.1.3 of Sigmatech’s quotation, which is titled “Update & Maintenance
    of Databases,” Sigmatech asserted:
    We recommend and support the development of SAMD-unique financial
    databases, which monitor and report on implemented FMS case line
    budgets and expenditure. Sigmatech assists in the development and
    maintenance of FAST [Financial Analysis Support Tool] financials, which is
    a compilation of financial reports drawn from GFEBS [General Fund
    Enterprise Business System], PBAS [Program Budget Accounting System],
    SOMARDS [Standard Operation & Maintenance Army Research &
    Development System], and DIFS [Defense Integrated Financial System]
    financial databases. During case execution, periodic financial analysis
    provides performance and cost control monitoring and measurement, to
    include variance and trend analyses. We currently support SAMD in
    improving efficiencies throughout the FMS financial and accounting
    processes by developing and implementing an enterprise portal (the COP
    [Common Operating Picture]) to file and store FMS accounting data, reports
    and case close-out files. We support the migration of legacy SA systems to
    [redacted], a DoD [Department of Defense] system which will be common
    across MILDEPs [military departments] (2.1.3.1). [redacted] will replace the
    Army legacy systems for logistics and financial processes, such as CISIL
    [Centralized Integrated System for International Logistics] and PBAS.
    Sigmatech has provided SME [subject matter expert] support to the
    development of this system, to include analysis of interfaces with the Army-
    wide GFEBS accounting system.
    (emphasis in original). Sigmatech stated that, “[u]nder the USASAC programmatic TO
    [task order], we helped develop the [redacted]. [redacted] will provide the FMS customer
    with a common and standard system for management of their FMS cases.”
    In Sigmatech’s quotation, Sigmatech also stated “[w]e generate funding profiles
    for customer baseline hardware and services requirements, O&S [operations and
    support], maintenance concepts, associated support items, and CSPs [concurrent spare
    parts]. We compare LOA [Letter of Agreement] data, current contracts, and Army stock
    prices for consistency, reasonableness and fairness.” Sigmatech asserted:
    7
    In compliance with the primary financial management references, our team
    performs FMS program analyses and cost estimating from pre-LOR [Letter
    of Request], LOR, case development and execution through case closure
    to identify program, financial, acquisition, and logistical requirements. This
    ensures accurate information for financial reports and reviews. Sigmatech
    demonstrated this expertise in the analysis of financial data in preparation
    of an Indonesian Apache amendment that identified $7M of unused
    transportation funding. These savings were reprogrammed to support other
    case requirements. Sigmatech further demonstrates an ability to execute
    this requirement through amendment of the largest RSLFAC [Royal Saudi
    Land Forces Aviation Command] Apache FMS case (SR-B-WAL).
    Sigmatech coordinated with the technical POCs [point of contacts], budget
    personnel, and case managers to define and request funding for specific
    FMS requirements to be included in the amendment.
    (emphasis in original). Sigmatech’s proposed price, if all option periods of performance
    were exercised, was $61,454,297.78.
    In DigiFlight’s quotation, DigiFlight stated that “Team DigiFlight comprises over 35
    years of International Program / FMS case experience and current support to 84 FMS
    Partners and five international organizations.” DigiFlight indicated that “Team DigiFlight”
    is comprised of “[redacted] SB [small business] Team Member: [redacted] SB
    Subcontractors: [redacted] and [redacted] CAS, Inc. (hereafter, referred to as KBRwyle),
    [redacted].” According to DigiFlight’s quotation, with the “fivefold increase in AMCOM
    FMS cases over the past decade, an automated FMS financial data collection and
    standardized reporting system, such as [redacted], is essential to the collection of data to
    support budgetary processes for management of the $53.2B in undelivered value for over
    1,000 SAMD-managed FMS cases.” DigiFlight stated:
    Team DigiFlight uses [redacted] to collect financial transactions
    (commitments, obligations, and disbursements), automate financial
    analysis, generate standardized SAMD financial reports, and provide inputs
    and recommendations based on the analysis and reports. Our Team
    developed [redacted], maintains the underlying code, and
    recommends [redacted] for future SAMD Division and Branch support.
    As shown in Figure 2.1, we maintain and update [redacted] standardized
    FMS financial reports by accessing access and extract financial data from
    [redacted]. [redacted]-generated standardized reports provide automated
    comparisons of source data to quickly identify anomalies, verify [redacted]
    funding sources, and generate case funding and budget execution reports.
    Our Team’s [redacted] analysts facilitate case funding tracking and report
    at the country, case, line, and requisition levels. We collect, process, and
    report [redacted] data to enhance financial case status.
    (emphasis in original). DigiFlight alleged that “Team-developed [redacted] automatically
    retrieves and merges critical FMS financial records from legacy databases, improves
    8
    accuracy and efficiency, and [redacted].” (emphasis in original). DigiFlight also stated that
    “[o]ur approach is to continue to use our Team expertise, coupled with [redacted] data
    collection methodology, to refine R&R processes and automatically collect WebRoR data
    to track repair status, costs, and capabilities from CCAD, LEAD, and OEMs [original
    equipment manufacturers]/industry.” According to DigiFlight’s quotation, DigiFlight’s
    approach “is to manage thousands of assets through database systems that maintain
    accountability by tracking and monitoring R&R assets from FMS Partner requests for
    repair through return-of-country assets.”
    Regarding its cost estimating and analysis process, DigiFlight stated that “[o]ur
    Team develops FMS case-specific databases that identify the purpose of funding; key
    milestones; PWD, MIPR [military intradepartmental purchase request], and JONO [job
    order number] issuance; monthly fund allocations; and expenditures supporting FMS
    budget and pricing.” DigiFlight stated that “Team DigiFlight uses our Team’s [redacted]
    cost estimating analysts to conduct line-by-line reviews of LOR data provided by PMs
    [program managers], OEMs, and USG agencies. We provide thorough analyses of life
    cycle costs and recommendations during reviews with SAMD, FMS Partners, and prime
    contractors.” DigiFlight proposed a total price of $63,001,142.24 if all option periods of
    performance were exercised.
    In S3’s quotation, S3 asserted that S3 was [redacted]. (emphasis and capitalization
    in original). S3 proposed a price of [redacted] if all option periods of performance were
    exercised.
    The parties have stipulated that the Army completed its evaluation of the
    quotations submitted by Sigmatech, DigiFlight, and S3 on January 24, 2018.3 The Army
    completed a document titled “Evaluation Worksheet” for each of the quotations of
    Sigmatech, DigiFlight, and S3, which evaluated the Technical Expertise and Risk
    Mitigation and Management factors for each vendor’s quotation.4 In the Evaluation
    Worksheet analyzing DigiFlight’s quotation, the Army determined that DigiFlight’s
    Technical Expertise was outstanding. The Army found that DigiFlight’s technical approach
    warranted five strengths, which were assigned under sections 2.1.1 and 2.1.3,5 2.1.2,
    2.2.2, 2.3, and 2.4 of DigiFlight’s quotation, zero weaknesses, and zero deficiencies.
    Under the strength assigned to sections 2.1.1 and 2.1.3, the Army stated:
    3As discussed below, on June 4, 2018, Sigmatech filed a post-award bid protest at the
    GAO challenging the Army’s award to DigiFlight under the TORFQ, and the Army issued
    a Stop Work Order to DigiFlight on June 5, 2018.
    4The Army’s Evaluation Worksheets were not signed, but the Army’s Best Value and Fair
    and Reasonable Determination indicates that the Evaluation Worksheets were completed
    by Jennifer Kaufman, Michele Crook, and John Philips. The Army’s Best Value and Fair
    and Reasonable Determination does not provide the job titles of Jennifer Kaufman,
    Michele Crook, and John Philips.
    5The Army assigned DigiFlight a single strength for DigiFlight’s technical approach under
    sections 2.1.1 and 2.1.3 of DigiFlight’s quotation.
    9
    The Offeror’s proposal details its response to the Task Order Request for
    Quotation (TORFQ) and the USG Performance Work Statement’s
    requirements for financial databases, analysis, tracking and use, as well as
    the updates and maintenance of those databases. The Offeror has
    developed [redacted]. The Offeror demonstrates superior understanding of
    multiple SAMD databases necessary to support its proprietary [redacted]
    system that provides an exceptional level of financial support by maintaining
    and updating [redacted] standardized reports to aid in quickly identifying
    anomalies and for case managers to use in managing and executing
    Foreign Military Sales (FMS) case lines. The [redacted] system also
    [redacted]. The Offeror utilizes legacy systems for reporting, maintaining the
    underlying code for [redacted], and providing recommendations and plans
    for future growth of the [redacted] system to support SAMD’s evolving
    needs.
    The Offeror’s specialized knowledge and experience in both legacy and
    current data systems will be advantageous to SAMD in managing case line
    and contract financials. The use of the legacy systems and the innovative
    development of the [redacted] system will enable the Offeror to provide
    critical recommendations to SAMD for future growth and exceptional
    support for program resource control. The Offeror’s development and
    maintenance of its innovative [redacted] system will also benefit SAMD by
    exporting data from multiple SAMD financial databases and will provide a
    consistent standardized report. The Offeror’s unique skillset with [redacted]
    and legacy systems will increase mission efficiency of financial
    management by reducing the time to pull reports from multiple systems,
    simplifying data utilization, and providing automated financial solutions to
    the FMS case managers.
    Under the strength assigned to section 2.1.2 of DigiFlight’s quotation, the Army
    stated:
    The Offeror has provided extensive support to R&R programs for over three
    decades. The Offeror has developed and will provide the [redacted]. The
    Offeror also plans to combine the existing expertise with the [redacted] data
    collection methodology to refine the R&R process to automatically collect
    Web Repair of Repairable (WebRoR) data for better tracking from Corpus
    Christi Army Depot (CCAD), Letterkenny Army Depot (LEAD), and industry.
    The Offeror’s R&R experience will benefit SAMD by utilizing its innovative
    [redacted] in conjunction with the WebRoR system to track and assist in the
    management of repair requirements, requisition documentation, contract
    information, and other major commands data to generate R&R reports. The
    system along with the Offeror’s cited very extensive experience with the
    10
    SAMD R&R process will benefit SAMD by increasing the amount of data
    and status information collected from CCAD, LEAD, and industry.
    Regarding DigiFlight’s strength under section 2.2.2 of DigiFlight’s quotation, the
    Army stated that DigiFlight demonstrated a “unique ability to perform cost analysis by
    utilizing their [redacted] cost estimation analysts, which are personnel trained and certified
    using cost analysis methods.” The Army stated that Team DigiFlight employees already
    were trained in using [redacted] and asserted that such training “will improve the quality
    of detailed cost assessments to SAMD.” As to DigiFlight’s strength under section 2.3, the
    Army stated that DigiFlight utilizes [redacted] and that DigiFlight’s “scheduling tools will
    benefit SAMD by having readily available access to [redacted] for the development,
    maintenance, evaluation, and presentation of an IMS [Integrated Master Schedules] for
    each FMS case.” Under the strength assigned to section 2.4 of DigiFlight’s quotation, the
    Army noted that DigiFlight developed the [redacted], which is a [redacted]. The Army
    asserted that the [redacted] “provides an exceptional management system for post-
    meeting tracking.”
    Under a section of the Evaluation Worksheet titled “RATIONALE FOR OVERALL
    RATING (TECHINICAL EXPERTISE),” the Army stated that DigiFlight’s “superlative
    understanding” of and ability to perform the tasks in the performance work statement
    warranted a rating of outstanding under the Technical Expertise factor. (capitalization in
    original). According to the Army, DigiFlight successfully addressed all of the Army’s
    requirements in the performance work statement and demonstrated a capability to exceed
    the requirements in the performance work statement “by providing existing proprietary
    systems that support financial, R&R, scheduling, and programmatic tracking in support of
    SAMD operations.”
    Under the Risk Mitigation and Management factor, the Army assigned DigiFlight
    three strengths, zero weaknesses, and zero deficiencies. The Army assigned DigiFlight
    a strength under section 3.1 of DigiFlight’s quotation because of DigiFlight’s “exceptional
    ability to have no loss of mission effectiveness, no loss of a documented knowledge base,
    and no need of government funds to train new employees.” The Army assigned DigiFlight
    a strength under section 3.2 because of DigiFlight’s ability to “bring together the right team
    to perform the PWS requirements.” Under section 3.4, the Army assigned DigiFlight a
    strength because DigiFlight “demonstrates a firm ability to staff OCONUS Field Office
    Positions.”
    The Army also provided comments on sections 2.3 and 3.4 of DigiFlight’s
    quotation. Under section 2.3, the Army stated that DigiFlight had developed and is
    currently maintaining an [redacted], and that DigiFlight’s experience with the [redacted]
    reduces risk for the Security Assistance Management Directorate. Under section 3.4, the
    Army asserted that DigiFlight “has experience anticipating and addressing challenges and
    uses its extensive expertise to quickly and proactively handle various inherent
    organization dynamics.” The Army assigned DigiFlight’s quotation a rating of outstanding
    under the Risk Mitigation and Management factor. The Army stated that DigiFlight
    “demonstrated an exceptional Risk Mitigation and Management approach and proven
    11
    ability to effectively manage the project and anticipated technical risk” and that the “[r]isk
    of unsuccessful performance is very low.”
    In the Army’s Evaluation Worksheet analyzing Sigmatech’s quotation, the Army
    assigned Sigmatech one strength under the Technical Expertise factor, which was under
    section 2.4 of the performance work statement. The Army assigned Sigmatech a strength
    under section 2.4 because Sigmatech demonstrated that it could successfully host
    meetings “at its local facility,” which the Army asserted “reduces the logistics required for
    visitor access, ensuring adequate meeting space and media support equipment.” The
    Army also provided four “[c]omments” on Sigmatech’s technical approach. The Army’s
    comments included that, under section 2.1.1 of Sigmatech’s quotation, Sigmatech’s
    “experience with various Foreign Military Sales (FMS) financial systems is useful to
    SAMD in performing financial analysis and providing input and recommendations.” Under
    section 2.1.1.3, the Army commented that Sigmatech’s quotation “cites experience with
    the SAMD Saudi PATRIOT Program,” which the Army stated “is valuable to
    understanding the importance of organization and financial tracking,” but “does not
    support the PWS requirement of developing an automated database that provides
    standardized reports from multiple systems.” Under section 2.1.2, the Army stated that
    DigiFlight’s “experience with Repair and Return (R&R) will assist SAMD in the analysis of
    the R&R process and will provide recommendations to expedite and streamline the return
    of items to the FMS customer.” Under section 2.1.3 of the TORFQ, the Army commented
    that Sigmatech “demonstrates experience in aiding in the development of a case
    management system however; details on how it will perform these tasks in support of
    SAMD are not provided.” The Army assigned Sigmatech’s quotation a rating of good
    under the Technical Expertise factor because Sigmatech “addressed all of the PWS
    paragraph requirements, stating it will meet all requirements and discussed how it plans
    to meet requirements by providing examples of relevant experience associated with each
    PWS paragraph.”
    Under the Risk Mitigation and Management factor, the Army assigned Sigmatech’s
    quotation three strengths, which were assigned to sections 3.2, 3.2,6 and 3.4. Under
    section 3.2, Sigmatech received a strength for Sigmatech’s “ability to bring together the
    right team to perform the PWS requirements.” The Army also assigned Sigmatech a
    strength for its “ability to obtain and retain qualified personnel” and noted that Sigmatech
    “maintains an exceptional 92% average retention rate.” Under section 3.4, the Army
    assigned Sigmatech a strength for its ability to effectively manage “the project” because
    Sigmatech “utilizes multiple processes and tools to minimize performance risk by
    accurately tracking contract data and requirements.” The Army did not assign Sigmatech
    any weaknesses or deficiencies or list any comments for Sigmatech’s Risk Mitigation and
    Management factor. The Army rated Sigmatech’s Risk Mitigation and Management factor
    as outstanding. According to the Army, Sigmatech “demonstrated a [sic] exceptional Risk
    Mitigation and Management approach and proven ability to effectively manage the project
    and anticipated technical risk.”
    6The Army’s Evaluation Worksheet assigned two separate strengths to section 3.2 for
    Sigmatech’s quotation.
    12
    The Army assigned [redacted] and a rating of [redacted] to S3’s Technical
    Expertise factor and [redacted] and a rating of [redacted] to S3’s Risk Mitigation and
    Management factor. The Army did not assign [redacted] to S3’s quotation.
    On May 22, 2018, Army contracting officers Ashantas Cornelius and Sonya
    Anderson issued the Army’s Best Value and Fair and Reasonable Determination. The
    Best Value and Fair and Reasonable Determination provided “a summary of the
    evaluations for the non-price factors,” which noted the strengths, weaknesses,
    deficiencies, and ratings assigned to each vendor’s quotation under the Technical
    Expertise and Risk Mitigation and Management factors. The Army’s Best Value and Fair
    and Reasonable Determination also provided the following “summary comparison of the
    Independent Government Cost Estimate (IGE) and the Offeror’s proposed prices:”
    Offeror       DigiFlight         Sigmatech         S3                  IGE
    Base Effort   $59,928.57         $26,034.41        [redacted]          $26,376.18
    Option 1      $12,273,922.83     $12,184,307.52    [redacted]          $16,725,207.35
    Option 2      $12,429,121.33     $12,248,669.31    [redacted]          $17,614,215.65
    Option 3      $12,586,626.43     $12,294,440.10    [redacted]          $18,527,784.27
    Option 4      $12,746,460.43     $12,328,644.55    [redacted]          $19,466,895.64
    Option 5      $12,905,082.65     $12,372,201.89    [redacted]          $20,369,636.44
    Total         $63,001,142.24     $61,454,297.78    [redacted]          $92,730,115.53
    According to the Best Value and Fair and Reasonable Determination, “[a]ll three offerors
    quoted prices that were less than the IGE. DigiFlight’s total price is $63,001,142.24 which
    is 32% lower than the IGE value of $92,730,115.53. Sigmatech’s total price is
    $61,454,297.78 which is 34% lower than the IGE. S3’s price is [redacted] which is
    [redacted] lower than the IGE.” The Best Value and Fair and Reasonable Determination
    states that the “Contracting Officer has reviewed the pricing received in response to this
    solicitation to determine price reasonableness. In accordance with FAR Subpart 15.404-
    1(b)(2)(i) price analysis is considered substantiated based on this acquisition having
    adequate price competition.”
    In a section of the Best Value and Fair and Reasonable Determination titled “Best
    Value Discussion,” the Army provided the following summary of the Army’s evaluation of
    the vendors’ quotations:
    Offeror                DigiFlight              Sigmatech            S3
    Technical              Outstanding             Good                 [redacted]
    Expertise
    Risk Mitigation &      Outstanding             Outstanding          [redacted]
    Management
    Total Price            $63,001,142.24          $61,454,297.78       [redacted]
    13
    (emphasis in original). The Army noted that DigiFlight received five strengths, no
    weaknesses, and no deficiencies under its Technical Expertise factor and three strengths,
    no weaknesses, and no deficiencies under its Risk Mitigation and Management factor,
    which produces a total of eight strengths. The Army stated that Sigmatech received one
    strength, no weaknesses, and no deficiencies under its Technical Expertise factor and
    three strengths, no weaknesses, and no deficiencies under its Risk Mitigation and
    Management factor, which produces a total of four strengths. Regarding S3’s quotation,
    the Army stated that S3 received [redacted] under its Technical Expertise factor and
    [redacted] under its Risk Mitigation and Management factor, which produces a total of
    [redacted] strengths.
    The Army’s Best Value and Fair and Reasonable Determination stated that all
    vendors demonstrated a capability to perform the Army’s requirement, but asserted:
    DigiFlight, however, provided quotations with superior responses describing
    their capability to accomplish the PWS requirements and how they plan to
    meet requirements through examples of relevant experience associated
    with each PWS paragraph. They thoroughly described how they will
    manage the project and addressed anticipated risks. DigiFlight can provide
    the required support, with very low risk of unsuccessful performance.
    In further analyzing the best value amongst all three Offerors based on
    Technical Expertise, the strengths and weaknesses of each Offeror were
    considered. DigiFlight exhibited numerous strengths; providing relevant
    experiences and demonstrating exceptional understanding of the technical
    requirements. DigiFlight had no weaknesses identified in the Technical
    Expertise factor. DigiFlight demonstrated exceptional capability, experience
    and understanding to successfully perform the requirements of the PWS
    with virtually no risk to the Government. DigiFlight demonstrated
    exceptional understanding in the use of current and legacy data systems.
    DigiFlight developed and implemented numerous systems and databases
    such as [redacted]. The implementation of these programs will significantly
    aid in collecting, processing and refining, analyzing and tracking data. The
    use of such innovative databases/systems will effectively redefine data
    collection and processing.
    The Army further stated that:
    In regards to the Risk Mitigation and Management, DigiFlight and
    Sigmatech both received the rating “Outstanding” indicating an exceptional
    approach. Both demonstrated a thorough approach to Risk Mitigation and
    Management. Both demonstrated proven techniques in their abilities to
    obtain and retain qualified personnel, ability to bring together the right team
    to perform PWS requirements and the ability to effectively manage the
    project; thus providing continuous support and risk mitigation through the
    performance of the PWS requirements.
    14
    (capitalization in original). Regarding the vendors’ proposed prices, the Army asserted:
    Based upon a price comparison of the Offerors, all three Offerors total
    quoted prices are lower than the Independent Government Estimate (IGE).
    DigiFlight’s total quoted price of $63,001,142.24 is 2% higher than
    Sigmatech’s total quoted price of $61,454, 297.78 and [redacted] lower than
    S3’s quoted price of [redacted]. Sigmatech’s total quoted price of
    $61,454,297.78 is [redacted] lower than S3’s quoted price of [redacted].
    Due to its ratings of “Outstanding” for Technical Expertise and Risk
    Mitigation and Management and the 2% price premium between it and
    Sigmatech, DigiFlight’s proposal offers the best value to the Government.
    The rationale for award is based on a rating of Outstanding in the area of
    Technical Expertise, Outstanding in the area of Risk Mitigation and
    Management, and fair and reasonable pricing all combined. DigiFlight
    clearly stated the requirements and how they would perform the
    requirements for both Technical Expertise and Risk Mitigation and
    Management. This was demonstrated by specific examples for both
    Technical Expertise and Risk Mitigation and Management.
    (capitalization in original).
    In a subsequent section in the Best Value and Fair and Reasonable Determination
    titled “Trade-Off Discussion,” the Army noted that, under the evaluation criteria set forth
    in the TORFQ, the Technical Expertise factor and the Risk Mitigation and Management
    factor were of equal importance, and each factor was of greater importance than the Price
    factor. (capitalization in original). The Army stated:
    DigiFlight demonstrated a far superior approach in both Technical Expertise
    and Risk Mitigation and Management. DigiFlight received the highest
    ratings in the two most important criteria (Technical and Risk Mitigation and
    Management), and only presented a slight disadvantage over Sigmatech in
    the least important criteria of Price. DigiFlight’s significant strengths
    exceeds specified performance capability requirements in a way that will be
    advantageous to the Government during contract performance.
    Consequently, DigiFlight’s strengths in Technical Expertise and Risk
    Mitigation and Management support the Government’s payment of a higher
    price premium and will provide the Government the best value.
    The Army concluded that, “[b]ased on the review of the evaluations, the Contracting
    Officer determines that DigiFlight provides the best value with all ratings and price
    considered.”
    On May 22, 2018, the Army sent a memorandum with a subject of “Explanation of
    Basis of Award Decision, TORFQ: 2015P-6” to Sigmatech, which explained the Army’s
    15
    evaluation of Sigmatech’s quotation and stated that DigiFlight was the awardee under the
    TORFQ. (capitalization in original). The Army asserted in the May 22, 2018 memorandum
    that DigiFlight’s quotation provided the best value to the government. Also on May 22,
    2018, the Army awarded the DigiFlight Task Order under the TORFQ to DigiFlight.
    On June 4, 2018, Sigmatech filed a post-award bid protest at the GAO challenging
    the Army’s award to DigiFlight under the TORFQ. In its post-award protest at the GAO,
    Sigmatech argued that the Army “unreasonably downgraded Sigmatech’s Technical
    Expertise rating by identifying strengths as ‘comments,’” “unreasonably downgraded
    Sigmatech’s quotation under the Technical Expertise factor,” and unreasonably evaluated
    DigiFlight’s quotation. Sigmatech also argued that the Army’s source decision document
    was unreasonable. On June 5, 2018, the Army issued a Stop Work Order to DigiFlight.
    On July 16, 2018, Sigmatech filed a supplemental bid protest at the GAO. In its
    supplemental bid protest, Sigmatech asserted that the Army assigned strengths to
    DigiFlight “but not to Sigmatech for the same or virtually identical features,” the Army
    failed to consider an organizational conflict of interest (OCI), the Army improperly
    emphasized the experience of DigiFlight’s subcontractors, the Army improperly relied on
    “unexplained technology in differentiating Sigmatech and DigiFlight,” and that the “source
    selection authority failed to properly document the source selection decision.” Regarding
    the alleged organizational conflict of interest, the parties have stipulated that Sigmatech
    alleged at the GAO that an employee, Eileen Whaley, “of DigiFlight’s subcontractor on
