American Relocation Connections, L.L.C. v. United States ( 2018 )


Menu:
  •          In the United States Court of Federal Claims
    No. 18-963C
    Filed: September 24, 2018
    Redacted Version Issued for Publication: October 22, 20181
    * * * * * * * * * * * * * * * * * **
    AMERICAN RELOCATION                          *
    CONNECTIONS, L.L.C.,                         *
    Pre-Award Bid Protest; Cross-
    *
    Protestor,                      Motions for Judgment on the
    *
    Administrative Record; Acquisition
    *
    v.                                               Planning; Market Research; 13
    *
    C.F.R. § 125.2; Federal Supply
    UNITED STATES,                               *
    Schedule; NAICS Codes.
    *
    Defendant.                  *
    * * * * * * * * * * * * * * * * * **
    Bret S. Wacker, Clark Hill PLC, Detroit, MI. Of counsel was Emily Baldwin, Clark
    Hill PLC, Detroit, MI, and W. Barron A. Avery and William B. O’Reilly, Baker Hostetler,
    Washington, D.C.
    Margaret J. Jantzen, Trial Attorney, Commercial Litigation Branch, Civil Division,
    United States Department of Justice, Washington, D.C., for defendant. With her were
    Steven J. Gillingham, Assistant Director, Commercial Litigation Branch, Robert E.
    Kirschman, Jr., Director, Commercial Litigation Branch, and Joseph H. Hunt, Assistant
    Attorney General. Of counsel was Kimberly L. Cohen, Attorney, Office of Assistant Chief
    Counsel, U.S. Customs and Border Protection, Indianapolis, IN.
    OPINION
    HORN, J.
    In the above-captioned bid protest, American Relocation Connections, L.L.C.
    (ARC) asserts that the United States Customs and Border Protection (CBP) violated
    federal procurement law, including the Federal Acquisition Regulation (FAR) and
    regulations promulgated by the Small Business Administration (SBA), when it issued an
    1 This opinion was issued under seal on September 24, 2018. The parties were asked to
    propose redactions prior to public release of the opinion. Protestor responded that
    protestor “proposes no redactions to the Court’s September 24, 2018 Opinion,” and
    defendant proposed to redact information defendant identified as “government cost
    estimates” and “offeror information.” This opinion is issued with all of the redactions that
    the parties proposed in response to the court’s request. Words which are redacted are
    reflected with the notation: “[redacted].”
    unrestricted solicitation requesting employee relocation services under the Federal
    Supply Schedule (FSS) program, allegedly without engaging in any acquisition planning
    or conducting any market research.
    FINDINGS OF FACT
    According to ARC’s complaint, “ARC is a nationally recognized small business that
    is an industry leader in government and commercial sectors for the provision of employee
    relocation and related services.” On April 1, 2014, CBP awarded ARC Order No.
    HSBP1014A00027 under Contract No. GS-33F-0054V (the ARC Contract), which was
    set aside for small businesses. The ARC Contract had a base period of performance
    beginning on April 1, 2014 and ending on September 30, 2014. The ARC Contract
    contained three one-year option periods of performance, all of which were exercised by
    the CBP. Subsequently, CBP and ARC executed three bilateral modifications extending
    ARC’s period of performance under the ARC Contract to July 31, 2018. Under the ARC
    Contract, ARC was to provide professional relocation services “in order to facilitate the
    real estate transactions and household goods moving services” of the approximately
    1,000 CBP employees who CBP relocates on an annual basis. The parties have
    stipulated that the ARC Contract “requested services listed under GSA [General Services
    Administration] Federal Supply Schedule[2] 48, SINS [Special Item Numbers] 653-1, 653-
    4, 653-5 and 653-7,” as defined below. ARC asserts that it “has received consistently high
    accolades for its performance under the Existing Contract.”
    On March 30, 2017, Joe Ohene, a Contract Specialist with CBP, sent an email
    message to Thomas Ischkum, a Branch Chief at the GSA, indicating that CBP planned
    “to use GSA Schedule 48 Transportation, Delivery, and Relocation Solutions for the
    recompete. It was used successfully for the last acquisition.” On May 8, 2018, the CBP
    posted a Request for Information for employee relocation services. In response to
    questions received by CBP regarding CBP’s May 8, 2018 Request for Information, CBP
    indicated that, for its upcoming acquisition of employee relocation services, the North
    American Industry Classification System (NAICS) Code “to be utilized is 484210,” which
    has a small business size standard of $27,500,000.00.
    The CBP subsequently created an Acquisition Plan, which was dated June 19,
    2017, addressing the requirements and potential risks associated with CBP’s upcoming
    acquisition of employee relocation services. The CBP’s June 19, 2017 Acquisition Plan
    indicates that it was prepared by Iris Reeves, Lead Staff Accountant and Contracting
    2 “The Federal Supply Schedule program is also known as the GSA Schedules Program
    or the Multiple Award Schedule Program.” FAR § 8.402(a) (2018). The FSS is “directed
    and managed by GSA and provides Federal agencies (see [FAR §] 8.004 [(2018)]) with
    a simplified process for obtaining commercial supplies and services at prices associated
    with volume buying.” FAR § 8.402(a). “A GSA Schedule is a list of product and service
    items and of indefinite-delivery indefinite-quantity contracts for a particular class of
    products or services against which agencies may issue task and delivery orders.” JOHN
    CIBINIC, JR. ET AL., FORMATION OF GOVERNMENT CONTRACTS 1144 (4th ed. 2011).