    the task order, KBRWyle,[7] was a former agency employee who, in that capacity, was
    involved with the programmatic requirements of the TORFQ, thereby allegedly placing
    her in a position to provide DigiFlight competitively useful non-public information about
    the Army’s needs under the TORFQ.”
    On July 27, 2018, contracting officer Ashantas Cornelius issued a Determination
    and Findings regarding the alleged OCI involving Eileen Whaley, in which Ms. Cornelius
    concluded that an OCI did not exist. Regarding Eileen Whaley’s employment at the
    Security Assistance Management Directorate, Ashantas Cornelius stated:
    Ms. Eileen Whaley served as Deputy Director of the Security Assistance
    Management Directorate (SAMD) from August 2013 to June 2017. In her
    capacity as the Supervisory International Program Management Specialist,
    Ms. Eileen Whaley oversaw Security Assistance Program matters under the
    cognizance of the command. She participated equally with the Director in
    directing, managing, and coordinating the total activities of the organization,
    consisting of professional, technical, and support personnel through
    subordinate supervisors. As such, her duties included reviewing directives,
    7 In DigiFlight’s quotation, DigiFlight identifies “CAS, Inc. (hereafter, referred to as
    KBRwyle)” as a subcontractor on Team DigiFlight. Other documents in the administrative
    record refer to KBRWyle as “KBRWyle/CAS, Inc.” The parties have referred to
    KBRWyle/CAS, Inc. as KBRWyle, and the court refers to KBRWyle/CAS, Inc. as
    KBRWyle.
    16
    planning documents, and program and policy statements received from
    high authority and interpreting and evaluating to determine merits of new
    concepts of long plans proposed in the various fields of security assistance
    management in their operation staff aspects.
    (capitalization in original; internal references omitted). According to Ashantas Cornelius:
    In response to questions asked of the Contracting Officer’s Representative
    (COR) on the current task order, the COR explained that Ms. Eileen Whaley
    served as the Deputy Director of SAMD during the initiation and submission
    of the Contracts Requirement Packet (CRP) for the task order whose award
    is being protested. Due to her position and level of management, Ms.
    Whaley was not involved in the development or completion of the
    documents. Due to her position, it has been confirmed that Ms. Whaley only
    provided signatory authority in the approval of two Limited Sources
    Justifications (LSJs) to allow non-competitive extension of the previous task
    order while the protests of the new task order are resolved. Ms. Whaley
    confirms via her declaration, that she did not discuss nor have any
    knowledge of or involvement with the current acquisition process. The CRP
    documents were completed by Ms. Susan Tier [sic] (COR)[8] with the
    assistance of Jimmy D. Jones, Jr. (Chief of Business Management Office)
    and Mr. Alex T. Lamar (Technical Monitor). The documents required for the
    Contract Requirements Packet (CRP) are approved independently and
    require signatures based upon the type of document requiring approval. Ms.
    Whaley did not sign any of the documents for the current procurement.
    Upon completion of individual documents, submission was made to the
    respective Contract Specialist and/or Officer.
    (capitalization in original; internal references and footnote omitted). In a footnote,
    Ashantas Cornelius stated that the Contract Requirement Packet consisted of multiple
    documents used in the TORFQ, including the performance work statement, task order
    data requirements, Independent Government Cost Estimate, and evaluation criteria.
    In the July 27, 2018 Determination and Findings, Ashantas Cornelius also stated
    that Larry Jess, the Vice President for DigiFlight’s Huntsville operations, stated in a
    declaration that “he was directly responsible for the quotation development effort and
    exclusively interfaced with all of DigiFlight teammates,” including KBRWyle, when
    preparing DigiFlight’s quotation. Ashantas Cornelius asserted that:
    According to his declaration, Mr. Jess had no interaction with Ms. Whaley,
    nor did she serve as representative for CAS [KBRWyle] in supporting the
    quotation preparation. As shown by his declaration, Mr. Jess was not aware
    that Ms. Eileen Whaley was a CAS employee until the filing of the
    8In the November 1, 2018 declaration signed by Susan Teir and a September 25, 2018
    email message sent by Susan Teir, Ms. Teir spells her name as “Teir,” rather than “Tier.”
    17
    supplemental protest. Moreover, CAS has confirmed, that Ms. Eileen
    Whaley was hired on August 14, 2017. This is four days after the due date
    for initial responses to the TORFQ, which were due on August 10, 2017.
    Quotations were received as stated above; however, a protest was
    received. Upon receipt of the protest, the Government did not take any
    action regarding the quotations submitted in response to TORFQ 2015P-6
    in August 2017. Due to the receipt of the protest and proposed corrective
    action, the TORFQ was subsequently re-issued on September 21, 2017 as
    full open and competition (which was a change from the previous TORFQ,
    which was issued as a Small Business Reserve). DigiFlight submitted
    quotes in response to both TORFQs. The Contracting Officer compared the
    two quotations, finding minimal differences in the two quotations.
    (capitalization in original; internal references omitted). Ashantas Cornelius concluded that
    she had
    found no evidence that Ms. Whaley had any involvement in the
    development of the TORFQ PWS, or that she had access to or received
    any competitively useful, proprietary, or source selection information
    relating to the Programmatic Services Support TORFQ, or that she had any
    involvement in the procurement process or any influence on the source
    selection decision. Thus, there is no evidence that DigiFlight gained unequal
    access to any non-public information which would give the company an
    unfair competitive advantage about the Programmatic Support Services
    procurement as a result of Ms. Whaley’s tenure as the Deputy Director of
    SAMD or as a KBRWyle/CAS employee.
    On September 11, 2018, the GAO denied in part and dismissed in part
    Sigmatech’s bid protest at the GAO. See Sigmatech, Inc., B-415028.3 et al., 
    2018 WL 5110874
    , at *1 (Comp. Gen. Sept. 11, 2018). The GAO determined that there was “no
    merit to the protester’s challenges to the agency’s evaluation of Sigmatech’s quotation”
    and dismissed Sigmatech’s allegation of unequal treatment as untimely. 
    Id. at *3.
    The
    GAO rejected Sigmatech’s argument that the Army unreasonably evaluated DigiFlight’s
    experience because the GAO found “no basis to conclude that the agency’s assignment
    of strengths to the awardee’s quotation based on the experience of its proposed
    subcontractors was inconsistent with the terms of the solicitation or otherwise
    unreasonable.” 
    Id. at *6.
    The GAO also found that Sigmatech’s allegation of an OCI
    involving Eileen Whaley lacked merit because, “[w]here, as here, the contracting officer
    investigates a potential unfair competitive advantage and reasonably concludes that no
    such advantage exists, we will defer to the agency’s judgment.” 
    Id. at *9
    (citation omitted).
    The GAO denied the remainder of Sigmatech’s claims. See 
    id. at *11.
    18
    On September 18, 2018, Sigmatech filed its complaint in the above-captioned bid
    protest.9 In its complaint, Sigmatech argued that the Army arbitrarily and capriciously
    evaluated Sigmatech’s quotation, that the Army engaged in disparate treatment, and that
    the Army’s source selection decision was unequal, arbitrary and capricious, an abuse of
    discretion, or otherwise not in accordance with law. Sigmatech argued that the Army
    “failed to adequately consider the former Acting Director’s [Eileen Whaley’s] access to
    information and setting of requirements, who is now a KBRWyle employee working on
    the LPTO Task Order, was a conflict of interest.” During a discussion of the alleged
    conflict of interest involving Eileen Whaley at the November 13, 2018 oral argument,
    counsel of record for protestor stated “I will formally withdraw it.” Counsel of record for
    protestor stated “I will fully admit, having reviewed the briefs, that I do not believe the
    Eileen Whaley argument is particularly strong” and counsel officially withdrew protestor’s
    claim involving Eileen Whaley.
    In Sigmatech’s complaint, Sigmatech also asserted, for the first time, that the Army
    failed to consider “the DigiFlight team’s organizational conflicts of interest” involving
    KBRWyle’s position as the prime contractor on a task order “under the Defense System
    Technical Area Task (‘DS TAT’) contract for Patriot Technical Support at the ‘Lower Tier
    Project Office System Engineering Directorate.’” (capitalization in original). According to
    Sigmatech:
    KBRWyle (and therefore, DigiFlight) has an organizational conflict of
    interest—that is, as the subcontractor to DigiFlight under the RFQ and as
    the contractor under the DS TAT task order, KBRWyle would have to
    monitor and evaluate its own work under the DS TAT task order an
    impermissible impaired objectivity OCI.
    Sigmatech’s complaint requests a declaration that the Army’s evaluation of quotations
    and award under the TORFQ was irrational, arbitrary, and capricious, an abuse of
    discretion, and contrary to law, a permanent injunction, other relief deemed appropriate
    by the court, and that the court “[r]equire the Agency to perform a new evaluation and
    make a new award decision.”
    On September 19, 2018, DigiFlight filed an unopposed motion to intervene in the
    above-captioned bid protest, which the court granted. Also on September 19, 2018, the
    court held a hearing with the parties in the above-captioned bid protest. During the
    September 19, 2018 hearing, counsel of record for defendant indicated that the Army
    voluntarily agreed to stay performance of DigiFlight’s award under the TORFQ until
    December 14, 2018. Defendant indicated that an Army contracting officer was
    investigating and evaluating Sigmatech’s new OCI claim involving KBRWyle’s
    performance under the Defense System Technical Area Task task order.
    9 In a footnote in the complaint, Sigmatech states that “Sigmatech is not pursuing all of
    the grounds it raised before the GAO.”
    19
    On October 1, 2018, defendant filed the administrative record in the above-
    captioned bid protest. On October 3, 2018, defendant filed a notice of the Army’s
    Determination and Findings, which was dated October 2, 2018, signed by contracting
    officer Ashantas Cornelius, and addressed Sigmatech’s allegation that
    DigiFlight, Inc. entered into a teaming/subcontractor agreement with
    KBRWyle/CAS Inc. (KBRWyle), creating impaired objectivity in which
    KBRWyle, in performing the EXPESS Task Order, would provide oversight
    and/or approval over its own work performance and deliverables performed
    under other task orders awarded through the Defense Technical
    Information Center (DTIC) Defense Systems Technical Area Task (DS-
    TAT) program.
    In the October 2, 2018 Determination and Findings, Ashantas Cornelius “concluded that
    no OCI exists.” Ms. Cornelius states that the Lower Tier Project Office is the “Office of
    Record for the ACAT-1A PATRIOT Air & Missile Defense Weapon System,” and that the
    “LTPO [Lower Tier Project Office] provides requirements based upon ‘production
    contracts’, providing foreign military customers with a weapon system/end product.”
    (capitalization in original). Ms. Cornelius asserts:
    The Lower Tier Project Office is part of the Program Executive Office (PEO)
    Missiles and Space. This office is not a part of AMCOM. SAMD is an
    Aviation and Missile Command (AMCOM) organization. SAMD has
    divisions that are co-located with the respective Missile and Space Program
    Executive Office (PEO)/Aviation Program Executive Office (PEO) Weapon
    Systems Program Offices. However, each organization performs duties and
    responsibilities specific to that organization’s mission. The two
    organizations function independently of each other and have no
    organizational relationship with each other. With different command
    teams/structures, SAMD does not provide management oversight to LTPO
    or vice versa.
    LTPO and AMCOM SAMD require technical support services in order to
    successfully perform their missions. In response to this need, both
    organizations acquired technical supports [sic] services through the use of
    the DTIC Defense Systems Technical Area Task (DS-TAT) Indefinite
    Delivery Indefinite Quantity (IDIQ) contracts managed by Defense
    Technical Information Center (DTIC) personnel located at Ft. Belvoir, VA. A
    task order for technical support at LTPO (FA807517F1374) was awarded
    on May 20, 2017 and a task order for technical support at SAMD
    (FA807517F1389) was awarded on September 28, 2017. Both task orders
    were awarded to Wyle Laboratories, Inc., a part of KBRWyle/CAS, Inc.,
    located in Huntsville, Alabama.
    (internal references omitted).
    20
    According to Ashantas Cornelius’s statements in the October 2, 2018
    Determination and Findings, “[t]hese contracts are similar in the type of ‘technical support’
    they provide to LTPO and SAMD. However; the support is based upon individual mission
    requirements of each organization.” Ashantas Cornelius further states:
    The primary purpose of Task Order FA 807517F1374 in support of the
    LTPO mission is to study, analyze, provide, advice [sic], research, and
    develop deliverables to advance defense-related scientific and technical
    information (STI) through the application of knowledge and resources in
    achieving the requiring activity’s mission requirements. The objective is to
    provide the Government the necessary multi-discipline support to execute
    the extremely challenging effort of managing the PATROIT weapon system.
    The primary purpose of Task Order FA 807517F1389 in support of the
    AMCOM SAMD mission is to study, analyze, advise, research and develop
    deliverables to advance FMS-related scientific and technical Information
    (STI). Some of the key objectives are Program Management, STI
    Relevance Assessment and Gap Analysis, Systems Engineering Support;
    Forensic and Reliability Analysis, Strategic Planning, Integrated Logistics
    Support; and Foreign Military Sales Support. These task orders are
    separate entities and function independently of each other in support of two
    different commands with varying missions.
    (capitalization in original; internal references omitted).
    Regarding the task order awarded to DigiFlight under the TORFQ, Ashantas
    Cornelius asserts:
    [T]he task order provides programmatic services to AMCOM SAMD.
    Programmatic services entails [sic] support in monitoring, assessing,
    coordinating, analyzing and integrating component programs/activities,
    including briefings/ presentations and agendas for the total life cycle
    systems. This program is in response to the SAMD’s mission and supports
    only the SAMD Foreign Military Sales (FMS) functions. The EXPRESS task
    order functions is [sic] the same manner as the DTIC task order. The
    Contracting Officer appoints a COR, who has been trained and performs
    duties in accordance with the FAR and other applicable regulations.
    Similarly, each EXPRESS task order is allocated a Program Manager
    and/or a task order lead whose primary duty and responsibility is to manage/
    provide oversight in support of his/her specific task order.
    (internal references omitted). In the October 2, 2018 Determination and Findings,
    Ashantas Cornelius concludes that:
    As the Contracting Officer responsible for the acquisition of the
    Programmatic Support Services Task Order Request for Quote and
    subsequent award, I have thoroughly reviewed the tasks to be performed
    21
    under the EXPRESS task order and the tasks KBRwyle performs under
    the DS-TAT task orders for both LTPO and SAMD, and have found no
    evidence of impaired objectivity with KBRWyle/CAS, Inc. in performance
    of their duties supporting the EXPRESS Task Order and the DTIC Task
    Orders. KBRwyle working on the EXPRESS task order will not be
    monitoring or evaluating the work of KBRwyle employees on the DTIC task
    orders. As stated above, oversight of contractor personnel and
    performance is done by the Government, through Contracting Officer
    Representative and Program Managers, and not by other contractors.
    Furthermore, the work performed under the EXPRESS task order is
    different from the work performed under the DTIC task orders, involving
    different categories of services, with the EXPRESS task order providing
    program support services and the DTIC task orders focused on scientific
    and technical tasks.
    Furthermore, additional last-minute information was provided by
    Sigmatech regarding KBRWyle performing other DS TAT task Orders.
    These tasks orders provide support to various Program Management
    Offices (PMOs) to include Cargo Helicopter, Unmanned Aircraft Systems,
    Fixed Wing and Future Vertical Lift. Additionally, information has been
    provided indicating that DigiFlight is a subcontractor on several of
    KBRWyle’s task orders. While Sigmatech has not provided sufficient
    information to fully investigate these last-minute additions to its impaired
    objectivity OCI allegations, because these DS TAT task orders are all
    managed in the manner as previously stated, sufficient government
    oversight is provided to successfully eliminating [sic] any possibility of
    impaired objectivity.
    Protestor has not amended its complaint in the above-captioned bid protest to include an
    allegation that there is an organizational conflict of interest as a result of DigiFlight’s role
    as a “subcontractor on several of KBRWyle’s task orders.”
    On October 19, 2018, Sigmatech filed a motion for judgment on the administrative
    record. In the October 19, 2018 motion, Sigmatech argues that the Army’s evaluation of
    Sigmatech’s quotation and DigiFlight’s quotation, as well as the Army’s source selection
    decision, was irrational, arbitrary, capricious, an abuse of discretion, and not in
    accordance to law. Sigmatech asserts in its motion for judgment on the administrative
    record that the Army failed to consider Eileen Whaley’s “access to information and her
    involvement in setting the requirements for the TORFQ.” Sigmatech also contends that
    the Army’s “evaluation of KBRWyle’s impaired objectivity OCI resulting from its work on
    related task orders was arbitrary, capricious, and contrary to law.” Sigmatech also
    provided a “concrete (hypothetical) example of KBRWyle’s conflicting roles” in an attempt
    to support Sigmatech’s allegation of an impaired objectivity OCI.
    Sigmatech attached to its October 19, 2018 motion for judgment on the
    administrative record an October 15, 2018 declaration signed by Philip Roman, who
    22
    states that he is the “Vice President of Security, Cooperation/Security Assistance of
    Sigmatech, Inc.,” and that the October 15, 2018 declaration is offered “in support of
    Sigmatech’s Motion to Supplement the Agency Record.” On October 22, 2018, the court
    issued an Order stating that defendant had not filed a motion to supplement the
    administrative record as described in the October 15, 2018 declaration signed by Philip
    Roman. On October 23, 2018, Sigmatech filed a motion to supplement the administrative
    record with the October 15, 2018 declaration signed by Philip Roman. In the October 23,
    2018 motion, Sigmatech argues that supplementation of the administrative record is
    appropriate because, without the declaration signed by Philip Roman, the court “cannot
    determine whether the Agency ignored salient information without understanding where
    contractor-employees are placed and whether the Agency oversees those employees;
    the scope of the Agency’s oversight; and how the Agency integrates FMS into its program
    management.”
    On November 2, 2018, defendant and defendant-intervenor both filed responses
    to Sigmatech’s motion for judgment on the administrative record and cross-motions for
    judgment on the administrative record. In defendant’s cross-motion for judgment on the
    administrative record, defendant argues that the administrative record establishes that
    the Army’s evaluators treated all offerors equally and that the Army’s best value
    determination was rational. Defendant also argues that the Army’s award to DigiFlight
    “does not create any OCI.” In defendant-intervenor’s cross-motion for judgment on the
    administrative record, defendant-intervenor asserts that Sigmatech has failed to establish
    that the Army’s evaluation was unequal and has failed to establish that the source
    selection decision was improper. Defendant-intervenor contends that Sigmatech failed to
    establish “an OCI arising from KBRwyle’s hiring of Eileen Whaley” or that award to
    DigiFlight created an “impaired objectivity OCI.”
    Also on November 2, 2018, defendant submitted a motion to supplement the
    administrative record with a November 1, 2018 declaration signed by Susan Teir, who
    states that she served as the contracting officer’s representative on the Sigmatech’s
    incumbent task order. Defendant argues that the November 1, 2018 declaration signed
    by Susan Teir “is necessary to fill a gap in the administrative record regarding Sigmatech’s
    allegation that the agency’s award decision created an impaired objectivity organizational
    conflict of interest (OCI) because the awardee’s subcontractor, KBRWyle, would,
    allegedly, be placed in a position to review its work on other contracts with the agency.”
    Defendant asserts that Sigmatech’s “hypothetical significantly mischaracterizes
    KBRWyle’s performance of the task order with the Lower Tier Project Office Patriot Missile
    program management office,” and that, “[i]n her declaration, Ms. Tier [sic] responds to
    Sigmatech’s hypothetical scenario involving KBRWyle and explains why it is factually
    incorrect.”
    On November 6, 2018, defendant and defendant-intervenor filed responses to
    Sigmatech’s October 23, 2018 motion to supplement the administrative record, both of
    which asserted that the court should not supplement the administrative record with the
    additional documents proffered by Sigmatech.
    23
    On November 9, 2018, Sigmatech filed a reply in support of its motion for judgment
    on the administrative record and response to defendant and defendant-intervenor’s cross-
    motions.10 In Sigmatech’s November 9, 2018 filing, Sigmatech argued that this court
    should deny defendant’s November 2, 2018 motion to supplement the administrative
    record. Also on November 9, 2018, Sigmatech filed a reply in support of Sigmatech’s
    October 23, 2018 motion for supplementation to the administrative record. On November
    13, 2018, the court heard oral argument in the above-captioned bid protest.
    DISCUSSION
    Rule 52.1(c)(1) (2018) 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) (citing Bannum, Inc. v. United States, 
    404 F.3d 1346
    , 1356-57 (Fed.
    Cir. 2005))); see also 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)
    (2012)), 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
    10 During the September 20, 2018 hearing, defendant indicated that defendant did not
    intend to file a reply in support of its cross-motion for judgment on the administrative
    record and subsequently did not file a reply. Intervenor, likewise, declined to file a reply
    in support of its cross-motion for judgment on the administrative record.
    24
    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))); 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. 2004) (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”); Banknote
    Corp. of Am., Inc. v. United States, 
    365 F.3d 1345
    , 1351 (Fed. Cir. 2004) (“Under 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.’”
    (quoting Impresa Construzioni Geom. Domenico Garufi v. United 
    States, 238 F.3d at 1332
    )); Info. Tech. & Applications Corp. v. United 
    States, 316 F.3d at 1319
    .
    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) (2012);11 see also Tinton Falls
    11 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
    25
    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 1374
    , 1381 (Fed. Cir. 2009) (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.
    (2) hold unlawful and set aside agency action, findings, and conclusions
    found to be—
    (A) arbitrary, capricious, an abuse of discretion, or otherwise not in
    accordance with law;
    (B) contrary to constitutional right, power, privilege, or immunity;
    (C) in excess of statutory jurisdiction, authority, or limitations, or short
    of statutory right;
    (D) without observance of procedure required by law;
    (E) unsupported by substantial evidence in a case subject to sections
    556 and 557 of this title or otherwise reviewed on the record of
    an agency hearing provided by statute; or
    (F) unwarranted by the facts to the extent that the facts are subject
    to trial de novo by the reviewing court.
    In making the foregoing determinations, the court shall review the whole
    record or those parts of it cited by a party, and due account shall be taken
    of the rule of prejudicial error.
    5 U.S.C. § 706.
    26
    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,
    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); Nat’l Gov’t Servs., Inc. v. United States, 
    137 Fed. Cl. 715
    , 735 (2018) (quoting Centech Grp., Inc. v. United States, 
    554 F.3d 1029
    , 1037 (Fed.
    Cir. 2009)); 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
    27
    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
    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
    28
    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); 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 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.
    29
    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 1326
    , 1332 (Fed. Cir. 2018) (“Where, as here, a bid protester
    challenges the 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
    ))).
    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, 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.
    30
    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
    ); Linc Gov’t Servs., LLC v. United States, 
    96 Fed. Cl. 672
    , 694-96 (2010). 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 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).
    In Data General Corp. v. Johnson, the United States Court of Appeals for the
    Federal Circuit wrote:
    We think that the appropriate standard is that, to establish prejudice, a
    protester must show that, had it not been for the alleged error in the
    procurement process, there was a reasonable likelihood that the protester
    would have been awarded the contract . . . . The standard reflects a
    reasonable balance between the importance of (1) averting unwarranted
    interruptions of and interferences with the procurement process and (2)
    ensuring that protesters who have been adversely affected by allegedly
    significant error in the procurement process have a forum available to vent
    their grievances. This is a refinement and clarification of the “substantial
    chance” language of CACI, Inc.-Fed. [v. United 
    States], 719 F.2d at 1574
    .
    31
    Data Gen. Corp. v. Johnson, 
    78 F.3d 1556
    , 1562 (Fed. Cir.), reh’g denied, en banc
    suggestion declined (Fed. Cir. 1996); see also Glenn Def. Marine (ASIA), PTE Ltd. v.
    United 
    States, 720 F.3d at 912
    ; Bannum, Inc. v. United 
    States, 404 F.3d at 1353
    , 1358
    (“The trial court was required to determine whether these errors in the procurement
    process significantly prejudiced Bannum . . . . To establish ‘significant prejudice’ Bannum
    must show that there was a ‘substantial chance’ it would have received the contract award
    but for the [government’s] errors” in the bid process. (citing Info. Tech. & Applications
    Corp. v. United 
    States, 316 F.3d at 1319
    ; Alfa Laval Separation, Inc. v. United 
    States, 175 F.3d at 1367
    ; Statistica, Inc. v. 
    Christopher, 102 F.3d at 1581
    ; and Data Gen. Corp.
    v. 
    Johnson, 78 F.3d at 1562
    ); see also Todd Constr., L.P. v. United States, 
    656 F.3d 1306
    , 1315 (Fed. Cir. 2011); Advanced Data Concepts, Inc. v. United 
    States, 216 F.3d at 1057
    (using a “reasonable likelihood” rule); Stratos Mobile Networks USA, LLC v. United
    