    2
    Officer Representative at the CBP, Francine Harris, Contracting Officer and Branch Chief
    at the CBP, Herman Shivers, Lead Small Business Specialist at the CBP, Phillip
    Landfried, Chief Information Officer at the CBP, and CBP Contract Specialist Joe Ohene.
    The CBP’s June 19, 2017 Acquisition Plan provided the following description of CBP’s
    requirements:
    The Employee Relocation Program was established to provide enhanced
    benefits to relocating employees and thus facilitate the retention of well-
    qualified employees. The program provides relocation assistance to help
    employees plan and complete moves to their new duty stations as quickly
    and smoothly as possible.
    CBP requires an experienced and dedicated professional relocation
    services provider in order to facilitate the real estate transactions and
    household goods moving services for transferring employees. Counseling
    is provided throughout the process for selling, renting of old homes and
    acquisition of new homes. The Contractor arranges for the household goods
    to be packed, shipped and unpacked. In some cases, vehicles and/or
    temporary support goods are shipped. Services may be provided to sell or
    rent out the old home and to procure a new one.
    This requirement fulfills the following critical gaps; CBP does not have the
    in-house ability to support any of the functions that will be obtained through
    this contract. Forcing personnel to make their own moving arrangements
    would place undue burdens on them and their families creating discontent
    and putting CBP at risk of losing quality employees. The contract to be
    awarded provides relocation assistance to help employees plan and
    complete their moves to new duty stations: afford eligible transferring
    employees with access to relocation services: balance the effects that
    availability of relocation services has on employee mobility and morale by
    providing qualified home sale and move management services: provides
    guidance and options for employees to take measures to assist in
    expediting the home sale process.
    As stated, CBP does not have the human resources and personnel to
    conduct the operational activities associated with relocation services such
    as moving and shipping employees’ household goods. A Government in-
    [sic] house effort is therefore not a feasible acquisition alternative. Further,
    using other agencies [sic] relocation contracts through a vehicle such as an
    Interagency Agreement is also not a feasible acquisition alternative as CBP
    employees may have relocation needs or requirements that may differ
    significantly from other agencies’ employees relocating requirements.
    With respect to the acquisition history, a relocation services contract was
    awarded in 2014. This is the current contract, which expires in FY17. Prior
    to this contract, another relocation contract was awarded in April 2008 and
    3
    expired in May 2014. CBP received satisfactory services under both
    contracts. As a result of these prior acquisitions and the satisfactory
    services received the [sic] resultant contracts, there is no need to pursue
    other acquisition alternatives.
    The CBP’s June 19, 2017 Acquisition Plan also states that:
    CBP experienced some degree of performance constraint on the move
    management aspect of the current contract, specifically pertaining to goods
    of some CBP employees being damaged during transit resulting in unpaid
    claims to the said employees. Language is being included on the new
    contract to mitigate issues pertaining to the move management service.
    The CBP’s June 19, 2017 Acquisition Plan states that “the acquisition will be
    competed via GSA Relocation Services schedule holders,” specifically “GSA Schedule
    48- Transportation, Delivery and Relocation Solutions,” and that small business vendors
    “will be utilized for this acquisition.” According to the June 19, 2017 Acquisition Plan,
    “[b]ased on a review of GSA Schedule 48, 5 proposals submissions from small business
    companies are anticipated in response to the Request for Quotation.” The CBP’s June
    19, 2017 Acquisition Plan identified five Special Item Numbers (SINs) that the CBP
    anticipated obtaining under a future acquisition: SIN 653-1, “Relocation Service
    Package;” SIN 653-3, “Relocation Software, Technology Tools, and Services;” SIN 653-
    4, “Additional Services;” SIN 653-5, “Agency Customization Service;” and SIN 653-7,
    “Move Management Services.”3 According to defendant, “[e]ach GSA schedule is
    comprised of SINs. This is a categorization method that groups together similar products,
    services, and solution to aid in the acquisition process.” (citing FAR § 8.401 (2018)). In
    the parties’ joint statement of stipulated facts, the parties state:
    SIN 653-1 is for “Relocation Service Package,” which includes home sale
    services to ensure the employee’s home will be sold, including assistance
    in marketing the home, negotiating with potential outside buyers, helping
    the employee become familiar with their new duty location, providing
    renter/buyer assistance, spousal and mortgage counseling and reports.
    SIN 653-4 is for “Additional Services,” which includes extra services
    available such as Cost of Living Analysis, Closing Assistance, Expense
    Management, Rental Management, Entitlement Counseling, Group Move
    Assistance and International Move Assistance, Property Management and
    Training.
    SIN 653-5 is for “Agency Customization Services,” which includes handling
    property that is not eligible for the home sale services including special
    3  Although the CBP’s June 19, 2017 Acquisition Plan indicated that CBP anticipated that
    it would be requesting services under SIN 653-3, the 2017 RFQ did not request services
    under SIN 653-3.