    States, 213 F.3d at 1380
    (using a “substantial chance” test); Am. Corr. Healthcare, Inc.
    v. United States, 
    137 Fed. Cl. 395
    , 410 (2018) (using a “substantial chance” test); Vintage
    Autoworks, Inc. v. United States, 
    132 Fed. Cl. 143
    , 149 (2017) (using a “substantial
    chance” test); Active Network, LLC v. United States, 
    130 Fed. Cl. 421
    , 427 (2017) (using
    a “substantial chance” test); Archura LLC v. United 
    States, 112 Fed. Cl. at 496
    (using a
    “substantial chance” test); Info. Scis. Corp. v. United States, 
    73 Fed. Cl. 70
    , 96 (2006)
    (using a “substantial chance” test), recons. in part, 
    75 Fed. Cl. 406
    (2007).
    In the above-captioned bid protest, Sigmatech argues that the Army “assigned
    strengths to Digiflight for experience, expertise or proposed solutions that were (at best)
    equal to those contained in Sigmatech’s quotation. Yet despite having an (at least)
    equivalent - - and much more thoroughly detailed - - quotation, Sigmatech received only
    ‘comments.’” Sigmatech argues that the Army unreasonably and unequally evaluated
    Sigmatech’s and DigiFlight’s proposed performance of SAMD Repair and Return and cost
    analyses, as well as Sigmatech’s and DigiFlight’s understanding of financial databases.
    Regarding SAMD Repair and Return, Sigmatech asserts that the Army awarded
    DigiFlight a strength based on DigiFlight’s “substantial experience with R&R,” but the
    Army “merely ‘commented’ on Sigmatech’s experience, and noted that it would be of
    value to SAMD.” Sigmatech contends that “Sigmatech spent almost two full pages
    describing its extensive experience with R&R.”
    Sigmatech argues that the Army awarded DigiFlight a strength based on
    DigiFlight’s [redacted] certified cost estimation analysts, notwithstanding that “Digiflight’s
    quotation provides no insight into what [redacted] is, or why it is important.” Sigmatech
    asserts “Sigmatech showed deep expertise with cost analyses,” but only received a
    comment for its experience with cost analyses. Sigmatech contends that the Army
    “completely ignored a host of other relevant information in Sigmatech’s quotation,
    including: 1) the depth of Sigmatech’s expertise with specific financial systems; 2) its use
    of best practices; 3) its understanding of the laws and regulations that apply to that
    financial management; and 4) its experience with [redacted].”
    Sigmatech also contends that the Army awarded DigiFlight a strength “for its
    ‘superior understanding’ of multiple financial databases to support its proprietary
    [redacted] tool.” According to Sigmatech, the Army “completely overlooked that
    32
    Sigmatech also uses [redacted] and also has a deep understanding of the Agency’s
    financial management needs.” (emphasis in original; internal references omitted).
    Sigmatech asserts that Sigmatech’s quotation “included a graph describing how it had
    developed [redacted] and, consistent with the DoD’s policy, it [redacted] would replace
    legacy systems,” but Sigmatech “received no credit for its extensive [redacted] experience
    and merely a passing comment regarding its development experience with [redacted].”
    Sigmatech argues that “[i]t was patently unreasonable for the Agency to heap credit on
    Digiflight’s experience with [redacted] development, while completely ignoring
    Sigmatech’s development experience with [redacted].” Sigmatech argues that the Army’s
    evaluation of SAMD Repair and Return, cost analyses, and understanding of financial
    databases prejudiced Sigmatech because “[e]ach of these strengths it assigned Digiflight,
    individually and combined, caused the Agency to conclude that Digiflight established
    superior technical expertise.”
    In defendant’s cross-motion for judgment on the administrative record, defendant
    argues that “the Army’s evaluations were fair and equal, not disparate, with strengths
    appropriately awarded to aspects of the offerors’ proposals which had merit or exceeded
    the PWS requirements in a way that will be advantageous to the Army.” Defendant asserts
    that “Sigmatech’s assertion of unequal treatment amounts to no more than a mere
    disagreement with the evaluators.” According to defendant, the evaluators appropriately
    determined that the DigiFlight’s detailed explanation of its experience and approach with
    Repair and Return programs met the definition of a strength and that Sigmatech’s
    proposal “merely recounted in less than two pages its experience with SAMD R&R in an
    unremarkable way.” Defendant asserts that, although both Sigmatech and DigiFlight
    described their approaches to cost analysis “in a way which generally met this
    requirement, DigiFlight once again went beyond merely meeting the requirement by
    offering employees who were trained and certified in using [redacted] for cost analysis.”
    Defendant also contends that the Army’s decision to award DigiFlight a strength for its
    use of [redacted] was rational because DigiFlight’s “unique skillset with [redacted] and
    familiarity with other systems, in the evaluators’ determination, would increase the
    efficiency of financial management of FMS cases and was worthy of a strength.”
    In defendant-intervenor’s cross-motion for judgment on the administrative record,
    defendant-intervenor argued that Sigmatech has failed to establish an unequal evaluation
    of Sigmatech’s and DigiFlight’s Technical Expertise factor because “the truth is that
    Sigmatech’s quotation lacked information and was not equal to DigiFlight’s quotation.”
    Defendant-intervenor contends that protestor has failed to establish prejudice because,
    “[e]ven assuming for the sake of argument that Sigmatech could prevail on one or more
    of the three instances for which it claims it should have received an additional strength,
    Sigmatech still could not reach the five strengths assigned to DigiFlight.”
    The Federal Acquisition Regulation (FAR) requires that contracting officers
    “[e]nsure that contractors receive impartial, fair, and equitable treatment.” See FAR
    § 1.602-2(b) (2018). “[I]t is beyond peradventure that a contracting agency must treat all
    offerors equally, evaluating proposals evenhandedly against common requirements and
    evaluation criteria.” Banknote Corp. of Am. v. United States, 
    56 Fed. Cl. 377
    , 383 (2003)
    33
    (citing Seattle Sec. Servs., Inc. v. United States, 
    45 Fed. Cl. 560
    , 569 (2000)); see also
    Active Network, LLC v. United 
    States, 130 Fed. Cl. at 429
    (quoting CW Gov’t Travel, Inc.
    v. United 
    States, 110 Fed. Cl. at 490
    ); Chenega Mgmt., LLC. v. United States, 96 Fed.
    Cl. 556, 585 (2010) (“[U]nequal treatment claims are the ‘quintessential example of
    conduct which lacks a rational basis.’” (emphasis in original) (quoting Hunt Building Co.,
    Ltd. v. United States, 
    61 Fed. Cl. 243
    , 273 (2004))). “Indeed, ‘an agency action is arbitrary
    when the agency offered insufficient reasons for treating similar situations differently.’”
    Afghan Am. Army Servs. Corp. v. United States, 
    106 Fed. Cl. 714
    , 729 (quoting
    Transactive Corp. v. United States, 
    91 F.3d 232
    , 237 (D.C. Cir. 1996)), as supplemented,
    