    4
    property that is difficult to sell. Also included are special home sale and
    marketing assistance, and international services involving acclimating the
    family to the new area.
    SIN 653-7 is for “Move Management Services,” which includes a total
    package of move management services including transferee entitlement
    and pre-move counseling; carrier selection; preparation of bills of lading;
    shipment booking; service performance and prepayment audits; claims
    preparation assistance; and on-site quality control.
    (internal references omitted).
    The June 19, 2017 Acquisition Plan states that a “small business set-aside[4] is
    contemplated given the sizable number of small business vendors found under GSA
    Schedule 48 that show the capability to provide employee relocation services.” The June
    19, 2017 Acquisition Plan indicates that the CBP anticipates awarding a firm-fixed price
    contract with a base period of performance of one year and with four one-year option
    periods of performance. If all option periods were to be exercised, the Acquisition Plan
    indicates the “Total Value” of the resulting contract would be [redacted].
    On August 21, 2017, the CBP issued Request for Quotation (RFQ) No.
    HSBP1017Q0046 (the 2017 RFQ) for employee relocation services under GSA’s
    “Relocation Services Schedule 48 SSIN 653.” The 2017 RFQ indicated that the
    underlying procurement was set aside for small businesses. On August 22, 2017, the
    CBP issued Amendment No. A0001 to the 2017 RFQ, which indicated that SIN 653-1,
    Relocation Service Package, SIN 653-4, Additional Services, SIN 653-5, Agency
    Customization Services, and SIN 653-7, Move Management Services, were the SINS
    applicable to the 2017 RFQ. The 2017 RFQ stated:
    For Move Management service, apart from showing data that it has the
    technical capability to provide this service, the offeror shall also include a
    carrier evaluation plan as part of its submission. The carrier evaluation plan
    must show how the offeror evaluates the carrier’s performance in terms of
    meeting required delivery dates, professionalism of personnel, ability to
    provide timely reports and information.
    Attachment 2 to the 2017 RFQ, which was titled “Price Sheet,” provided two hypothetical
    scenarios and tables containing line items with estimated quantities. For each line item in
    the CBP’s Price Sheet, offerors were to provide a unit price. Offerors were to address the
    hypothetical scenarios and complete the tables “for the purpose of the price competition
    comparison with other vendors.”
    4 “A ‘set-aside for small business’ is the reserving of an acquisition exclusively for
    participation by small business concerns.” FAR § 19.501(a) (2018).
    5
    On August 23, 2017, Terri Shaffer, a GSA Program Analyst, sent an email
    message to CBP contracting personnel stating:
    I understand that your agency issued an RFQ for relocation services. It
    looks like the solicitation refers to an earlier version of the 653-7 SOW
    [Statement of Work] that included commercial pricing as an option for move
    management services. The recent change to the Schedule which is
    reflected in the attached process maps offers move management services
    through the Schedule in combination with the household goods moving
    services being managed under the terms, conditions, and pricing of the
    Centralized Household Goods Traffic Management Program (CHAMP).
    Would you have an opportunity to discuss today? I can further explain the
    purpose of the change.
    On August 24, 2017, the CBP issued a modification to the 2017 RFQ postponing
    the submission deadline for offers under the 2017 RFQ and stating that “OFFERORS
    SHOULD CONTINUE TO MONITOR GSA EBUY FOR FURTHER UDDATES [sic].”
    (capitalization in original). On September 5, 2017, the CBP issued an additional
    modification cancelling the 2017 RFQ.
    On November 9, 2017, Ms. Shaffer, the GSA Program Analyst, sent an email
    message to CBP Contract Specialist Joe Ohene stating that “[w]e’ve been working closely
    with Iris [Reeves] on the requirements for your BPA and are nearing the final stretch. She
    has been very thorough reviewing all of the requirements compared to your previous
    SOW as well as the policies for employees.” On November 16, 2017, Mr. Ohene sent an
    email message to Ms. Reeves, requesting that Ms. Reeves send the names of
    “Relocation Vendors that showed good capability and can be used as part our [sic] Market
    Research.” Ms. Reeves responded that same day and stated that “[t]he list of vendors
    that we identified when preparing for the DHS Relocation Service Contract were:
    American Relocation Connection[,] Brookfield[,] Caprelo[,] Interstate Service Group[,]
    Relocation NW[, and] Sirva.” On Tuesday, November 28, 2017, Ms. Reeves sent an email
    message to Mr. Ohene stating “[s]till on track to getting you the SOW by COB [close of
    business] Thursday [November 30, 2017]. Is there anything else that I should be working
    on? If so, could you provide me with a list of expected deliverables so I can plan
    accordingly.” Mr. Ohene responded:
    Thanks for the information. I look forward to the SOW. We will have to tweak
    some of the initial documents used in FY17 due to the change in the
    acquisition strategy.
       Market Research
       Acquisition Plan
    6
    I will work on the above two and send them to you. In addition, we will have
    to work on the Evaluation Factors that will be used to make the award. Terri
    provided a Sample Evaluation Factors that we can tweak for our acquisition.