    106 Fed. Cl. 751
    (2012); see also Redland Genstar, Inc. v. United States, 
    39 Fed. Cl. 220
    , 234 (1997) (quoting Transactive Corp. v. United 
    States, 91 F.3d at 237
    ). “Equal
    treatment, however, does not require that all proposals be treated the same.” Chenega
    Mgmt., LLC. v. United 
    States, 96 Fed. Cl. at 585
    (citing FAR § 1.102-2(c)(3)); see also
    FAR § 1.102-2(c)(3) (2018) (“All contractors and prospective contractors shall be treated
    fairly and impartially but need not be treated the same.”); Ernst & Young, LLP v. United
    States, 
    136 Fed. Cl. 475
    , 515 (2018) (quoting FAR § 1.102-2(c)(3)). “[O]fferors who are
    not similarly situated may be treated differently.” A-T Sols., Inc. v. United States, 122 Fed.
    Cl. 170, 183 (2015) (citing NCL Logistics Co. v. United States, 
    109 Fed. Cl. 596
    , 626
    (2013)); see also Lockheed Martin Corp. v. United States, 
    124 Fed. Cl. 709
    , 722 (2016)
    (“To the extent proposals differ, the government may rationally take different action
    regarding different proposals.”).
    In the above-captioned bid protest, Sigmatech’s allegations of unequal treatment
    focus on the strengths the Army assigned under the Technical Expertise factor to sections
    2.1.2, 2.2.2, 2.1.1 and 2.1.312 of DigiFlight’s quotation, which corresponded to sections
    2.1.2, 2.2.2., and 2.1.1 and 2.1.3 of the performance work statement attached to the
    TORFQ. Sigmatech argues that, “[w]hile Sigmatech’s proposal described many of these
    strengths, it did not receive the same credit.” Section 2.1.2 of the performance work
    statement is titled “REQUISITION AND DOCUMENT STATUS” and states that the
    “contractor shall collect data such as repair status, repair cost, and repair capability from
    Corpus Christi Army Depot (CCAD) and Letterkenny Army Depot (LEAD), Security
    Assistance Management Information System and other databases in order to update
    requisition and document status reports and to provide recommendations on repair
    requirements.” (capitalization in original).
    In section 2.1.2 of Sigmatech’s quotation, Sigmatech stated that “Sigmatech
    assists SAMD in managing the Saudi Arabia PAC-3 R&R for Electronic Control Unit kits
    at LEAD by reviewing R&R Track Sheets to verify funding is not overcommitted and items
    are repaired in a timely manner.” Sigmatech also stated that “[w]e utilize Web Repair of
    Repairables (WebRoR - DoD’s Repair of Repairables Management System for FMS
    customers) within the Security Cooperation Information Portal (SCIP) to track repair cost,
    status, and capability of different repair entities.” Sigmatech described how Sigmatech
    “optimize[d] component repair,” “update[d] requisition/document status,” and “utilize[d]
    12As noted above, the Army assigned a single strength to section 2.1.1 and to section
    2.1.3 of DigiFlight’s quotation.
    34
    WebRoR database to pull current information on R&R assets, along with gathering
    tracking numbers from the SCIP database.”
    In the Army’s Evaluation Worksheet addressing Sigmatech’s quotation, the Army
    stated that Sigmatech’s quotation met all of the technical requirements in the performance
    work statement. The Army did not assign a strength, which the TORFQ defined “as an
    aspect of an offeror’s quote that has merit or exceeds specified performance capability
    requirements in a way that will be advantageous to the Government during contract
    performance,” to section 2.1.2 of Sigmatech’s quotation. The Army, however, provided a
    comment referencing section 2.1.2 of Sigmatech’s quotation and stating that Sigmatech’s
    “experience with Repair and Return (R&R) will assist SAMD in the analysis of the R&R
    process and will provide recommendations to expedite and streamline the return of items
    to the FMS customer.” Although Sigmatech asserts that Sigmatech should have received
    a strength for its “substantial experience with R&R,” Sigmatech has not demonstrated
    why it was irrational for the Army not to assign Sigmatech a strength for Sigmatech’s
    experience with Repair and Return programs. In its quotation, Sigmatech did indicate that
    it previously had provided Repair and Return support, but Sigmatech has not
    demonstrated that Sigmatech’s previous support of Repair and Return programs
    exceeded the requirements in the section 2.1.2 of the performance work statement in a
    manner to warrant a strength. Moreover, the Army’s evaluators have broad discretion
    when exercising technical judgment, “and consequently the court will interject its own
    assessment only ‘in the absence of truly irrational conduct on the part of the agency.’”
    See Vanguard Recovery Assistance v. United States, 
    101 Fed. Cl. 765
    , 783 (2011)
    (quoting FirstLine Transp. Sec., Inc. v. United States, 
    100 Fed. Cl. 359
    , 397 (2011)). The
    Army acknowledged Sigmatech’s experience with Repair and Return programs, which
    the Army noted would assist the Army with the Repair and Return process, but Sigmatech
    has not pointed to any material indicating that Sigmatech’s Repair and Return experience
    exceeded the requirement in the performance work statement that a vendor collect repair
    data and provide recommendations on repair requirements to such an extent as to render
    the Army’s decision not to award Sigmatech a strength irrational.
    The Army, however, assigned a strength to section 2.1.2 of DigiFlight’s quotation
    and stated that:
    The Offeror has provided extensive support to R&R programs for over three
    decades. The Offeror has developed and will provide the SAMD [redacted].
    The Offeror also plans to combine the existing expertise with the [redacted]
    data collection methodology to refine the R&R process to automatically
    collect Web Repair of Repairable (WebRoR) data for better tracking from
    Corpus Christi Army Depot (CCAD), Letterkenny Army Depot (LEAD), and
    industry.
    The Offeror’s R&R experience will benefit SAMD by utilizing its innovative
    SAMD [redacted] in conjunction with the WebRoR system to track and
    assist in the management of repair requirements, requisition
    documentation, contract information, and other major commands data to
    35
    generate R&R reports. The system along with the Offeror’s cited very
    extensive experience with the SAMD R&R process will benefit SAMD by
    increasing the amount of data and status information collected from CCAD,
    LEAD, and industry.
    Contrary to protestor’s argument at the oral argument that the Army “fail[ed] to describe
    how a blanket statement [by DigiFlight] without any context, we have 30 years of
    experience, is somehow a creation of a strength,” the Army’s decision to award DigiFlight
    a strength under section 2.1.2 only was based in part on Team DigiFlight’s three decades
    of Repair and Return experience.
    In section 2.1.2 of DigiFlight’s quotation, DigiFlight had noted that “Team DigiFlight
    has supported multiple country R&R programs for over three decades. We developed the
    SAMD [redacted] to assist in managing UAE, Egypt, Saudi Arabia, and Kuwait FMS
    cases.” DigiFlight stated in its quotation that:
    Our approach is to continue to use our Team expertise, coupled with
    [redacted] data collection methodology, to refine R&R processes and
    automatically collect WebRoR data to track repair status, costs, and
    capabilities from CCAD, LEAD, and OEMs/industry. In coordination with
    USASAC, we streamline country notification processes and automate repair
    recommendation, depot notification, and acceptance processes prior to
    industry solicitation.
    DigiFlight also stated that its “approach is to manage thousands of assets through
    database systems that maintain accountability by tracking and monitoring R&R assets
    from FMS Partner requests for repair through return-of-country assets.”
    Section 2.1.2 of the performance work statement required that the contractor
    collect data from Corpus Christi Army Depot and Letterkenny Army Depot in order to
    update requisition reports and provide recommendations on repair requirements. The
    Army identified Team DigiFlight’s development and provision of the SAMD [redacted] as
    a benefit to the Army and noted that DigiFlight would be combining its experience with
    [redacted], which is an [redacted] developed by Team DigiFlight, [redacted]. The Army
    also indicated that Team DigiFlight’s experience with the SAMD [redacted], which Team
    DigiFlight developed, will increase the amount of data and information received from
    Corpus Christi Army Depot and Letterkenny Army Depot. The Army articulated a rational
    basis for determining that section 2.1.2 of DigiFlight’s quotation exceeded the
    requirements of the performance work statement and warranted assignment of a strength
    because the Army determined that DigiFlight’s performance would refine the SAMD
    Repair and Return process and increase the amount of Repair and Return data received.
    Although disparate treatment claims “can succeed when protesters demonstrate
    inconsistencies in subjective judgments,” see Enhanced Veterans Sols., Inc. v. United
    States, 
    131 Fed. Cl. 565
    , 588 (2017), Sigmatech has asserted that it should have received
    a strength because “Sigmatech demonstrated equal (at least) R&R experience” as
    DigiFlight. Sigmatech overlooks the other benefits the Army identified in DigiFlight’s
    36
    quotation, such as DigiFlight’s ability to improve the Army’s Repair and Return program,
    and does not identify information indicating that the Army improperly treated Sigmatech’s
    quotation and DigiFlight’s quotation differently.
    At the November 13, 2018 oral argument, counsel of record for protestor argued
    that, in DigiFlight’s quotation, DigiFlight did not state that “Digiflight did not intend or
    promise to use the [redacted]. It [DigiFlight] merely said that it [DigiFlight] had developed
    it.” In DigiFlight’s quotation, DigiFlight divided its quotation into two parts, which were
    labeled “Understanding” and “Methodology,” for each section in the performance work
    statement. (emphasis and capitalization in original). Under the “Methodology” section of
    DigiFlight’s quotation addressing section 2.1.2 of the performance work statement,
    DigiFlight stated that “[w]e developed the [redacted],” and that “[o]ur tools track and assist
    in the management of repair requirements, requisition documentation, contract
    information, other major commands data, and to generate key R&R reports.” (emphasis
    and capitalization in original). Because the statement that Team DigiFlight had developed
    the SAMD [redacted] was in a section discussing DigiFlight’s proposed methodology for
    performance of section 2.1.2 and in response to a requirement in section 2.1.2 addressing
    the collection of repair data, the court finds that it was reasonable for the Army to conclude
    that DigiFlight would use the SAMD [redacted] if awarded a task order under the TORFQ.
    Regarding the single strength assigned to sections 2.1.1 and 2.1.3 of DigiFlight’s
    quotation, Sigmatech asserts that the Army awarded DigiFlight a strength because of
    DigiFlight’s use and understanding of [redacted], but overlooked Sigmatech’s use and
    understanding of [redacted] and development of the [redacted], which is referred to by
    the parties as [redacted]. Section 2.1.1 of the performance work statement stated that the
    vendor shall “perform financial analyses, verification of FMS monies and provide input
    and recommendations utilizing automated databases and systems,” “track case funding
    consisting of country level, case level, line level and requisition level data using
    databases,” and “develop and utilize an automated system for FMS financial data
    collection. This system should access multiple FMS databases and work towards an
    output that standardizes FMS financial status data reporting.” Section 2.1.3 required that
    a vendor “provide recommendations regarding financial database programs for particular
    systems and in the establishment of future databases for the budgetary support of the
    FMS cases” and “provide maintenance of these financial databases for all FMS
    requirements in order to provide status/information as input to required reports.”
    In Sigmatech’s quotation, Sigmatech stated that Sigmatech employs FMS financial
    analysts “with decades of relevant experience in supporting the diverse needs of ASAE
    [Army Security Assistance Enterprise].” Under section 2.1.3, Sigmatech asserted:
    We recommend and support the development of SAMD-unique financial
    databases, which monitor and report on implemented FMS case line
    budgets and expenditure. Sigmatech assists in the development and
    maintenance of FAST financials, which is a compilation of financial reports
    drawn from GFEBS, PBAS, SOMARDS, and DIFS financial databases.
    37
    Sigmatech’s quotation also addressed Sigmatech’s assistance with the development of
    the [redacted], as Sigmatech stated:
    We support the migration of legacy SA systems to [redacted], a DoD system
    which will be common across MILDEPs (2.1.3.1). [redacted] will replace the
    Army legacy systems for logistics and financial processes, such as CISIL
    and PBAS. Sigmatech has provided SME support to the development of
    this system, to include analysis of interfaces with the Army-wide GFEBS
    accounting system. . . . [redacted] will provide the FMS customer with a
    common and standard system for management of their FMS cases.
    (emphasis in original).
    In the Army’s Evaluation Worksheet, the Army indicated that Sigmatech’s
    quotation met the performance requirements under sections 2.1.1 and 2.1.3 of the
    TORFQ. The Army commented that, under section 2.1.1, Sigmatech’s “experience with
    various Foreign Military Sales (FMS) financial systems is useful to SAMD in performing
    financial analysis and providing input and recommendations.” Also under section 2.1.1,
    the Army stated that, while Sigmatech’s “experience on the Saudi PATRIOT program is
    valuable to understanding the importance of organization and financial tracking, it does
    not support the PWS requirement of developing an automated database that provides
    standardized reports from multiple systems.” Under section 2.1.3, the Army commented
    that Sigmatech “cites experience under another organization’s task order in aiding in the
    development [sic] the [redacted]. The offeror states this system will aid in case
    management for the FMS customers and will also support SAMD Case Managers.” The
    Army asserted that Sigmatech “demonstrates experience in aiding in the development of
    a case management system however; details on how it will perform these tasks in support
    of SAMD are not provided.”
    Indeed, in section 2.1.3 of Sigmatech’s quotation, Sigmatech primarily focused on
    the benefits the [redacted] eventually would bring to the Department of Defense when
    implemented. Sigmatech did not indicate in its quotation when the [redacted] was
    scheduled to be implemented and noted multiple times that the [redacted] still was being
    developed. At the November 13, 2018 oral argument, counsel of record for protestor
    noted that the date on which the Security Enterprise Solution is anticipated to be
    implemented is “not in the record,” but asserted that “[m]y understanding is that it will be
    in the next five years, but I don’t see anything in the record that describes that.” Counsel
    of record for defendant stated that “some day down the road we may have this system
    [redacted], maybe within the -- maybe within the life span of this contract, maybe not. As
    -- it’s not beyond the pale to believe that a large software system being developed might
    be delayed.” In the Army’s Evaluation Worksheet of Sigmatech’s quotation, the Army
    indicated that Sigmatech’s generalized, broad statements about the future benefits of the
    [redacted] did not explicitly address how Sigmatech would address the Army’s current
    needs under section 2.1.3 of the performance work statement. The Army did not ignore
    Sigmatech’s aid in developing the [redacted], but provided a comment in the Evaluation
    Worksheet that Sigmatech had experience in assisting with the development of a case
    38
    management system and that Sigmatech had indicated that the [redacted] will aid in case
    management for FMS customers. Sigmatech’s disagreement with the Army’s decision to
    comment on the Sigmatech’s assistance with the development of the [redacted], but not
    to award a strength for such assistance, is not sufficient to support Sigmatech’s claim that
    the Army irrationally evaluated Sigmatech’s quotation. See Centerra Grp., LLC v. United
    States, 
    135 Fed. Cl. 587
    , 604 (2017) (“Disagreements with a procuring agency’s
    evaluation, ‘no matter how vigorous, fall far short of meeting the heavy burden of
    demonstrating that the findings in question were the product of an irrational process and
    hence were arbitrary and capricious.’” (quoting Banknote Corp. of Am. v. United 
    States, 56 Fed. Cl. at 384
    )); see also Kvichak Marine Indus., Inc. v. United States, 
    118 Fed. Cl. 385
    , 391 (2014) (“Disagreement with the agency’s decision is not enough for Kvichak
    [protestor] to prevail.” (citations omitted)).
    In DigiFlight’s quotation, DigiFlight had stated:
    Team DigiFlight uses [redacted] to collect financial transactions
    (commitments, obligations, and disbursements), automate financial
    analysis, generate standardized SAMD financial reports, and provide inputs
    and recommendations based on the analysis and reports. Our Team
    developed [redacted], maintains the underlying code, and
    recommends [redacted] for future SAMD Division and Branch support.
    As shown in Figure 2.1, we maintain and update [redacted] standardized
    FMS financial reports by accessing access and extract financial data from
    [redacted]. [redacted]-generated standardized reports provide automated
    comparisons of source data to quickly identify anomalies, verify [redacted]
    funding sources, and generate case funding and budget execution reports.
    Our Team’s [redacted] analysts facilitate case funding tracking and report
    at the country, case, line, and requisition levels. We collect, process, and
    report [redacted] and [redacted] data to enhance financial case status
    (emphasis in original). DigiFlight asserted that, with “the fivefold increase in AMCOM FMS
    cases over the past decade, an automated FMS financial data collection and
    standardized reporting system, such as [redacted], is essential to the collection of data to
    support budgetary processes for management of the $53.2B in undelivered value for over
    1,000 SAMD-managed FMS cases.” According to DigiFlight, “Team-developed
    [redacted] automatically retrieves and merges critical FMS financial records from legacy
    databases, improves accuracy and efficiency, and [redacted].” (emphasis in original).
    DigiFlight further asserted that “[o]ur [redacted] growth plan is used to provide
    recommendations to SAMD regarding database programs for specific systems and to
    establish future Team-developed automated solutions. Our programming team maintains
    these tools to meet SAMD future requirements.”
    Regarding section 2.1.1 and 2.1.3 of DigiFlight’s quotation, in the Evaluation
    Worksheet of DigiFlight’s quotation, the Army awarded DigiFlight a strength and stated
    that:
    39
    The Offeror’s proposal details its response to the Task Order Request for
    Quotation (TORFQ) and the USG Performance Work Statement’s
    requirements for financial databases, analysis, tracking and use, as well as
    the updates and maintenance of those databases. The Offeror has
    developed a financial reporting system called [redacted], which accesses
    the pertinent SAMD financial systems to include [redacted]. The Offeror
    demonstrates superior understanding of multiple SAMD databases
    necessary to support its proprietary [redacted] system that provides an
    exceptional level of financial support by maintaining and updating [redacted]
    standardized reports to aid in quickly identifying anomalies and for case
    managers to use in managing and executing Foreign Military Sales (FMS)
    case lines. The [redacted] system also collects, processes, and reports data
    from [redacted]. The Offeror utilizes legacy systems for reporting,
    maintaining the underlying code for [redacted], and providing
    recommendations and plans for future growth of the [redacted] system to
    support SAMD’s evolving needs.
    The Offeror’s specialized knowledge and experience in both legacy and
    current data systems will be advantageous to SAMD in managing case line
    and contract financials. The use of the legacy systems and the innovative
    development of the [redacted] system will enable the Offeror to provide
    critical recommendations to SAMD for future growth and exceptional
    support for program resource control. The Offeror’s development and
    maintenance of its innovative [redacted] system will also benefit SAMD by
    exporting data from multiple SAMD financial databases and will provide a
    consistent standardized report. The Offeror’s unique skillset with [redacted]
    and legacy systems will increase mission efficiency of financial
    management by reducing the time to pull reports from multiple systems,
    simplifying data utilization, and providing automated financial solutions to
    the FMS case managers.
    Consistent with the Army’s rationale for awarding DigiFlight’s quotation a strength,
    DigiFlight’s quotation discussed, at length, that DigiFlight had developed and maintained
    the underlying code for [redacted] and explained that [redacted] automatically retrieved
    existing FMS records from legacy databases, a requirement listed in section 2.1.1 of the
    performance work statement. The Army identified DigiFlight’s experience with [redacted]
    and legacy systems as providing DigiFlight with the ability to increase the efficiency of
    collecting financial data, which the Army stated would be beneficial to the Army by
    reducing the amount of time spent retrieving financial data. By maintaining the underlying
    code to [redacted], the Army also stated that DigiFlight would be able to further develop
    [redacted] to support “SAMD’s evolving needs,” which appears to relate to the
    requirement in section 2.1.3 of the performance work statement that a vendor provide
    recommendations regarding the “establishment of future databases for the budgetary
    support of the FMS cases.” The Army’s conclusion appears to be supported by
    DigiFlight’s quotation, as DigiFlight’s “[redacted] plan” is to provide to the Security
    Assistance Management Directorate recommendations “regarding database programs
    40
    for specific systems and to establish future Team-developed automated solutions.”
    According to the Army’s Evaluation Worksheet, DigiFlight’s experience with legacy
    systems and [redacted] also is advantageous to the Army because it permits DigiFlight to
    support “future growth and exceptional support for program resource control,” which
    appears to be supported by DigiFlight’s statement that its resource management
    approach “provides a low-cost, time saving, and automated data collection
    methodology coupled with analytical processes to track country, case, and line
    execution; facilitates auditability and traceability; and provides total program resource
    control.” (emphasis in original).
    Although Sigmatech did state in its proposal that Sigmatech “[redacted],”
    Sigmatech only mentioned [redacted] once, and Sigmatech did not elaborate on the
    benefits Sigmatech’s use [redacted] would bring to the Security Assistance Management
    Directorate in a manner remotely similar to DigiFlight’s description. DigiFlight explained
    and emphasized, at length, the benefits DigiFlight’s use of [redacted] provided to the
    Security Assistance Management Directorate and how DigiFlight could further alter
    [redacted] to meet the developing needs of the Security Assistance Management
    Directorate. Sigmatech did not assert that it maintained the underlying code for [redacted]
    or that Sigmatech had the ability to develop [redacted] to meet the needs of the Security
    Assistance Management Directorate. Sigmatech’s discussion of [redacted] and
    DigiFlight’s discussion of [redacted] differed in detail and in substance, and the Army
    articulated a basis for assigning a strength to sections 2.1.1 and 2.1.3 of DigiFlight’s
    quotation. As such, the Army did not engage in disparate treatment when awarding a
    strength to sections 2.1.1 and 2.1.3 of DigiFlight’s quotation. Moreover, the Army’s
    evaluators had discretion when assigning strengths to quotations received by the Army,
    and the strength assigned to sections 2.1.1 and 2.1.3 of DigiFlight’s quotation was rational
    and supported by the administrative record.
    Regarding the strength the Army assigned to section 2.2.2 of DigiFlight’s quotation,
    section 2.2.2 of the performance work statement stated that the vendor shall “perform
    cost estimating and analysis of data prepared and furnished by other contractors and
    USG agencies” and “provide analysis of the life cycle cost requirements for FMS
    programs.” In section 2.2.2 of DigiFlight’s quotation, DigiFlight had stated that “Team
    DigiFlight uses our Team’s [redacted] cost estimating analysts to conduct line-by-line
    reviews of LOR data provided by PMs, OEMs, and USG agencies. We provide thorough
    analyses of life cycle costs and recommendations during reviews with SAMD, FMS
    Partners, and prime contractors.” In the Army’s Evaluation Worksheet discussing
    DigiFlight’s quotation, the Army assigned a strength to section 2.2.2 of DigiFlight’s
    quotation and stated:
    The Offeror demonstrates the unique ability to perform cost analysis by
    utilizing their [redacted] cost estimation analysts, which are personnel
    trained and certified using cost analysis methods. This training, already
    provided to the Offeror’s existing workforce, will improve the quality of
    detailed cost assessments to SAMD.
    41
    The Army’s Evaluation Worksheet of DigiFlight’s quotation indicates the Army
    determined that training in the use of [redacted] was a desirable quality for a vendor to
    possess because, under section 2.2.2 of the performance work statement, vendors were
    required to perform cost estimating and analysis. The Army’s evaluators explained that
    the Army believed that DigiFlight’s pre-existing training in [redacted] would improve the
    quality of cost assessments provided to the Security Assistance Management Directorate.
    Although the Army’s discussion of how training in [redacted] will improve the quality of
    cost assessments is not of ideal clarity, the Army has articulated a rational reason to
    award DigiFlight a strength, as training in [redacted] appears to support the Army’s
    requirement of cost estimating and analysis of cost data, as well as the Army’s conclusion
    that certification and training in the use of [redacted] will improve the quality of cost
    assessments. See Info. Scis. Corp. v. United States, 
    73 Fed. Cl. 70
    , 108 (2006), recons.
    granted in part on other grounds, 
    75 Fed. Cl. 406
    (2007). Moreover, the “assignment of
    technical ratings is a matter that is within the broad discretion of the procuring agency,
    and this court will not intrude into that area in the absence of truly irrational conduct on
    the part of the agency.” See FirstLine Transp. Sec., Inc. v. United 
    States, 100 Fed. Cl. at 397
    ; see also Kiewit Infrastructure W. Co. v. United States, 
    137 Fed. Cl. 689
    , 706 (2018)
    (“The court will not second-guess the Corps’ technical judgment.”). Sigmatech has not
    demonstrated why it was irrational for the Army to conclude that training in [redacted] did
    not exceed the requirement of cost estimating and analysis of cost data in section 2.2.2
    of the performance work statement.
    As noted by Sigmatech, the Army did not assign a strength to section 2.2.2 of
    Sigmatech’s quotation, although the Army determined that Sigmatech’s quotation met the
    requirements of the performance work statement. In Sigmatech’s quotation, Sigmatech
    did discuss its technical ability to perform cost analyses. Although Sigmatech argues that
    Sigmatech “devoted almost a full page describing its approach to the lifecycle cost
    requirement, including the disciplines it uses and how those disciplines relate to SAMD’s
    mission,” Sigmatech’s disagreement with the Army’s judgment, without more, is not
    sufficient to overcome the Army’s judgment when assigning strengths. See FFL Pro LLC
    v. United States, 
    124 Fed. Cl. 536
    , 558 (2015) (stating that a protestor had “not met its
    heavy burden of establishing” that the agency’s evaluation was unreasonable when the
    protestor’s “contentions amount to nothing more than disagreements with the strengths
    assigned” by the agency). Sigmatech’s quotation and DigiFlight’s quotation differed, as
    Sigmatech did not indicate that its staff were trained or certified in [redacted]. Sigmatech
    has not demonstrated why the Army engaged in disparate treatment when assigning a
    strength to section 2.2.2 of DigiFlight’s quotation based on training that Sigmatech did not
    discuss in its quotation. See Enhanced Veterans Sols., Inc. v. United States, 131 Fed.
    Cl. at 588 (“When a court is not convinced that the aspects of the proposals brought to its
    attention are indistinguishable for purposes of the evaluation, then the exercise instead
    crosses the line and involves the second guessing of ‘minutiae’ which we are not allowed
    to undertake, see E.W. Bliss Co. [v. United States], 77 F.3d [445,] 449 [(Fed. Cir. 1996)].”).
    In evaluating the vendors’ quotations, the Army is entitled to a presumption of
    regularity, as “[t]here is a ‘strong presumption that government officials act correctly,
    honestly, and in good faith when considering bids.’” McVey Co., Inc. v. United States, 
    111 42 Fed. Cl. at 403-04
    (quoting Savantage Fin. Servs., Inc. v. United States, 
    86 Fed. Cl. 700
    ,
    703 (2009), aff’d, 
    595 F.3d 1282
    (Fed. Cir. 2010)); see also Pyramid Real Estate Servs.,
    LLC v. United States, 
    95 Fed. Cl. 125
    , 134 (2010) (citation omitted). Sigmatech has not
    shown that the Army’s evaluators acted improperly or otherwise acted not in accordance
    with the law when evaluating Sigmatech’s quotation or DigiFlight’s quotation. Sigmatech,
    therefore, has failed to show that the Army engaged in any disparate treatment when
    evaluating DigiFlight’s quotation and Sigmatech’s quotation or that the Army acted
    irrationally by failing to award strengths to Sigmatech’s quotation as suggested by
    Sigmatech.13
    Sigmatech also asserts that the Army’s Best Value and Fair and Reasonable
    Determination was flawed. Sigmatech states that Sigmatech and DigiFlight both received
    a rating of outstanding under the Risk Mitigation and Management factor and that
    Sigmatech proposed a lower price. Sigmatech asserts that the Army made award to
    DigiFlight based on a “perceived distinction between the offerors’ expertise under the
    Technical Expertise Factor,” and that the Army “was wrong to do so.” Sigmatech argues
    that the Army “improperly attributed Digiflight with development credit for [redacted],” but
    that “Digiflight did not develop [redacted], nor did it claim to have done so.” Sigmatech
    argues that, “[s]imilarly, Digiflight failed to explain how it would use both the [redacted]
    and the [redacted] system.” According to Sigmatech, “just as problematic, was the
    Agency’s unequal evaluation of proposals,” which Sigmatech asserts “zeroed-in on the
    [redacted] system as the key technological discriminator,” but “never accounted for
    Sigmatech’s use of the [redacted] system.” Sigmatech also contends that:
    Sigmatech’s proposal demonstrated its participation in the development of
    [redacted] - - the program that will replace [redacted]. But that participation
    was not mentioned at all in the contemporaneous evaluation record, and
    certainly was not the basis of a strength as was Digiflight’s participation in
    the development of other tools. That is impermissible.
    (internal references and citation omitted).
    Defendant contends that the Army’s source selection decision was rational and
    that Sigmatech’s argument to the contrary “is no more than a continuation of its unequal
    treatment arguments addressed above.” Defendant argues that the Army’s source
    selection decision was “comprehensively discusses” “[o]ver 27 pages,” and that “it is
    difficult to conceive of how the contracting officer could have provided more of an
    explanation or documentation of the award decision rationale.” Defendant contends:
    Sigmatech does identify one minor error in the best value determination. In
    the summary of the evaluation findings contained in the best value
    13 The GAO also rejected Sigmatech’s claim that the Army unreasonably evaluated
    Sigmatech’s quotation and concluded that Sigmatech’s “disagreement with the agency’s
    judgment does not provide a basis to sustain the protest.” See Sigmatech, Inc., 
    2018 WL 5110874
    , at *4 (citation omitted).
    43
    discussion, [redacted] was inadvertently listed as one of the tools developed
    by Team DigiFlight. However, the summary also omitted what the
    evaluators noted as a strength in DigiFlight’s proposal related to [redacted]:
    offering of cost analysts trained and certified in the [redacted] system. All
    the strengths assigned to each offeror were listed correctly at the beginning
    of the SSD [source selection decision], but due to a scrivener’s error, when
    DigiFlight’s strengths were summarized for the best value discussion,
    DigiFlight’s strength related to [redacted] was noted incorrectly.
    This minor error did not materially impact the result of the best value
    determination in any way, because it did not involve adding an extra
    strength to DigiFlight or taking one away from Sigmatech. Rather, this minor
    error merely mischaracterized in the summary a strength correctly recorded
    for the particular PWS requirement and recognized earlier in the evaluation
    document.
    (internal references omitted).
    In defendant-intervenor’s cross-motion for judgment on the administrative record,
    defendant-intervenor likewise asserts that the Army’s source selection was rational and
    supported by the administrative record. According to defendant-intervenor, “[b]ecause
    Sigmatech’s evaluation claims fail, so does its objection to the Source Selection
    Decision.”
    The parties in the above-captioned bid protest have stipulated that the “TORFQ
    was issued pursuant to the Army’s AMCOM EXPRESS Blanket Purchase Agreements
    and the procurement procedures of Federal Acquisition Regulation (FAR) 8.405-3(c).”
    (capitalization in original). The TORFQ stated that the procurement was being conducted
    under FAR Subpart 8.4, and that award “will be based on the quotation representing the
    best value, using the evaluation procedures outlined below.” Under FAR § 8.405-3(c)
    (2018), when an order placed against a multiple-award blanket purchase agreement14 will
    exceed the simplified acquisition threshold, such as the procurement under the TORFQ,
    the agency placing the order shall:
    (1) Provide an RFQ to all BPA holders offering the required supplies or
    services under the multiple-award BPAs, to include a description of the
    supplies to be delivered or the services to be performed and the basis upon
    which the selection will be made;
    (2) Afford all BPA holders responding to the RFQ an opportunity to submit
    a quote; and
    14 The Army’s Best Value and Fair and Reasonable Determination states that the
    “EXPRESS Program BPAs are multiple-award task order type contract vehicles with
    provisions for time (labor hours at a fixed rate) and material, travel, and other direct costs
    (ODCs) on a cost reimbursement basis.” (capitalization in original).
    44
    (3) Fairly consider all responses received and make award in accordance
    with the selection procedures.
    FAR § 8.405-3(c)(iii)(A). The agency “shall document evidence of compliance with these
    procedures and the basis for the award decision.” FAR § 8.405(c)(iii)(B).
    When determining which quotation offers the best value to the government in a
    procurement utilizing the FSS, “[p]rocurement officials have substantial discretion.” See
    Allied Tech. Grp., Inc. v. United 
    States, 94 Fed. Cl. at 49
    (citing Blackwater Lodge &
    Training Ctr., Inc. v. United States, 
    86 Fed. Cl. 488
    , 514 (2009)); see also Idea Int’l, Inc.
    v. United States, 
    74 Fed. Cl. 129
    , 140 (2006) (analyzing a protest challenging an award
    under the FSS and stating that “[t]he Court is mindful that the agency’s evaluation and
    award decision in a best value procurement is an area of wide agency discretion”
    (citations omitted)). When reviewing an agency’s “FAR Part 8 tradeoff analysis, the Court
    will analyze the CO’s tradeoff decision to determine whether it is reasonable and within
    the agency’s discretion.” Distributed Sols., Inc. v. United States, 
    106 Fed. Cl. 1
    , 24 (2012)
    (citing Allied Tech. Grp., Inc. v. United 
    States, 94 Fed. Cl. at 50
    ), aff’d, 500 F. App’x 955
    (Fed. Cir. 2013). When a contracting officer reasonably exercises independent judgment
    and makes a business decision justifying the award, the court will not overturn the
    contracting officer’s determination “merely because Allied [the protestor] disagrees with
    the agency’s analysis.” See Allied Tech. Grp., Inc. v. United 
    States, 94 Fed. Cl. at 50
    (citing E.W. Bliss Co. v. United 
    States, 77 F.3d at 449
    ); see also Holloway & Co., PLLC
    v. United States, 
    87 Fed. Cl. 381
    , 396 (2009) (determining that an agency’s best value
    trade-off determination in a procurement utilizing the FSS was reasonable when the
    agency “offered a ‘“coherent and reasonable explanation of its exercise of discretion”’”
    (quoting Centech Grp., Inc. v. United 
    States, 554 F.3d at 1037
    (quoting Impresa
    Construzioni Geom. Domenico Garufi v. United 
    States, 238 F.3d at 1332
    -33))).
    In the above-captioned bid protest, the Army noted in its Best Value and Fair and
    Reasonable Determination that the Technical Expertise factor and the Risk Mitigation and
    Management factor were of equal weight, and that each factor was more important than
    the Price factor, which the Army stated was not expected to be the “controlling criterion”
    under the TORFQ. The Best Value and Fair and Reasonable Determination discussed
    the ratings, strengths, weaknesses, and deficiencies assigned by the Army’s evaluators
    and provided the following chart summarizing the evaluators’ conclusions:
    Offeror                DigiFlight               Sigmatech            S3
    Technical              Outstanding              Good                 [redacted]
    Expertise
    Risk Mitigation &      Outstanding              Outstanding          [redacted]
    Management
    Total Price            $63,001,142.24           $61,454,297.78       [redacted]
    45
    The Army noted that all offerors demonstrated a capability to successfully perform the
    requirements in the TORFQ.
    Under the Risk Mitigation and Management factor, in the Best Value and Fair and
    Reasonable Determination, the Army stated:
    DigiFlight and Sigmatech both received the rating “Outstanding” indicating
    an exceptional approach. Both demonstrated a thorough approach to Risk
    Mitigation and Management. Both demonstrated proven techniques in their
    abilities to obtain and retain qualified personnel, ability to bring together the
    right team to perform PWS requirements and the ability to effectively
    manage the project; thus providing continuous support and risk mitigation
    through the performance of the PWS requirements.
    The Army had assigned three strengths to the Risk Mitigation and Management factor in
    both DigiFlight’s quotation and Sigmatech’s quotation.
    The Army’s Best Value and Fair and Reasonable Determination noted that, under
    the Technical Expertise factor, DigiFlight was the only vendor who received a rating of
    outstanding, as Sigmatech [redacted] received ratings of good under the Technical
    Expertise factor. According to the Army, DigiFlight’s quotation provided “superior
    responses describing their capability to accomplish the PWS requirements and how they
    plan to meet requirements through examples of relevant experience associated with each
    PWS paragraph.” The Army stated that DigiFlight demonstrated “exceptional capability”
    and presented “virtually no risk to the Government.” Indeed, DigiFlight received five
    strengths under the Technical Expertise factor, as compared to Sigmatech [redacted],
    who the Army noted had each received one strength under the Technical Expertise factor.
    The Army identified other benefits DigiFlight’s proposed performance would provide to
    the Army, including:
    DigiFlight demonstrated exceptional understanding in the use of current and
    legacy data systems. DigiFlight developed and implemented numerous
    systems and databases such as [redacted]. The implementation of these
    programs will significantly aid in collecting, processing and refining,
    analyzing and tracking data. The use of such innovative databases/systems
    will effectively redefine data collection and processing.
    The Army’s Best Value and Fair and Reasonable Determination, therefore, identified
    multiple benefits associated with DigiFlight’s quotation under the Technical Expertise
    factor.
    Regarding the Price factor, the Army stated:
    Based upon a price comparison of the Offerors, all three Offerors total
    quoted prices are lower than the Independent Government Estimate (IGE).
    DigiFlight’s total quoted price of $63,001,142.24 is 2% higher than
    46
    Sigmatech’s total quoted price of $61,454, 297.78 and [redacted] lower than
    S3’s quoted price of [redacted]. Sigmatech’s total quoted price of
    $61,454,297.78 is 6% lower than S3’s quoted price of [redacted].
    (capitalization in original). The Army’s discussion of price accurately approximated the
    differences in the vendors’ proposed prices, as DigiFlight’s proposed price,
    $63,001,142.24, is approximately 2.517 percent higher than Sigmatech’s proposed price
    of $61,454,297.78. DigiFlight’s proposed price, $63,001,142.24, is approximately
    [redacted] percent lower than S3’s proposed price of [redacted].
    The Army concluded in the Best Value and Fair and Reasonable Determination
    that, “[d]ue to its ratings of ‘Outstanding’ for Technical Expertise and Risk Mitigation and
    Management and the 2% price premium between it and Sigmatech, DigiFlight’s proposal
    offers the best value to the Government.” In a section of the Best Value and Fair and
    Reasonable Determination titled “Trade-Off Discussion,” the Army stated:
    The Government considered DigiFlight’s strengths in the critical
    requirements for both its Technical Expertise and Risk Mitigation and
    Management. There were no weaknesses in either of these categories.
    DigiFlight demonstrated the capability and experience to successfully
    perform the requirements of the PWS with virtually no risk to the
    Government. Consistent with the evaluation criteria, Technical Expertise
    and Risk Mitigation and Management are of greater importance than Price.
    DigiFlight demonstrated a far superior approach in both Technical Expertise
    and Risk Mitigation and Management. DigiFlight received the highest
    ratings in the two most important criteria (Technical and Risk Mitigation and
    Management), and only presented a slight disadvantage over Sigmatech in
    the least important criteria of Price. DigiFlight’s significant strengths
    exceeds specified performance capability requirements in a way that will be
    advantageous to the Government during contract performance.
    Consequently, DigiFlight’s strengths in Technical Expertise and Risk
    Mitigation and Management support the Government’s payment of a higher
    price premium and will provide the Government the best value.
    (capitalization in original).
    Although DigiFlight and Sigmatech both received ratings of outstanding under the
    Risk Mitigation and Management factor, under the Technical Expertise factor, DigiFlight
    received a rating of outstanding, which, under the terms of the TORFQ, indicates an
    “exceptional level of expertise” and that strengths “far outweigh any weaknesses.”
    Sigmatech only received a rating of good under the Technical Expertise factor, which,
    according to the TORFQ, indicates that Sigmatech had a “thorough level of expertise,”
    and that Sigmatech’s strengths “outweigh any weaknesses.” Moreover, under the
    Technical Expertise factor, DigiFlight received five strengths, while Sigmatech only
    received one strength. Under the terms of the TORFQ, the Technical Expertise factor and
    the Risk Mitigation factor were of equal value, which indicates that DigiFlight’s quotation’s
    47
    higher rated Technical Expertise factor and equally rated Risk Mitigation factor was of
    more value to the Army than Sigmatech’s quotation under those two factors. In addition
    to noting that DigiFlight’s quotation had received a higher rating under the Technical
    Expertise factor, the Army also identified multiple benefits in DigiFlight’s quotation under
    the Technical Expertise factor, as discussed above. The Army’s Best Value and Fair and
    Reasonable Determination indicates that the Army determined that DigiFlight’s proposed
    performance justified paying an approximately two percent price premium to DigiFlight in
    order to obtain DigiFlight’s “far superior approach in both Technical Expertise and Risk
    Mitigation and Management” at only a “slight disadvantage” in price. The Army’s best
    value trade-off decision appears to have been made in accordance with the evaluation
    criteria in the TORFQ, which stated that the Risk Mitigation and Management factor and
    the Technical Expertise factor both were of greater importance than price. The Army
    documented its business judgments when choosing to pay a premium of approximately
    only two percent in exchange for a quotation the Army believed to have the strongest
    technical approach, as well as a risk mitigation and management approach that also
    received the highest adjectival rating under the TORFQ, which indicates that the Army
    rationally exercised its discretion when conducting a best value trade-off under FAR
    § 8.405-3(c). See Allied Tech. Grp., Inc. v. United 
    States, 94 Fed. Cl. at 50
    (citing E.W.
    Bliss Co. v. United 
    States, 77 F.3d at 449
    ); see also Holloway & Co., PLLC v. United
    