    We may also need to tweak the attached Independent Government Cost
    Estimate. According to Terri, we will be paying fees to the Contractor who
    will be coordinating the HHG [Household Goods] shipping with a CHAMP
    carrier so our IGCE [Independent Government Cost Estimate] needs to
    reflect the estimated fee and not the actual HHG amount as it is currently
    listed in the attached. We can use an average of fees off the GSA
    Relocation Schedule for our IGCE.
    The attached independent government cost estimate (the 2017 Independent Government
    Cost Estimate) referenced in Mr. Ohene’s email message, which appears to have been
    created in connection with the CBP’s issuance of the 2017 RFQ, projected expenditures
    of [redacted] in Fiscal Year 2018, [redacted] in Fiscal Year 2019, [redacted] in Fiscal Year
    2020, [redacted] in Fiscal Year 2021, and [redacted] in Fiscal Year 2022, which amounts
    to a total of [redacted].5
    On December 5, 2017, Ms. Shaffer of the GSA sent an email message to Mr.
    Ohene and Ms. Reeves of CBP providing Mr. Ohene and Ms. Reeves with an
    email introduction to Kim Spangler, our CO [contracting officer] who
    oversees the relocation contracts. Her team manages these contracts. Iris
    inquired earlier today about the companies that are currently identified as
    small business.
    Kim put together information that includes small business as it relates to
    these contracts and can provide this to you directly. It’s a great resource so
    wanted [sic] to be sure you had all of the information.
    Subsequently on December 5, 2017, Ms. Spangler sent an email message to Mr. Ohene
    and Ms. Reeves which stated:
    To support your research please find attached a pricing sheet for the
    Schedule 48 employee relocation contracts. This sheet includes the NAICS
    for each SIN and contractor business size classification by SIN as of today.
    As you can see, Schedule 48 employee relocation contracts may include
    multiple NAICS with different business classifications. The Schedule COs
    made NAICS determinations for these contracts based on the
    preponderance of work to be performed under the contract at time of award.
    5 The 2017 Independent Government Cost Estimate projected a total award value that
    differed from the amount projected by CBP’s June 19, 2017 Acquisition Plan, as well as
    CBP’s 2018 Independent Government Cost Estimate, as discussed below.
    7
    FAR 8.405-5(b) states that “Ordering activities should rely on the small
    business representations made by schedule contractors at the contract
    level.” However, in situations where a MAS contract includes multiple
    NAICS, the ordering CO’s are responsible for assigning the order level
    NAICS which best corresponds to the work being performed. The order
    level CO should be re-certifying businesses at the order level per SBA at 71
    Federal Register 220 (November 15, 2006), Page 66439. Due to the fact
    that a contractor’s business size may be different at the MAS level from the
    Ordering Level, with regards to schedule SB set-asides competitors have
    an avenue for business size protest through the ordering CO.
    I’m hoping the attachment will provide the documentation needed for your
    market research and resulting decision for acquisition strategy.
    The parties have stipulated that the attachment to Ms. Spangler’s December 5, 2017
    email message was “an excel spreadsheet identifying the contractors under Schedule 48
    for SIN 653-1, -4, -5, and -7 and the contractors that were then identified as small
    businesses (‘S’) for each SIN.” The parties also have stipulated that the December 5,
    2017 spreadsheet “lists one NAICS Code for each SIN,” and that the December 5, 2017
    spreadsheet listed:
    SIN 653-1: NAICS Code 531210, with two businesses listed as small
    business certified: Choice Relocation Management and Sibcy Cline
    Relocation Services
    SIN 653-4: NAICS Code 531390, with two businesses listed as small
    business certified: Choice Relocation Management and Sibcy Cline
    Relocation Services
    SIN 653-5: NAICS Code 531210, with two businesses listed as small
    business certified: Choice Relocation Management and Sibcy Cline
    Relocation Services
    SIN 653-7: NAICS Code 484210, with nine business listed as small
    business certified: American Relocation Connections, Choice Relocation
    Management, Sibcy Cline Relocation Services, TRF Global Mobility, Life
    International Companies, Move Management Center, Relocation
    Worldwide, and Weleski Transfer[.]
    Although the parties have correctly stipulated that, under NAICS Code 484210, the
    December 5, 2017 spreadsheet listed nine small business, the parties’ joint statement of
    stipulated facts omitted Reliance Relocation Services from the list of small business under
    NAICS Code 484210.
    Also on December 5, 2017, Ms. Spangler sent another email message to Mr.
    Ohene and Ms. Reeves that stated “I meant to share that Sibcy [Cline Relocation
    8
    Services] provided notification that it will not renew its option and will expire 3/17/18. Relo
    Direct[6] has also provided notification that it is recertifying as [sic] large business.”
    Consequently, with Sibcy Cline Relocation Services, one of the two contractors identified
    as a certified small business under NAICS Codes 531210 and 531390, indicating to the
    GSA that it would not be renewing its option, Choice Relocation Management was the
    only remaining certified small business under NAICS Codes 531210 and 531390.