    States, 87 Fed. Cl. at 396
    .
    Regarding Sigmatech’s argument that the Army “improperly attributed Digiflight
    with development credit for [redacted],” in the Army’s Best Value and Fair and
    Reasonable Determination, the Army stated that “DigiFlight developed and implemented
    numerous systems and databases” and provided a list that included the “[redacted] and
    incorporating the use of [redacted].” In DigiFlight’s quotation, DigiFlight had stated that
    “Team DigiFlight uses our Team’s [redacted] cost estimating analysts,” but did not discuss
    the development of [redacted]. Although the Army appears to have inadvertently included
    [redacted] in a list of systems developed and to be utilized by DigiFlight, award to
    DigiFlight does not appear to have been premised on the Army’s incorrect statement that
    DigiFlight developed [redacted]. Prior to stating that DigiFlight had developed [redacted],
    in the Army’s Best Value and Fair and Reasonable Determination, the Army correctly
    noted that the Army had awarded DigiFlight a strength based on DigiFlight’s use of
    [redacted], not because DigiFlight had developed [redacted]. The Army also correctly
    identified the five strengths DigiFlight received under the Technical Expertise factor and
    the ratings assigned to DigiFlight’s quotation, and the one minor misstatement in the
    Army’s Best Value and Fair and Reasonable Determination does not override the Army’s
    determination that the use of [redacted] was a strength in DigiFlight’s quotation or the
    Army’s sufficiently documented decision that DigiFlight’s quotation offered the best value
    to the Army.
    Regarding Sigmatech’s argument that the Army’s Best Value and Fair and
    Reasonable Determination was flawed because “Digiflight failed to explain how it would
    use both the [redacted] and the [redacted],” in its quotation, DigiFlight stated that “[w]e
    developed the SAMD [redacted] to assist in managing UAE, Egypt, Saudi Arabia, and
    Kuwait FMS cases. Our tools track and assist in the management of repair requirements,
    48
    requisition documentation, contract information, other major commands data, and to
    generate key R&R reports.” DigiFlight also stated:
    Team-developed [redacted] tool includes [redacted] and is available at
    no additional development cost to SAMD. [redacted] facilitates retrieval
    of products to respond rapidly to partner questions and can be used to
    develop inputs for issue papers, briefings, program booklets, FMS
    documentation, handbooks, and training courses IAW the CDRL [contract
    data requirements list].
    (emphasis in original). DigiFlight asserted that “[redacted] and [redacted] automate and
    integrate program management and multiple simultaneous users; provide enhanced risk
    identification and resolution; and delivers in-country and regional support to COCOMs
    and FMS Partners.” (emphasis in original). DigiFlight’s quotation indicated that DigiFlight
    uses both the [redacted] and the [redacted] and described the purpose of both the
    [redacted] and the [redacted]. Sigmatech’s argument that DigiFlight “failed to explain” how
    DigiFlight would use the [redacted] and the [redacted], therefore, is factually incorrect and
    unsupported by the administrative record.
    Sigmatech’s argument that the Army’s best value determination was flawed
    because the Army improperly credited DigiFlight’s use of [redacted] but did not “account[]”
    for Sigmatech’s use of [redacted] and assistance with the development of the [redacted]
    is repetitive of Sigmatech’s unavailing disparate treatment claim discussed above and
    also fails. As discussed above, the Army rationally awarded DigiFlight a strength based
    on Team DigiFlight’s development and use of [redacted], as well as Team DigiFlight’s
    retention of the underlying code for [redacted], which the Army stated could be modified
    to meet the future needs of the Security Assistance Management Directorate. It was
    rational for the Army to not award a strength to Sigmatech based on Sigmatech’s one-
    line statement that Sigmatech “assists in the development and maintenance of [redacted]
    financials” because Sigmatech did not fully discuss its use of [redacted], the benefits of
    [redacted], or indicate that Sigmatech maintained the underlying code for [redacted] with
    the ability to modify [redacted] to meet the Army’s future needs. The Army also noted that
    Sigmatech’s development of the [redacted], a system that is still being developed,
    “demonstrates experience in aiding in the development of a case management system,”
    but rationally determined that Sigmatech did not provide “details on how it will perform
    these tasks in support of SAMD.” The Army’s Best Value and Fair and Reasonable
    Determination was not flawed because it stated that DigiFlight developed and utilized
    [redacted], which was a strength rationally awarded to Team DigiFlight’s quotation.
    Sigmatech, therefore, has failed to demonstrate that the Army’s best value trade-off
    decision was flawed.
    In Sigmatech’s complaint in the above-captioned bid protest, Sigmatech further
    asserts that
    KBRWyle (and therefore, DigiFlight) has an organizational conflict of
    interest—that is, as the subcontractor to DigiFlight under the RFQ and as
    49
    the contractor under the DS TAT task order, KBRWyle would have to
    monitor and evaluate its own work under the DS TAT task order an
    impermissible impaired objectivity OCI.
    In Sigmatech’s motion for judgment on the administrative record, Sigmatech argues that
    the Army’s evaluation “of KBRWyle’s impaired objectivity OCI resulting from its work on
    related task orders was arbitrary, capricious, and contrary to law.” According to
    Sigmatech, “if DigiFlight is awarded the TORFQ, KBRWyle will be overseeing and
    providing the inputs for its own work, resulting in a gross violation of the impaired
    objectivity OCI rules.” Sigmatech states:
    It is true that DS TAT is managed by Defense Technical Information Center
    on behalf of the Program Executive Office – Missiles and Space Defense,
    and the current TORFQ will be issued and managed by SAMD. But that
    distinction does not resolve the interaction and consequential impaired
    objectivity OCI carried by KBRWyle’s dual role.
    Sigmatech argues:
    Here is a concrete (hypothetical) example of KBRWyle’s conflicting roles:
    the Kuwaiti government discovers that a piece of equipment on its Patriot
    missiles, such as an igniter, does not work properly. The LTPO Patriot
    Missile program management office, populated and supported by
    KBRWyle, would conduct an engineering study to understand the problem.
    That office might determine that the igniter is incompatible with a generator
    being used. The LTPO Patriot Division would then coordinate with SAMD,
    populated and supported by KBRWyle, to procure the appropriate igniter.
    SAMD would analyze the contractual requirements and identify funding.
    SAMD and LTPO Patriot Division, both populated and supported by
    KBRWyle, would then brief both Kuwaiti and Agency personnel at a
    program or contract management review. LTPO and SAMD, again via
    KBRWyle, would work together to identify a selling source and SAMD would
    purchase the igniter. SAMD and LTPO, both utilizing KBRWyle personnel,
    would then work together to deliver and field the igniter to the Kuwaitis. This
    is merely one of hundreds of interactions between the 71 contractor
    employees currently assigned to SAMD and the countless KBRWyle
    employees spread throughout program offices on half a dozen contracts
    under the DS TAT task orders.
    Sigmatech further contends that the Army cannot “argue that the level of OCI is
    not substantial because of the distinct organizational structures” because “the entire right
    side of the LTPO Patriot Division organizational chart involves providing Patriot missile
    support to foreign countries.” According to Sigmatech:
    SAMD’s own organizational chart shows that it has no day-to-day
    employees overseeing the actions of contractor-employees in several
    50
    offices, including: the LTPO Foreign Liaison Offices; the LTPO Saudi/UAE
    Branch; the LTPO OCONUS Kuwait Field Office; the Apache Egypt Front
    Office; the Aviation Utility Systems Division for the United Arab Emirates;
    and the Cargo helicopter branch for the United Kingdom. No Agency
    employee oversees the daily interactions of these individuals, all of whom
    are currently Sigmatech personnel. No amount of government supervision
    can account for contractor personnel sitting alone and unsupervised.
    (emphasis in original; internal references omitted). Sigmatech asserts that the Army
    cannot solely rely on government oversight to remedy an impaired objectivity OCI.
    In defendant’s cross-motion for judgment on the administrative record, defendant
    argues that “KBRwyle will never be in a situation where it will be overseeing or evaluating
    the work of other KBRwyle contract employees performing under other task orders.”
    According to defendant, contracting officer Ashantas Cornelius determined that, “contrary
    to Sigmatech’s representations, KBRWyle’s task orders with the Army are distinct from
    each other, are performed for separate agency offices under Government supervision,
    and primarily consist of providing information to Government decision-makers.”
    Defendant contends that Sigmatech’s hypothetical is “an inaccurate representation of
    how the task orders operate” because the
    fatal flaw in the scenario sketched out by Sigmatech, [sic] is that it does not
    accurately reflect how LTPO and SAMD would address the situation
    presented. In reality, the original equipment manufacturer (OEM) and its
    suppliers are used for cases when PATRIOT components are not operating
    correctly in FMS systems. The OEM and its suppliers conduct engineering
    studies to understand any performance issues and provide solutions to the
    Government for approval. Once these findings are presented to the
    Government, the support contractor – i.e., KBRWyle – may be involved with
    providing independent assessment and recommendations as inputs to the
    Government to make their decisions. KBRWyle is not an OEM, nor does it
    have a contractual role with any OEM suppliers for the PATRIOT Air and
    Missile Defense System. The situation described in Sigmatech’s
    hypothetical is simply not a possibility.
    (internal references omitted; emphasis in original). Defendant also argues that
    Sigmatech’s hypothetical “shows how KBRwyle’s performance of the various task orders
    could work together to benefit the agency,” and that “[t]here simply are no competing
    ‘push-pull’ interests presented in the hypothetical.” (emphasis in original).
    Defendant-intervenor asserts that Sigmatech has failed to establish an impaired
    objectivity OCI and that Sigmatech’s “rambling hypothetical” is “unsupported by any
    citations to the record and ultimately establishes no OCI and no more than a mere
    possibility that KBRwyle employees might be called upon to ‘work together’ under
    different task orders supporting SAMD and LTPO.” Defendant-intervenor argues that the
    Army need not rely on a government oversight defense, as Sigmatech alleges, because
    51
    the contracting officer did not rely on a government oversight defense, but, rather, found
    that no impaired objectivity OCI existed, regardless of government oversight. Defendant-
    intervenor also argues that Sigmatech’s “alleged OCI involves matters of contract
    administration that are beyond the jurisdiction of this Court.”15 Defendant-intervenor
    contends that DigiFlight has not yet determined which portions of the contract awarded
    under the TORFQ KBRWyle will perform and that, “[i]f, during contract administration, the
    Contracting Officer and/or DigiFlight perceive that KBRwyle ‘will be in a position to
    oversee, evaluate, test and influence’ work performed by KBRwyle for LTPO, any
    perceived OCI can be avoided by DigiFlight not allocating that particular work to
    KBRwyle.” According to defendant-intervenor, “[i]n essence, what Sigmatech is protesting
    is contingent on future events that may never happen. Accordingly, the OCI allegations
    concerning other task orders are not ripe and therefore not justiciable.” In Sigmatech’s
    November 9, 2018 response and reply, Sigmatech did not address defendant-intervenor’s
    argument that Sigmatech’s impaired objectivity OCI involved concerns related to contract
    administration.16
    The statute at 28 U.S.C. § 1491(b)(1) “confers exclusive jurisdiction upon the Court
    of Federal Claims over bid protests against the government.” Distributed Sols., Inc. v.
    United States, 
    539 F.3d 1340
    , 1344 (Fed. Cir. 2008). Matters involving questions of
    contract administration, however, are not within this court’s bid protest jurisdiction under
    28 U.S.C. § 1491(b)(1). See Kellogg Brown & Root Servs., Inc. v. United States, 117 Fed.
    Cl. 764, 770 (2014); see also Coast Prof’l, Inc. v. United States, 
    136 Fed. Cl. 467
    , 474
    (2018) (“Entitlement to a certain number of accounts based on a contract is not in the
    Court’s bid protest purview, and instead is a contract administration matter under the
    Contracts Disputes Act, 41 U.S.C. §§ 7101-09.”). A Judge of the United States Court of
    Federal Claims has stated:
    When a party objects to a decision by a federal agency that was made
    because that party was a government contractor, and not because the party
    was an offeror for a contract to be awarded, then the matter is properly
    viewed as seeking “relief arising under or relating to the contract” held by
    the party, 48 C.F.R. § 2.101, rather than presenting a circumstance in which
    the party’s “direct economic interest would be affected by the award of the
    contract or by failure to award the contract,” 31 U.S.C. § 3551(2).
    Itility, LLC v. United States, 
    124 Fed. Cl. 452
    , 458 (2015).
    “Under FAR § 9.504(a), a CO [contracting officer] must ‘[i]dentify and evaluate
    potential organizational conflicts of interest as early in the acquisition process as possible’
    and ‘[a]void, neutralize, or mitigate significant potential conflicts before contract award.”
    Turner Constr. Co. v. United 
    States, 645 F.3d at 1386
    (emphasis and alterations in
    15In defendant’s motion for judgment on the administrative record, defendant did not
    argue that this court lacks jurisdiction over Sigmatech’s impaired objectivity OCI.
    16As discussed above, at the November 13, 2018 oral argument, counsel of record for
    protestor withdrew protestor’s OCI claim involving Eileen Whaley.
    52
    original) (quoting FAR § 9.504(a)); see also FAR § 9.504(a) (2018). “‘A significant
    potential conflict of interest is one which provides the bidding party a substantial and unfair
    competitive advantage during the procurement process on information or data not
    necessarily available to other bidders.’” Turner Constr. Co. v. United 
    States, 645 F.3d at 1386
    (quoting PAI Corp. v. United 
    States, 614 F.3d at 1352
    ); see also ViON Corp. v.
    United States, 
    122 Fed. Cl. 559
    , 579 (2015) (quoting Turner Constr. Co. v. United 
    States, 645 F.3d at 1386
    ). “However, 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); see also Monterey Consultants, Inc. v. United States, 
    120 Fed. Cl. 567
    , 572 (2015). Therefore, “[t]he CO has considerable discretion in determining whether
    a conflict is significant.” Turner Constr. Co. v. United 
    States, 645 F.3d at 1386
    (citing PAI
    Corp. v. United 
    States, 614 F.3d at 1352
    ); 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
    ).
    Further, the identification of an OCI “must be based on ‘hard facts; a mere inference or
    suspicion of an actual or apparent conflict is not enough.’” Turner Constr. Co. v. United
    