    On December 6, 2017, Mr. Ohene responded:
    Thanks for the pricing sheet and the additional information regarding Sibcy
    [Cline Relocation Services] and Relo Direct. We plan on opening up the
    acquisition to both large and small business probably - [redacted] vendors
    based on market research information. As we move further in the
    acquisition, I will let you know if anything else is needed.
    Two days later, on December 8, 2017, Ms. Reeves sent an email message to Mr. Ohene
    regarding her preparation of an independent government cost estimate, stating “I believe
    that the estimates on our volumes for the next 4 years should still be the same. This was
    based off of statistical information. From a contracting viewpoint can you share with me
    why this information would change if we are sticking with the same services that we
    previously had.” That same day, Mr. Ohene replied:
    Yes- very good question! I will try to a give succinct explanation.
    Vendors will be submitting pricing in addition to technical proposals. Their
    respective pricing is typically compared to the IGCE in determining fair and
    reasonable pricing and more importantly may be a variable in determining
    the winning vendor. I am working on the Price Sheet that will be sent to the
    vendors. The Price Sheet (base period) will look similar to the table below.
    As it [sic] now, the vendors won’t be submitting pricing for Shipment of
    Household Goods as you have on the ICCE [sic] as CHAMP will be handling
    this. Instead, the vendors will be charging a fixed fee for Move Management
    (see highlighted red). In addition, line items like Shipment of POV and also
    Direct billing as you have on the IGCE won’t be on the Price Sheet to be
    sent to the vendors.
    So in essence, there will a big discrepancy between the IGCE and Offeror’s
    submitted pricing as the itemized items on the former won’t be on the latter.
    On December 13, 2017, Ms. Spangler sent an email message to Mr. Ohene and
    Ms. Reeves, attached to which was a spreadsheet that “was updated to correct NAICS
    6 The parties have stipulated that the “System of Award Management database shows
    that, Reliance Relocation Services, Inc, dba Relo Direct, was certified as other than small
    under NAICS code 531210, with certification validity dates from July 31, 2017 to July 31,
    2018.”
    9
    codes & add comments on expiration dates.” The parties have stipulated that the
    December 13, 2017 spreadsheet
    listed the following NAICS Codes for each SIN:
    SIN 653-1: NAICS Codes 531210 and 531190, with two businesses listed
    as small business certified: Choice Relocation Management and Sibcy
    Cline Relocation Services
    SIN 653-4: NAICS Codes 531390, 531210 and 541511, with two
    businesses listed as small business certified: Choice Relocation
    Management and Sibcy Cline Relocation Services
    SIN 653-5: NAICS Codes 531210 and 531190, with two businesses listed
    as small business certified: Choice Relocation Management and Sibcy
    Cline Relocation Services
    SIN 653-7: NAICS Code 484210, with nine business listed as small
    business certified: American Relocation Connections, Choice Relocation
    Management, Reliance Relocation Services, Sibcy Cline Relocation
    Services, TRF Global Mobility, Life International Companies, Move
    Management Center, Relocation Management Worldwide, and Weleski
    Transfer.
    As discussed above, Sibcy Cline Relocation Services had indicated to the GSA that it “will
    not renew its option” that was set to “expire” in March 2018, which results in Choice
    Relocation Management being the only small business identified in the December 13,
    2017 spreadsheet under NAICS Codes 531210, 531190, 531390, and 541511.
    According to ARC, however, the December 5, 2017 spreadsheet and the
    December 13, 2017 spreadsheet provided a “skewed” and incomplete view of the NAICS
    Codes available under each SIN identified in the spreadsheets. According to ARC’s
    motion for judgment on the administrative record:
    The NAICS Codes under each of the SINs for the [2018] RFQ[7] are as
    follows:
    a. SIN 653-1: 484210 (Used Household and Office Goods Moving);
    531210 (Offices of Real Estate Agents and Brokers); 531390 (Other
    Activities Related to Real Estate); and 541511 (Custom Computer
    Programming Services);
    b. SIN 653-4: 484210 (Used Household and Office Goods Moving);
    531210 (Offices of Real Estate Agents and Brokers); 531390 (Other
    7   As discussed below, on January 19, 2018, CBP issued RFQ No. 70B05C18Q00000021.
    10
    Activities Related to Real Estate); and 541511 (Custom Computer
    Programming Services);
    c. SIN 653-5: 484210 (Used Household and Office Goods Moving);
    531210 (Offices of Real Estate Agents and Brokers); 531390 (Other
    Activities Related to Real Estate); and 541511 (Custom Computer
    Programming Services); and
    d. SIN 653-7: 484210 (Used Household and Office Goods Moving).[8]
    ARC contends that CBP should have, but failed to include NAICS Code 484210 as a
    NAICS Code under SIN 653-1, 653-4, and 653-5, although NAICS Code 484210 was
    included as a NAICS Code under SIN 653-7, and that CBP failed to include NAICS Code
    541511 as a NAICS Code under SIN 653-1 and SIN 653-5, although NAICS Code 541511
    was included as a NAICS Code under SIN 653-4. The administrative record does not
    appear to address why the agency chose the NAICS Codes it did or did not include as
    being NAICS Codes under the SINs listed in the December 5, 2017 spreadsheet or in the
    December 13, 2017 spreadsheet.
    According to a July 17, 2018 declaration signed by Mr. Ohene,9 an undated
    document titled “RELOCATION SERVICES MARKET RESEARCH REPORT” (the First
    8 The NAICS Codes identified by ARC in its motion for judgment on the administrative
    record as being applicable to SINS 653-1, 653-4, 653-5, and 653-7 are consistent with
    the NAICS Codes listed on GSA’s website. See NAICS schedule/SIN crosswalk, GEN.
    SERVS.       ADMIN.,          https://www.gsaelibrary.gsa.gov/docs/Schedule-SIN-NAICS-
    crosswalk.xlsx (last visited Sept. 24, 2018).
    9 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 AugustaWestland N. Am., Inc. v. United States,
    
    880 F.3d 1326
    , 1331-32 (Fed. Cir. 2018); see also Axiom Res. Mgmt., Inc. v. United
    States, 
    564 F.3d 1374
    , 1380 (Fed. Cir. 2009). In the above-captioned protest, the parties
    dispute when the undated First Market Research Report, the Second Market Research
    Report, dated December 18, 2017, and the undated 2018 Independent Government Cost
    Estimate were created. The declaration signed by Mr. Ohene is necessary for effective
    judicial review because, in his declaration, Mr. Ohene discusses his recollection of the
    dates when each of the documents was created. Mr. Ohene offers an explanation of the
    differences between the undated First Market Research Report and the Second Market
    Research Report, dated December 18, 2017, and indicates that he did not rely on the
    Second Market Research Report, dated December 18, 2017, “in making my decision to
    solicit the effort on an unrestricted basis.” The court, therefore, supplements the
    administrative record with the July 17, 2018 declaration signed by Mr. Ohene because it
    contains information necessary for the court’s review regarding the extent and nature of
    the acquisition planning and market research undertaken by the CBP prior to issuing the
    2018 RFQ. See AugustaWestland N. Am., Inc. v. United States, 880 F.3d at 1331-32.
    11
    Market Research Report) was created “in December 2017” as “the result of a
    collaborative effort between Iris Reeves and me using a standard DHS template form,”
    which Mr. Ohene states “includes certain pre-checked boxes.” (capitalization in original).
    Mr. Ohene states in his July 17, 2018 declaration that “I reviewed this market research
    report in December 2017 and made some changes to the document.” The First Market
    Research Report indicates that “market research is required in accordance with: FAR
    7.102, Acquisition Planning Policy” and “FAR 10.001, Market Research Policy.” According
    to the First Market Research Report, Mr. Ohene and Ms. Reeves were the “Participants
    in Market Research,” although Ms. Reeves is the only individual who signed the Market
    Research Report. The First Market Research Report states that the CBP “is seeking a
    contractor support [sic] to provide relocation assistance to help employees plan and
    complete moves to their new duty stations as quickly and smoothly as possible. The
    contractor shall provide relocation services, facilitate real estate transactions and
    household goods moving services for relocating employees.” Under a section titled
    “Market Research Techniques and Sources,” boxes were marked indicating that the
    “Sources Used in Market Research” include “DHS Advance Acquisition Plan reviewed,”
    “Acquisition history reviewed,” “Reviewed requirements with Small Business Specialist,”
    “Reviewed existing DHS-wide and Multi-Component Contract Vehicles with DHS
    Strategic Sourcing Program Office and/or on DHS Enterprise-wide Contract Vehicle
    Portal,” “Services: Mandatory Federal Supply Schedules,” the “Past Performance
    Information Retrieval System,” and the “Excluded Parties List System.”
    In a section of the First Market Research Report titled “Identify Product/Services
    and Sources Able to Meet the Requirement,” the First Market Research Report states:
    GSA schedule 48-Transportation, Delivery, and Relocation Solutions
    vehicle is able to meet this requirement based on market research.
    Schedule 48 was created to assist federal agencies with respect to
    relocation services. The schedule contains the following applicable
    SINs/NAICS for the CBP Relocation Services acquisition:
    SIN 653-1, Relocation Services Package (Homesale Assistance) NAICS
    531210 & 531390
    SIN 653-4, Additional Services NAICS 531210 & 531390
    SIN 653-5, Agency Customization Service NAICS 531210 & 531390
    SIN 653-7, Move Management Services NAICS 484210
    The CBP Relocation acquisition encompasses the above SINs/NAICS.
    Given the multiple NAICS associated with the above reference [sic] SINs,
    the applicable NAICS at the order level for the preponderance of work ($
    value) to be performed under the resultant contract is NAICS 531210 (Office
    of Real Estates and Brokers). NAICS 531210 is being utilized given the
    higher estimated value of work to be performed under the NAICS relative to
    the other NAICS being utilized for this acquisition as supported by
    Independent Government Cost Estimate.
    12
    (capitalization in original). In a section titled “Other Considerations,” the First Market
    Research Report provides:
    A consideration gathered during market research is whether to continue the
    small business set aside strategy utilized for the predecessor contract. The
    solicitation requires services on all 4 relevant SINs applicable to the
    acquisition.; [sic] SIN 653-1- Relocation Services Package (Homesale
    Assistance SIN 653-4, Additional Services SIN 653-5, Agency
    Customization Service SIN 653-7, Move Management Services.