    States, 645 F.3d at 1387
    (quoting PAI Corp. v. United 
    States, 614 F.3d at 1352
    ); see also
    Loch Harbour Grp., Inc. v. United States, 
    128 Fed. Cl. 294
    , 302 (2016) (“But, to prove an
    OCI, LHG [protestor] must identify hard facts to support this claim. A mere inference or
    suspicion of an actual or apparent conflict is not enough.” (citing PAI Corp. v. United
    
    States, 614 F.3d at 1352
    )); Macaulay-Brown, Inc. v. United States, 
    125 Fed. Cl. 591
    , 602
    (2016) (quoting Turner Constr. Co. v. United 
    States, 645 F.3d at 1387
    ).
    Although defendant-intervenor DigiFlight asserts that, “because DigiFlight’s
    proposal does not identify the work that will be subcontracted to KBRwyle, the earliest
    that the Contracting Officer can comply with her duties under FAR § 9.504(a)(1) is during
    the administration of the task order,” the administrative record indicates that the Army
    was able to identify work KBRWyle will perform under the DigiFlight Task Order and
    evaluate Sigmatech’s impaired objectivity OCI claim. Contracting officer Ashantas
    Cornelius was able to review the relevant tasks orders and conclude that KBRWyle’s
    performance under the DigiFlight Task Order will not include evaluating KBRWyle’s
    performance under other task orders awarded by the Lower Tier Project Office and the
    Security Assistance Management Directorate.
    In the Army’s October 2, 2018 Determination and Findings analyzing Sigmatech’s
    impaired objectivity OCI, contracting officer Ashantas Cornelius stated that
    it has not been determined by the prime contractor (DigiFlight) which
    specific tasks that KBRWyle/CAS will perform. DigiFlight, the Government
    and KBRWyle/ CAS, Inc. will review and determine the best use of labor
    categories in of the AMCOM SAMD programmatic support mission. Upon
    review and approval, KBRWyle will be assigned specific labor tasks in
    accordance with the BPA and applicable clauses.
    (internal references omitted). Ashantas Cornelius, however, also stated that she “found
    no evidence of impaired objectivity with KBRWyle/CAS, Inc. in performance of their duties
    53
    supporting the EXPRESS Task Order and the DTIC Task Orders. KBRwyle working on
    the EXPRESS task order will not be monitoring or evaluating the work of KBRwyle
    employees on the DTIC task orders.” In the November 1, 2018 declaration signed by
    contracting officer’s representative Susan Teir, which was submitted to the court, Susan
    Teir identified work to be performed by KBRWyle under the DigiFlight Task Order
    awarded under the TORFQ. In the November 1, 2018 declaration signed by contracting
    officer’s representative Susan Teir, Susan Teir stated that:
    In support of the SAMD Programmatic Contract, under the EXPRESS task
    order being protested, KBRwyle will provide programmatic services or
    independent evaluation, assessments and support for SAMD efforts.
    Similarly to their support of LTPO under the DS TAT task orders, KBRwyle
    provides independent technical expertise, assistance and provides
    inputs/recommendations for the Government’s consideration.
    Moreover, in the September 25, 2018 email message sent by Susan Teir, Susan Teir was
    able to sufficiently identify the work to be performed by KBRWyle under the DigiFlight
    Task Order to reach a conclusion as to whether KBRWyle will be evaluating its own work
    under other task orders. In the September 25, 2018 email message sent by Susan Teir,
    she also stated that, under the DigiFlight Task Order awarded under the TORFQ,
    KBRWyle will not be evaluating KBRWyle’s work under another task order issued by the
    Security Assistance Management Directorate.
    Moreover, the TORFQ required vendors and subcontractors to submit an
    Organizational Conflict of Interest Certification. In its quotation in response to the TORFQ,
    Sigmatech submitted an Organizational Conflicts of Interest Certificate signed by an
    employee of KBRWyle. In KBRWyle’s Organizational Conflict of Interest Certificate,
    KBRWyle marked a box on the certificate indicating that “my firm does not presently have
    any organizational conflict of interest which would diminish its capacity to give impartial,
    technically sound and objective assistance and advice or would result in a biased work
    product or may result in an unfair competitive advantage.” Although “labor categories”
    may not yet have been assigned to KBRWyle under the DigiFlight Task Order, the FAR
    required that an Army contracting officer “[i]dentify and evaluate potential organizational
    conflicts of interest as early in the acquisition process as possible.” See FAR § 9.504. The
    administrative record in the above-captioned bid protest permits the court to review
    Ashantas Cornelius’ determination as to whether Sigmatech has identified an impaired
    objectivity OCI regarding KBRWyle’s performance under the DigiFlight Task Order, which
    is connected to the Army’s procurement of a task order for programmatic support services
    under the TORFQ. The court, therefore, has jurisdiction over Sigmatech’s impaired
    objectivity OCI.
    An “impaired objectivity” OCI “occurs when a government contractor has conflicting
    obligations under different government contracts, that compromises the contractor’s
    ability to render impartial judgment.” See Axiom Res. Mgmt., Inc. v. United 
    States, 78 Fed. Cl. at 592
    n.17 (citing FAR § 9.505-3; and Aetna Gov’t Health Plans, Inc., B-254397
    et al., 
    1995 WL 449806
    , at *8-9 (Comp. Gen. July 27, 1995)); see also L-3 Commc’ns
    54
    Corp. v. United States, 
    99 Fed. Cl. 283
    , 297 (2011) (“The impaired objectivity OCI occurs
    ‘where a firm’s work under one contract might require it to evaluate itself under another
    contract.’” (quoting Turner Constr. Co. v. United States, 
    94 Fed. Cl. 561
    , 569 (2010), aff’d,
    