    Experience during contract performance has shown that the requirement is
    best opened to all GSA vendors due to the experience with the current
    contractor (ARC) needing to excessively invoice and the requirement of a
    guaranteed home buyout. If a small businesses [sic] need to invoice so
    frequently, there is no way they could sustain buying homes, if required.
    Further, based on information obtained through the GSA Contracting Officer
    in charge of Relocation Program, there was a not reasonable expectation
    that CBP would receive three small business proposals needed for
    maximum competition. Specifically, a number of small business [sic] were
    exiting the GSA Relocation program. The requirement is such the contractor
    would have to provide services across 4 SINs relevant to the acquisition,
    and the market research done did not show sufficient small businesses
    required to obtain at [sic] 2 to 3 proposals[.10]
    (capitalization in original). Additionally, in a section of the undated First Market Research
    Report titled “Provide Market Research Conclusions and Recommendations,” the
    undated First Market Research Report states:
    The Federal Supply Schedule provides CBP with a flexibility of meeting the
    relocation acquisition needs quickly, efficiently, and cost effectively.
    Other benefits include competitive market-based pricing that leverages the
    buying power of CBP, with the ability to negotiate further discounts at the
    order level; the ability of the agency to tailor orders to get what it needs by
    customizing terms and conditions at the order level; alternatives such as
    blanket purchase agreements and contractor team arrangements and
    allows CBP to achieve best value at the lowest overall cost alternative to
    meet the relocation services requirement.
    10 When a proposed order under the FSS exceeds the simplified acquisition threshold
    and requires a statement of work, an agency is required to provide the RFQ “to as many
    schedule contractors as practicable, consistent with market research appropriate to the
    circumstances, to reasonably ensure that quotes will be received from at least three
    contractors that can fulfill the requirements.” See FAR § 8.405-2(c)(3)(iii) (2018).
    13
    The Federal Supply Schedule, specifically Schedule 48- Transportation,
    Delivery, and Relocation Solutions is the preferred contract vehicle for the
    Relocation Services requirement based on market research information,
    which show [sic] sources available from the referenced vehicle to meet the
    requirements. In conclusion, a recommendation is made that GSA
    Schedule 48 Relocation Services be used for the CBP relocation services
    requirements as supported by the narrative and analysis provided in this
    document.
    (capitalization in original). The First Market Research Report also notes that “IBIS World,
    a renowned magazine that publishes the largest collection of reports, analysis, statistics
    and future trends in various industries, provides a positive assessment of the relocation
    services commercial market place.”
    Additionally, a second document dated December 18, 2017, which also is titled
    “RELOCATION SERVICES MARKET RESEARCH REPORT” (capitalization in original)
    (the Second Market Research Report), appears in the administrative record and is
    substantially similar to the undated First Market Research Report discussed above, with
    exception of the differences noted below. The Second Market Research Report indicates
    that “[m]arket research is required in accordance with: FAR 7.102, Acquisition Planning
    Policy,” as opposed to being required by both “FAR 7.102” and “FAR 10.001,” as the
    undated First Market Research Report indicates. Unlike the undated First Market
    Research Report, which indicates that the CBP’s market research techniques included
    reviewing the CBP’s requirements with a small business specialist and reviewing an
    existing “DHS Advance Acquisition Plan,” the Second Market Research Report does not
    mention that the CBP reviewed its requirements with a small business specialist or
    reviewed a “DHS Advance Acquisition Plan.” The Second Market Research Report also
    omitted a sentence providing that “[t]he estimated cost of the new relocation contract was
    developed based on FY16-17 historical spend on the current relocation contract,” which
    was included in the First Market Research Report. In the signature block on the Second
    Market Research Report, the date “12/18/2017” appears next to Ms. Reeves’ electronic
    signature.
    In the July 17, 2018 declaration signed by Mr. Ohene, Mr. Ohene that:
    At some point in time after the decision was made to issue the solicitation
    as unrestricted (i.e., not set aside for small businesses), I revised that
    document [the undated First Market Research Report] to correct certain
    information upon further review given that the market research is dynamic
    in nature. For instance, some of the pre-checked boxes on Tab 13 should
    have been unchecked but were not due to inadvertent error. I also removed
    a sentence on pricing because the information was not developed. I placed
    a prior date on the revised document to reflect when I believed the market
    research activity had occurred as reflected by email correspondence with
    the GSA Contracting Officer (CO) in December 2017. This revised market
    research report was not relied upon [sic] me in making my decision to solicit
    14
    the effort on an unrestricted basis, but rather, was corrected to reflect errors
    discovered in the Tab 13 document [the undated First Market Research
    Report].
    In general, the market research report is used to document the market
    research process. For purposes of determining whether to set aside this
    acquisition, I relied on email correspondence between the Schedule 48
    GSA CO Branch Chief [Ms. Spangler] and me in December 2017, and
    verification of this information by a review of the public database known as
    System of Award Management (SAM). The information obtained in GSA’s
    emails/spreadsheets was then referenced in the [undated First] market
    research [Report] document.
    (internal references omitted).