    645 F.3d 1377
    (Fed. Cir. 2011))). A Judge of the United States Court of Federal Claims
    has stated that the “primary concern” of an impaired objectivity OCI is that “a firm might
    not be able to render ‘impartial advice.’” Turner Constr. Co. v. United 
    States, 94 Fed. Cl. at 569
    (quoting Aetna Gov’t Health Plans, Inc., 
    1995 WL 449806
    , at *8); see also A-P-T
    Research, Inc., B-413731.2, 
    2017 WL 1462127
    , at *9 (Comp. Gen. Apr. 3, 2017) (stating
    that an impaired objectivity OCI “principally concerns the contractor’s ability to perform its
    contractual obligations free of improper bias”). “In order to show an ‘impaired objectivity’
    OCI, there must be hard facts showing that ‘a government contractor’s “work under one
    government contract could entail its evaluating itself, either through an assessment of
    performance under another contract or an evaluation of proposals.”’” Aegis Techs. Grp.,
    Inc. v. United States, 
    128 Fed. Cl. 561
    , 575 (2016) (quoting Ala. Aircraft Indus., Inc.-
    Birmingham v. United States, 
    83 Fed. Cl. 666
    , 687 (2008) (quoting Aetna Gov’t Health
    Plans, Inc., 
    1995 WL 449806
    , at *9), rev’d on other grounds, 
    586 F.3d 1372
    (Fed. Cir.
    2009)).
    In the above-captioned bid protest, in the Army’s October 2, 2018 Determination
    and Findings, contracting officer Ashantas Cornelius states that Sigmatech alleges that
    DigiFlight has an impaired objectivity OCI as a result of its subcontracting agreement with
    KBRWyle under the DigiFlight Task Order awarded under the TORFQ. Ashantas
    Cornelius states that Sigmatech argues that, under the DigiFlight Task Order, KBRWyle
    “would provide oversight and/or approval over its own work performance and deliverables
    performed under other task orders awarded through the Defense Technical Information
    Center (DTIC) Defense Systems Technical Area Task (DS-TAT) program.”17
    In the Army’s October 2, 2018 Determination and Findings, Ashantas Cornelius
    discussed the award of two task orders to KBRWyle for “technical support” by the Lower
    Tier Project Office and the Security Assistance Management Directorate, respectively,
    under the “Defense Technical Information Center (DTIC) Defense Systems Technical
    Area Task (DS-TAT) program.”18 According to Ashantas Cornelius, the Lower Tier Project
    Office is the “Project Office of Record” for the “PATRIOT weapon system. Lower Tier
    Project Office is multi-disciplined with responsibility for budgeting, contracting system
    engineering, software engineering, quality assurance, tests and evaluation, production
    and logistics/whole life support of the PATRIOT weapon system.” Ashantas Cornelius
    states that, “[s]ummarily, LTPO provides requirements based upon ‘production contracts’,
    17 As noted above, the task orders awarded under the “Defense Technical Information
    Center (DTIC) Defense Systems Technical Area Task (DS-TAT) program” were awarded
    to “Wyle Laboratories, Inc., a part of KBRWyle/CAS, Inc., located in Huntsville, Alabama.”
    18The Security Assistance Management Directorate also awarded the task order under
    the TORFQ to DigiFlight. As stated above, the Security Assistance Management
    Directorate issued the TORFQ under the Aviation and Missile Command EXPRESS
    program.
    55
    providing foreign military customers with a weapon system/end product.” Ashantas
    Cornelius states that the Lower Tier Project Office is part of the Program Executive Office
    Missiles and Space.
    In the Army’s October 2, 2018 Determination and Findings, Ashantas Cornelius
    asserts that the Security Assistance Management Directorate
    manages the sale of AMCOM managed aviation and missile systems;
    validation/verification, production, interoperability, transfer and sustainment
    to our allied nations. Simply stated, AMCOM SAMD provides management
    support services based upon “services contracts”, providing foreign military
    customers with services; effectively assisting in the management of foreign
    military sales cases and the sustainment of weapons systems.
    Ashantas Cornelius states that the Security Assistance Management Directorate is part
    of the Aviation and Missile Command, which “is not a part of” the Program Executive
    Office Missiles and Space, in which the Lower Tier Project Office is located.
    Ashantas Cornelius, however, states that the Security Assistance Management
    Directorate has “divisions that are co-located with the respective Missile and Space
    Program Executive Office (PEO)/Aviation Program Executive Office (PEO) Weapon
    Systems Program Offices. However, each organization performs duties and
    responsibilities specific to that organization’s mission.” (internal references omitted). In
    support of her statement regarding “co-located” divisions, Ashantas Cornelius cites a
    September 25, 2018 email message from contracting officer’s representative Susan Teir,
    in which Ms. Teir states that “SAMD and LTPO are two totally separate entities with
    different commanders/command teams,” but that “‘[m]ost’ of the SAMD Divisions are co‐
    located with their respective Missiles and Space PEO/Aviation PEO Weapon Systems
    Program Offices,” including a Security Assistance Management Directorate “PATRIOT
    Division.” According to the September 25, 2018 email message from Susan Teir:
    SAMD does not provide oversight management to LTPO nor does LTPO
    provide oversight management to SAMD. SAMD has a PATRIOT Division
    co‐located at the LTPO 106 Wynn Drive location that consists of SAMD
    employees and SAMD contractors only. SAMD PATRIOT Division
    employees work Letters of Agreement (LOA) for our foreign allies who are
    purchasing and sustaining the PATRIOT Missile System for their particular
    country. Our SAMD PATRIOT Division does not perform work to support
    the U.S. Government LTPO Mission.
    The Security Assistance Management Directorate and the Lower Tier Project Office,
    therefore, appear to be two separate entities, but appear to have certain divisions located
    within the same buildings.
    According to the Army’s October 2, 2018 Determination and Findings, both the
    Lower Tier Project Office and Security Assistance Management Directorate had a
    56
    requirement for “technical support services.” Ashantas Cornelius states that “both
    organizations acquired technical supports [sic] services through the use of the DTIC
    Defense Systems Technical Area Task (DS-TAT) Indefinite Delivery Indefinite Quantity
    (IDIQ) contracts managed by Defense Technical Information Center (DTIC) personnel
    located at Ft. Belvoir, VA.” Specifically, on May 20, 2017, KBRWyle was awarded a task
    order, which was Delivery No. FA807517F1374 (the 1374 LTPO Task Order). The 1374
    LTPO Task Order stated that the primary purpose of the 1374 LTPO Task Order is to
    study, analyze, provide advice, research, and develop deliverables to
    advance/DS [defense systems] related scientific and technical information
    (STI) through the application of knowledge and resources in achieving the
    requiring activity’s mission requirements defined herein.
    The objective of this TAT [Technical Area Task] is to provide the
    Government the necessary multi-disciplined support to execute the
    extremely challenging effort of managing the PATRIOT weapon system.
    The scope of this TAT will ensure the Government is provided with the
    technical assistance needed to assist the Government in performing the role
    of overall weapon system acquisition management.
    On September 28, 2017, the Security Assistance Management Directorate had
    awarded KBRWyle a task order, which was Delivery No. FA807517F1389 (the 1389
    SAMD Task Order). The 1389 SAMD Task Order indicated that the primary purpose of
    the 1389 SAMD Task Order is to
    study, analyze, advise, research, and develop deliverables to advance FMS
    DS related Scientific and Technical Information (STI) through the
    application of knowledge and resources in achieving the Requiring Activity’s
    mission requirements defined above.
    The objective of this DS TAT PWS is to obtain improved reliability,
    interoperability, and reduced cost of ownership for all AMCOM managed
    aviation and missile FMS programs. To achieve this objective the contractor
    shall provide services to perform and document RMQSI [reliability,
    maintainability, quality, supportability, and interoperability] analyses and
    strategies in addition to logistics, testing, systems engineering, program
    management, and life cycle/cost analyses to refine and improve FMS
    sustainability.
    (capitalization in original). In the Army’s October 2, 2018 Determination and Findings,
    Ashantas Cornelius states that the 1374 LTPO Task Order and the 1389 SAMD Task
    Order were issued by separate entities and “function independently of each other in
    support of two different commands with varying missions.”
    Ashantas Cornelius states in the Army’s October 2, 2018 Determination and
    Findings that:
    57
    The DTIC IDIQ contract has a Contracting Officer Representative (COR)
    appointed by the DTIC Contracting Officer. This COR provides government
    oversight of the IDIQ and is located at the DTIC Center in Ft. Belvoir, VA.
    In order to provide proper government oversight and ensure contractor
    performance, the individual task orders are managed by the respective
    requiring organizations/activities. As a result, the DTIC Contracting Officer
    appoints primary and alternate Contracting Representatives (CORs) co-
    located with the contractors.
    (internal references omitted). Ashantas Cornelius also states that “each task order is
    allocated a Program Manager; whose primary duty and responsibility is to manage his/her
    specific program (task order).” (internal references omitted).
    Regarding the DigiFlight Task Order the Security Assistance Management
    Directorate awarded under the TORFQ, Ashantas Cornelius states that the DigiFlight
    Task Order requires DigiFlight to provide “programmatic services to AMCOM SAMD.”
    Ashantas Cornelius asserts that “[p]rogrammatic services entails [sic] support in
    monitoring, assessing, coordinating, analyzing and integrating component
    programs/activities, including briefings/ presentations and agendas for the total life cycle
    systems. This program is in response to the SAMD’s mission and supports only the SAMD
    Foreign Military Sales (FMS) functions.” (internal references omitted). Ashantas Cornelius
    states that a contracting officer’s representative will oversee the DigiFlight Task Order,
    and that the DigiFlight Task Order “is allocated a Program Manager and/or a task order
    lead whose primary duty and responsibility is to manage/ provide oversight in support of
    his/her specific task order.”
    Regarding the differences between the 1389 SAMD Task Order and the DigiFlight
    Task Order awarded by the Security Assistance Management Directorate, Ashantas
    Cornelius states:
    The DTIC task order [1389 SAMD Task Order] and the EXPRESS task
    order [DigiFlight Task Order] provide direct support to the AMCOM SAMD
    office independently and for separate categories of service. The task order
    awarded by the DTIC IDIQ provides technical support while the EXPRESS
    task order provides programmatic support. Government oversight is
    provided by the COR(s). The CORs are appointed in writing by the
    cognizant Contracting Officer. Oversight of all SAMD contracts/task orders
    are provided by their respective CORS and company program managers.
    At no time are contractors allowed to provide oversight of other contractor’s
    personnel or performance. Based upon FAR Part 7.5 (Inherently
    Governmental Functions) and due to the nature of the services, contractors
    do not provide oversight to other contractor’s work. Regarding KBRWyle’s
    performance in support of the EXPRESS task order, it has not been
    determined by the prime contractor (DigiFlight) which specific tasks that
    KBRWyle/CAS will perform. DigiFlight, the Government and
    58
    KBRWyle/CAS, Inc. will review and determine the best use of labor
    categories in of the AMCOM SAMD programmatic support mission. Upon
    review and approval, KBRWyle will be assigned specific labor tasks in
    accordance with the BPA and applicable clauses.
    Ashantas Cornelius states:
    I have thoroughly reviewed the tasks to be performed under the EXPRESS
    task order and the tasks KBRwyle performs under the DS-TAT task orders
    for both LTPO and SAMD, and have found no evidence of impaired
    objectivity with KBRWyle/CAS, Inc. in performance of their duties
    supporting the EXPRESS Task Order and the DTIC Task Orders.
    Ashantas Cornelius asserts that “KBRwyle working on the EXPRESS task order will not
    be monitoring or evaluating the work of KBRwyle employees on the DTIC task orders,”
    and that the “work performed under the EXPRESS task order is different from the work
    performed under the DTIC task orders, involving different categories of services, with the
    EXPRESS task order providing program support services and the DTIC task orders
    focused on scientific and technical tasks.”
    The Army’s October 2, 2018 Determination and Findings reflect that the 1374
    LTPO Task Order and the 1389 SAMD Task Order require KBRWyle to analyze and
    provide Scientific and Technical Information to the Lower Tier Project Office and the
    Security Assistance Management Directorate, respectively. The 1374 LPTO Task Order
    indicates that KBRWyle will be providing the Scientific and Technical Information in
    support of the Lower Tier Project Office’s management of the “PATRIOT weapon system.”
    Section 1.1 of the performance work statement of the TORFQ states that the vendor will
    be providing programmatic support to assist the Security Assistance Management
    Directorate with its “contractual obligations for the procurement, delivery and sustainment
    of weapon systems entered into via the Foreign Military Sales (FMS) process between
    the United States Government (USG) and numerous foreign governments.” Ashantas
    Cornelius noted that the Lower Tier Project Office and the Security Assistance
    Management Directorate are two separate entities with different chains of command and
    with different purposes. The Lower Tier Project Office does not provide oversight of the
    Security Assistance Management Directorate’s work, nor does the Security Assistance
    Management Directorate provide oversight of the Lower Tier Project Office’s work.
    Ashantas Cornelius indicates that certain divisions within the Lower Tier Project Office
    and Security Assistance Management Directorate are co-located within the same offices,
    but having divisions co-located does not indicate that KBRWyle will be placed in a position
    to improperly evaluate its own performance or in a position that comprises KBRWyle’s
    ability to provide impartial advice to the government under the 1374 Task Order or the
    DigiFlight Task Order.
    59
    Regarding the 1389 SAMD Task Order and the DigiFlight Task Order, under the
    1389 SAMD Task Order, KBRWyle will be providing the Scientific and Technical
    Information in support of the Security Assistance Management Directorate’s FMS efforts.
    Under the 1389 SAMD Task Order, KBRWyle will be providing to the Security Assistance
    Management Directorate
    detailed quantitative research and analyses addressing system
    engineering, maintenance/fault detection/isolation and resolution practices,
    failure    modes,      root   cause       analysis,     safety/risk    analysis,
    logistics/sustainment management planning and analysis, technical
    publications, training, and Reliability, Availability and Maintainability (RAM)
    testing and analyses. The goal of these support functions is the increase in
    AMCOM FMS weapons systems availability, reduced cost of ownership and
    reduced maintenance support requirements.
    The performance work statement of the TORFQ indicates that, under the DigiFlight Task
    Order, DigiFlight and its subcontractors will be providing “programmatic services for
    independent evaluation, assessments and analysis” of “FMS programs for our foreign
    allies.” Under the 1389 SAMD Task Order, KBRWyle will be providing Scientific and
    Technical Information to provide “improved reliability, interoperability, and reduced cost
    of ownership for all AMCOM managed aviation and missile FMS programs.” Under the
    DigiFlight Task Order, DigiFlight and its team of subcontractors will be providing
    programmatic support “for implementation and sustainment of current program actions
    and future programs.” The purpose and objectives of the 1389 SAMD Task Order and the
    DigiFlight Task Order do not conflict, as both require the provision of support for the
    Security Assistance Management Directorate’s FMS program, albeit in different ways and
    with different types of information. As noted by Ashantas Cornelius, the 1389 SAMD Task
    Order and the DigiFlight Task Order operate “independently and for separate categories
    of service.” Protestor has not demonstrated how KBRWyle’s provision of Scientific and
    Technical Information to reduce the cost of aviation and missile systems in the FMS
    program will impair Team DigiFlight’s ability to provide programmatic support of current
    and future FMS programs. Protestor also has not identified any requirement in the 1374
    LTPO Task Order or the 1389 SAMD Task Order requiring KBRWyle to evaluate or
    monitor KBRWyle’s provision of programmatic support to the Security Assistance
    Management Directorate.
    Moreover, contracting officer Ashantas Cornelius stated that the task orders
    awarded by the Lower Tier Project Office and the Security Management Assistance
    Directorate are managed by the respective agencies, not by other contractors. Each task
    order is assigned a government contracting officer’s representative, as well as a
    government program manager, to manage and evaluate performance under the task
    order. In the October 2, 2018 Determination and Findings, Ashantas Cornelius indicated
    that contractors do not monitor or approve other contractor’s work “[b]ased upon FAR
    Part 7.5 (Inherently Governmental Functions) and due to the nature of the services.”
    (capitalization in original). The November 1, 2018 declaration signed by Susan Teir
    supports Ashantas Cornelius conclusion that, under the DigiFlight Task Order, KBRWyle
    60
    will not be monitoring KBRWyle’s performance under other task orders, as Susan Teir
    states that “KBRwyle provides independent assessments and inputs to the government
    to support their decisions. KBRwyle is not the decision maker for government approval of
    studies or procurements.” Final approval of government procurements, therefore,
    remains with government employees.
    In the October 2, 2018 Determination and Findings, Ashantas Cornelius also
    states:
    Furthermore, additional last-minute information was provided by Sigmatech
    regarding KBRWyle performing other DS TAT task Orders. These tasks
    orders provide support to various Program Management Offices (PMOs) to
    include Cargo Helicopter, Unmanned Aircraft Systems, Fixed Wing and
    Future Vertical Lift. Additionally, information has been provided indicating
    that DigiFlight is a subcontractor on several of KBRWyle’s task orders.
    While Sigmatech has not provided sufficient information to fully investigate
    these last-minute additions to its impaired objectivity OCI allegations,
    because these DS TAT task orders are all managed in the manner as
    previously stated, sufficient government oversight is provided to
    successfully eliminating [sic] any possibility of impaired objectivity.
    Under the May 4, 2017 task order awarded to KBRWyle, KBRWyle will provide Scientific
    and Technical Information, research, and analysis “to develop recommendations to the
    CH PMO [Cargo Helicopter Project Management Office], FW [Fixed Wing Project Office]
    and its international partners (through Foreign Military Sales (FMS) or Memorandum of
    Understanding (MOU)) to increase availability, improve reliability, and reduce the support
    costs for their assigned systems.” Under the June 21, 2016 task order awarded to
    KBRWyle, KBRWyle is to provide Scientific and Technical Information, research, and
    analysis to the Fixed Wing Project Office “to develop recommendations to enhance the
    Government units’ airborne intelligence operations.” Under the December 29, 2017 task
    order awarded to KBRWyle, KBRWyle will be providing to the Unmanned Aircraft
    Systems Project Office Scientific and Technical Information to “enable the PEO Aviation
    Program Managers (PMs) to increase availability, improve reliability, and reduce the
    support costs of UAS [unmanned aircraft system] programs. Specific consideration shall
    be focused on airworthiness; data interoperability and Information Assurance; hardware
    interchangeability; testing and evaluation; maintenance management; data analyses;
    obsolescence management; and systems engineering practices.”
    The May 4, 2017, June 21, 2016, and the December 29, 2017 task orders do not
    indicate that KBRWyle will be evaluating or monitoring KBRWyle’s performance under
    the DigiFlight Task Order, in which DigiFlight and its team of subcontractors will be
    providing programmatic support in order to implement and sustain the Security
    Assistance Management Directorate’s “current program actions and future programs.”
    Nor does it appear that, under the DigiFlight Task Order, KBRWyle will be evaluating the
    provision of Scientific and Technical Information under the May 4, 2017 task order
    61
    awarded to KBRWyle, the June 21, 2016 task order awarded to KBRWyle, or the
    December 29, 2017 task order awarded to KBRWyle. Ashantas Cornelius indicated that
    the May 4, 2017 task order, the June 21, 2016 task order, and the December 29, 2017
    task order all awarded to KBRWyle “are all managed in the manner as previously stated”
    and indicated that three tasks orders do not require oversight or evaluation of the
    programmatic support services that will be provided under the DigiFlight Task Order. The
    provision of Scientific and Technical Information to improve the availability and cost of
    weapon systems does not appear to conflict with the provision of programmatic support
    services under the DigiFlight task order.
    Sigmatech identified sections 2.2.2.1 and 2.4.6 of the performance work statement
    attached to the TORFQ as two examples of when Team DigiFlight would be evaluating
    work of other contractors under other task orders. Section 2.2.2.1 of the performance
    work statement states that “[t]he contractor shall perform cost estimating and analysis of
    data prepared and furnished by other contractors and USG agencies.” Although KBRWyle
    may be analyzing data furnished by other contractors, Sigmatech does not provide “hard
    facts” demonstrating that KBRWyle would be “evaluating itself, either through an
    assessment of performance under another contract or an evaluation of proposals.” See
    Aegis Techs. Grp., Inc. v. United 
    States, 128 Fed. Cl. at 575
    (internal quotation marks
    and citations omitted). Nor does analyzing data furnished by other contractors indicate
    that KBRWyle “might not be able to render ‘impartial advice,’” which is the “primary
    concern” of an impaired objectivity OCI. See Turner Constr. Co. v. United States, 94 Fed.
    Cl. at 569. Sigmatech has not sufficiently supported its assertion that KBRWyle will have
    “the opportunity to review its own decision-making and benefit itself at the Agency’s
    expense” because, at most, under the DigiFlight Task Order, Team DigiFlight will be
    evaluating data provided by government agencies and government contractors. The
    administrative record does not indicate that KBRWyle employees will be inputting data
    for KBRWyle employees to analyze and review in a manner that would benefit KBRWyle
    at the expense of the Army. Section 2.4.6 states:
    The contractor shall provide all levels of weapon system integration support.
    The contractor shall provide advice and recommendations on the
    component subsystems and how the subsystems function together as a
    whole, to include preliminary design review PDR; critical design review
    (CDR);milestone [sic] and program reviews; program strategy develop; and
    program execution management. The contractor shall provide advice and
    recommendations on interoperability of weapons systems to interface with
    other products or systems.
    Sigmatech has not demonstrated why Team DigiFlight will be unable to provide impartial
    advice on the interoperability of weapon systems and subsystems due to KBRWyle’s
    provision of Scientific and Technical Information to the Army in order to provide “improved
    reliability, interoperability, and reduced cost of ownership for all AMCOM managed
    aviation and missile FMS programs,” as KBRWyle is doing under the 1389 SAMD Task
    Order. The purposes of the task orders simply do not conflict or entail evaluating the
    performance of other contractors.
    62
    At the November 13, 2018 oral argument, counsel of record for protestor argued
    that the Army did not consider sufficient information when determining whether there was
    an impaired objectivity OCI. Ashantas Cornelius reviewed statements from the
    contracting officer’s representative, alternate contracting representatives, and DigiFlight,
    as well as the organizational charts of the Lower Tier Project Office and the Security
    Assistance Management Directorate. Ashantas Cornelius compared and analyzed the
    requirements in the 1374 LTPO Task Order, the 1389 SAMD Task Order, and the
    DigiFlight Task Order, as well as the requirements in the May 4, 2017 task order, the June
    21, 2016 task order, and the December 29, 2017 task order, all awarded to KBRWyle.
    Although protestor argues that Ashantas Cornelius did not consider “[w]hether Agency
    personnel sit in those offices” where KBRWyle employees are located or “[h]ow much
    oversight a handful of Agency personnel seated in different offices than the bulk of
    contractor-personnel perform are able to exercise,” Ashantas Cornelius noted that the
    Lower Tier Project Office and the Security Assistance Management Directorate have
    divisions that are co-located, and that the Security Assistance Management Directorate
    and certain Program Executive Offices are co-located. Moreover, Ashantas Cornelius
    determined that contractors would not be evaluating other contractors’ work and that a
    program manager is assigned to oversee each task order. In the September 25, 2018
    email message from contracting officer’s representative Susan Teir to Ashantas
    Cornelius, Susan Teir stated that “[c]ontractors sitting together may work under differing
    contracts, but none of them oversees or manages someone working underneath a
    different contract. Sigmatech, DigiFlight (and subs/team members) and KBR Wyle (and
    subs) contractors are not allowed to oversee anyone not working under their particular
    contract.”
    As the contracting officer assigned to investigate Sigmatech’s impaired objectivity
    OCI, Ashantas Cornelius had considerable discretion when determining the extent of her
    OCI investigation and when determining whether a potential or actual OCI existed. See
    PAI Corp. v. United 
    States, 614 F.3d at 1352
    -53 (“[T]he FAR provides a contracting officer
    with considerable discretion to conduct fact-specific inquiries of acquisition proposals to
    identify potential conflicts and to develop a mitigation plan in the event that a significant
    potential conflict exists.” (citations omitted)). As noted above, “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 1382
    ; see also IBM Corp. v. United States, 
    119 Fed. Cl. 145
    ,
    161 (2014) (stating that a contracting officer has discretion when evaluating an OCI and
    determining the scope of an OCI inquiry). The record before the court indicates that
    Ashantas Cornelius thoroughly investigated Sigmatech’s impaired objectivity OCI and
    rationally concluded that no impaired objectivity OCI existed.
    Moreover, both parties have moved to supplement the administrative record with
    materials related to Sigmatech’s allegation of an impaired objectivity OCI. Protestor
    moved to supplement the administrative record with an October 15, 2018 declaration
    signed by Phillip Roman, an employee of Sigmatech, attached to which are “Sigmatech’s
    Performance Work Statement and Deliverables List, which described Sigmatech’s
    63
    deliverables and the level of oversight anticipated by the Task Order,” a “current,
    accurate, and complete list of Sigmatech employees assigned to the Task Order and their
    duty locations,” a “SAMD organizational matrix that demonstrates where Sigmatech’s
    contractor-employees are located and to whom they report, if anybody,” and an “article
    written by Major General James H. Pillsbury that, describes the Agency’s view of the
    interaction between program management offices and SAMD’s FMS duties.”19 Sigmatech
    asserts that, based on the administrative record before the court, the “Court cannot
    determine whether the Agency ignored salient information without understanding where
    contractor-employees are placed and whether the Agency oversees those employees;
    the scope of the Agency’s oversight; and how the Agency integrates FMS into its program
    management.” Sigmatech argues that the contracting officer determined that “sufficient
    government oversight existed to mitigate an organizational conflict of interest,” and that
    “Sigmatech had no basis for knowing the Contracting Officer’s defense at any time before
    the Department of Justice released the Contracting Officer’s findings.”
    Defendant argues that the court should deny protestor’s motion to supplement the
    administrative record because protestor had an opportunity to submit information to the
    contracting officer prior to the Army’s issuance of its October 2, 2018 Determination and
    Findings, but failed to submit the documents that are attached to the October 15, 2018
    declaration signed by Phillip Roman.20 Defendant-intervenor asserts that, “[b]eyond
    Sigmatech’s failure to provide the information to the Contracting Officer, Mr. Roman’s
    declaration does not support the existence of an OCI. Therefore, consideration of Mr.
    Roman’s declaration is not necessary for effective judicial review.” Defendant-intervenor
    19The article written Major General Pillsbury is from a March-April 2005 edition of a
    publication titled Army Logistician.
    20   Defendant states:
    Prior to the contracting officer issuing the [sic] (D&F), counsel for defendant
    contacted counsel for Sigmatech and DigiFlight on September 24, 2018,
    and requested that the parties provide any information related to the
    impaired OCI issue that they wished the contracting officer to consider by
    September 28, 2018. On October 1, 2018, counsel for defendant advised
    the parties that the contracting officer was close to issuing the D&F, and
    reminded them that they should provide any information concerning the OCI
    allegation that they wished the contracting officer to review. Sigmatech
    identified several task orders that it believed DigiFlight’s subcontractor was
    performing for the Army, but did not provide nor identify any of the
    information with which it now seeks to supplement the record despite that
    information – i.e., a Sigmatech performance work statement, Sigmatech
    employee list, an Army organizational matrix listing Sigmatech employees,
    and an article by an agency official – unquestionably being within its
    possession or else ability to obtain.
    (internal references omitted; emphasis in original).
    64
    contends that, “[c]ontrary to Sigmatech’s argument, the Contracting Officer’s
    determination does not rely on a ‘government oversight’ defense. The Contracting
    Officer’s investigation adequately explains that there is no actual or potential OCI,
    irrespective of the amount of government oversight.”
    Although review under the Administrative Procedure Act (APA) is to be applied to
    an agency’s decision based on the record the agency presents to the court, the court may
    supplement the administrative record when omission of the supplemental material
    precludes effective judicial review. See AgustaWestland N. Am., Inc. v. United 
    States, 880 F.3d at 1331-32
    ; see also Axiom Res. Mgmt., Inc. v. United 
    States, 564 F.3d at 1380
    .
    In the above-captioned bid protest, the Army concluded in the October 2, 2018
    Determination and Findings that KBRWyle’s “performance of the DTIC DS-TAT task
    orders does not create an impaired objectivity organizational conflict of interest that would
    impact its ability to provide impartial advice to the Government or otherwise jeopardize
    contractor performance.” The court does not need “Sigmatech’s Performance Work
    Statement and Deliverables List” or a “complete list of Sigmatech employees assigned to
    the Task Order and their duty location” to determine whether KBRWyle will be placed in
    a position of compromised impartiality as a result of being a subcontractor on the
    DigiFlight Task Order. The “SAMD organizational matrix” offered by Sigmatech is dated
    March 14, 2018 and appears to be an outdated version of the Security Assistance
    Management Directorate organizational chart dated September 21, 2018,21 which is cited
    in the Army’s October 2, 2018 Determination and Findings and included in the
    administrative record. The 2005 article from the Army Logistician does not discuss
    KBRWyle’s current obligations under the 1374 LTPO Task Order, the 1389 SAMD Task
    Order, or the DigiFlight Task Order, but discusses more generally “the LCMC [life-cycle
    management command] initiative and what it means for logisticians in the field.”
    (emphasis in original). The court, therefore, does not need protestor’s proposed additional
    materials to analyze protestor’s impaired objectivity OCI and denies protestor’s motion to
    supplement the administrative record. The court, however, notes that protestor’s proffered
    materials do not support protestor’s argument of an impaired objectivity OCI.
    Additionally, in response to protestor’s hypothetical involving a foreign government
    determining that a piece of equipment on a particular missile system, “such as an igniter,
    does not work properly,” defendant submitted a November 1, 2018 declaration signed by
    Susan Teir, who states that she has been a contracting officer’s representative with the
    Security Assistance Management Directorate for almost twenty years. Susan Teir states
    that the “purpose of this declaration is to describe the errors in that [Sigmatech’s]
    ‘hypothetical example’ which make it useless to demonstrate how the contractor operates
    under the task orders.” In defendant’s motion to supplement the administrative record,
    defendant argues that the November 1, 2018 declaration signed by Susan Teir is
    “necessary for effective judicial review of a protest ground brought by Sigmatech” and to
    “fill a gap in the administrative record” regarding Sigmatech’s impaired objectivity OCI
    21In the “SAMD organizational matrix” offered by Sigmatech, Sigmatech highlighted the
    names of Sigmatech employees by placing the names of the Sigmatech employees on
    the “SAMD organizational matrix” in a red font.
    65
    allegation. According to defendant, Sigmatech’s hypothetical is factually inaccurate and
    was not presented “to the contracting officer before she made her determination that no
    OCI existed, so there was no opportunity to enter evidence rebutting the hypothetical into
    the record at that time.” At the November 13, 2018 oral argument, counsel of record for
    defendant argued that Sigmatech’s statement in its motion for judgment on the
    administrative record that KBRWyle would conduct an engineering study was factually
    inaccurate and that “[t]he COR states in her declaration that, no, that’s what the original
    equipment manufacturer would be doing.” Sigmatech, however, argues that the court
    should not supplement the administrative record with the November 1, 2018 declaration
    signed by Susan Teir because the “plain text of Ms. Tier’s [sic] declaration demonstrates
    that it is a post hoc attempt to add information to the record and may not therefore serve
    as a supplement to the record.” (emphasis in original).
    Based on the record before the court, Sigmatech first raised its hypothetical
    situation involving a defective igniter in its October 19, 2018 motion for judgment on the
    administrative record, seventeen days after the Army issued the October 2, 2018
    Determination and Findings. The originally filed administrative record22 does not include
    the Army’s position on the accuracy of protestor’s hypothetical involving the acquisition
    of a defective igniter on a particular missile system or how the Army would address such
    a situation. In the November 1, 2018 declaration signed by Susan Teir, Ms. Teir asserts
    that:
    In a situation like the one described in the [Sigmatech] hypothetical, the
    original equipment manufacturer (“OEM”) and its suppliers are used for
    cases when PATRIOT components are not operating correctly in Foreign
    Military Sales (FMS) systems. The OEM and its suppliers conduct
    engineering studies to understand any performance issues and provide
    solutions to the government for approval. Once these findings are presented
    to the government, the government support contractor (KBRwyle, here)
    may be involved with providing independent assessments and
    recommendations as inputs to the government to make their decisions.
    KBRwyle is not an Original Equipment Manufacturer (OEM), nor does it
    have a contractual role with any of the OEM suppliers for the PATRIOT Air
    and Missile Defense System.
    Ms. Teir further asserts that “KBRwyle is not the decision maker for government approval
    of studies or procurements” and that the “situation described in Sigmatech’s ‘hypothetical
    22 Defendant filed the administrative record in the above-captioned bid protest on October
    1, 2018. On October 3, 2018, defendant filed an amendment to the administrative record,
    which included certain documents relied on by Ashantas Cornelius when issuing the
    October 2, 2018 Determination and Findings involving the impaired objectivity OCI
    allegation. On October 19, 2018, defendant filed a second amendment to the
    administrative record, which included three documents defendant stated “should have
    been included in the administrative record of the OCI investigation when that record was
    filed on October 3, 2018.”
    66
    example’ is not a possibility.” In order to analyze protestor’s “concrete (hypothetical)
    example of KBRWyle’s conflicting roles,” the court supplements the administrative record
    with the November 1, 2018 declaration signed by Susan Teir. See AgustaWestland N.
    Am., Inc. v. United 
    States, 880 F.3d at 1331-32
    ; see also Axiom Res. Mgmt., Inc. v. United
    
    States, 564 F.3d at 1380
    .
    Sigmatech has not supported its hypothetical with any citation to any material in
    the administrative record or provided any reason as to doubt the validity of the statements
    in the November 1, 2018 declaration signed by Susan Teir. The November 1, 2018
    declaration signed by Susan Teir indicates that the original equipment manufacturer, not
    KBRWyle, would conduct an engineering study to determine why the igniter in
    Sigmatech’s hypothetical was dysfunctional, and that KBRWyle does not provide
    approval of government studies or procurements. Based on the record before the court,
    Sigmatech’s hypothetical appears to be factually flawed and does not demonstrate that
    Ashantas Cornelius irrationally found that there was no impaired objectivity OCI in the
    Army’s October 2, 2018 Determination and Findings.
    CONCLUSION
    The court DENIES protestor’s October 23, 2018 motion to supplement the
    administrative record. The court GRANTS defendant’s November 2, 2018 motion to
    supplement the administrative record. The court DENIES protestor’s October 19, 2018
    motion for judgment on the administrative record. The court GRANTS defendant’s cross-
    motion for judgment on the administrative record and defendant-intervenor’s cross-
    motion for judgment on the administrative record. The Clerk of the Court shall enter
    JUDGMENT consistent with this Opinion.
    IT IS SO ORDERED.
    s/Marian Blank Horn
    MARIAN BLANK HORN
    Judge
    67
    

Document Info

Docket Number: 18-1425

Filed Date: 1/2/2019

Precedential Status: Precedential

Modified Date: 1/3/2019

Authorities (44)

Transactive Corporation v. United States of America and ... , 91 F.3d 232 ( 1996 )

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

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 )

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

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

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

Allied Technology Group, Inc. v. United States , 649 F.3d 1320 ( 2011 )

Pai Corp. v. United States , 614 F.3d 1347 ( 2010 )

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

co-steel-raritan-inc-now-known-as-gerdau-ameristeel-corp-gs , 357 F.3d 1294 ( 2004 )

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

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

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

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

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

In Re Sang-Su Lee , 277 F.3d 1338 ( 2002 )

Todd Construction, L.P. v. United States , 656 F.3d 1306 ( 2011 )

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

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

View All Authorities »