    According to the July 17, 2018 declaration signed by Mr. Ohene, “[a]fter having
    several discussions with Ms. Reeves on the values for the Independent Government Cost
    Estimate (IGCE), the IGCE was sent to me on January 19, 2018, a few hours before
    issuance of the solicitation.” To support the statement, in his declaration, Mr. Ohene
    references an email message sent from Ms. Reeves to Mr. Ohene on January 19, 2018,
    which has a subject line of “CBP Historical Transactions Spend and Projected Contract
    Value” and which states, in its entirety, “[a]s requested. [sic] Estimate is based on FY17
    numbers at an annually 2% increase. Please let me know if you require anything further.”
    The document the government identifies in the administrative record and cross-motion
    for judgment on the administrative record as the independent government cost estimate
    used to support the 2018 RFQ (the 2018 Independent Government Cost Estimate), which
    was attached to Ms. Reeves’ January 19, 2018 email message, is an undated document
    that does not contain a cover sheet identifying the document as the independent
    government cost estimate, nor a narrative explaining what the document contains.
    Rather, the 2018 Independent Government Cost Estimate contains five charts providing
    what appear to be the CBP’s estimates of costs for a base period of performance and
    four one-year option periods of performance. For each period of performance, the 2018
    Independent Government Cost Estimate identifies a “Service Type” for SINS 653-1, 653-
    4, 653-5, and 653-7, “Projected Transaction Count,” and a projected cost on a “[redacted]
    Home Value.” (capitalization in original). The 2018 Independent Government Cost
    Estimate indicates that the CBP anticipates the value of the base period of performance
    to be [redacted], the first option period of performance to be [redacted], the second option
    period of performance to be [redacted], the third option period of performance to be
    [redacted], and the fourth option period of performance to be [redacted], thereby
    amounting to a total of [redacted] if all option periods were to be exercised.
    On January 19, 2018, the CBP issued RFQ No. 70B05C18Q00000021 (the 2018
    RFQ), which is the RFQ at issue in the above-captioned bid protest. The parties have
    stipulated that the 2018 RFQ was “publically released . . . to certain Schedule 48 holders,
    including ARC, for a single-award Blanket Purchase Agreement. The RFQ indicated that
    the underlying procurement was unrestricted, i.e., the procurement was not set aside for
    15
    small businesses.” The 2018 RFQ includes FAR Clause 52.212-2 (2018), titled
    “Evaluation – Commercial Items,” which states that the CBP intends to award a single
    blanket purchase agreement “to the responsible Offeror whose quote conforming to the
    solicitation will be most advantageous to the Government, price and other factors
    considered.” The parties have stipulated that, “[w]hen released, the [2018] RFQ did not
    reference any NAICS Code under which the underlying procurement was being issued,”
    and that a “separate acquisition plan [different from the June 19, 2017 Acquisition Plan]
    was not drafted for the 2018 RFQ.”
    The parties also have stipulated that the 2018 RFQ “requested services listed
    under the same SINs as the 2017 RFQ, i.e., GSA Federal Supply Schedule 48, SINS
    653-1, 653-4, 653-5 and 653-7,” and, that “[t]he predecessor BPA procurement requested
    services listed under GSA Federal Supply Schedule 48, SINS 653-1, 653-4, 653-5 and
    653-7.” The 2018 RFQ indicates that Move Management Services are to be provided
    through GSA’s CHAMP, and that offerors must demonstrate an ability to manage “the
    household goods moving services.” In a section of the 2018 RFQ regarding invoicing, the
    2018 RFQ states:
    Contractor shall bill CBP bi-monthly for all SINs and services described
    within the Statement of Work and referenced in the BPA. To promote cost
    efficiency for both CBP and the Contractor, the Contractor shall submit a
    maximum of two (2) invoices per employee per month. Invoices shall be
    itemized with SIN’s clearly identified for each itemized line. CHAMP line
    items should be identified as CHAMP and separately itemized from SIN
    653-7.
    In the Price Sheet attached to the 2018 RFQ, the CBP requests that offerors provide
    “proposed BASE PERIOD fees/rates” for SINs 653-1, 653-4, 653-5, and 653-7.
    (capitalization for original). For SIN 653-7, the CBP only requests that offerors provide a
    “Service Fee.” When discussing the difference in offeror pricing under the 2017 RFQ and
    offeror pricing under the 2018 RFQ, defendant states that, under the 2018 RFQ, “the unite
    [sic] costs for shipment of household goods would no longer be part of the contractor’s
    overall contract price. Rather, a pre-approved CHAMP service provider must perform
    these services.” ARC states that the 2018 RFQ “simply changed the pricing the contractor
    could charge for move management services, i.e., such charges were limited to the
    CHAMP tariffs,” and that “CHAMP is not an organization or entity; it’s nothing more than
    a pricing scheme, which has the effect of, inter alia, increasing the Industrial Funding Fee
    collected by the GSA for the performance of the services.” (emphasis in original).
    According to the parties’ joint statement of stipulated facts, on February 1, 2018,
    ARC contacted the DHS Office of Small & Disadvantaged Business Utilization “to discuss
    the ongoing contract, for which ARC is the contractor, and to discuss follow-on work.” The
    parties indicate in their joint statement of stipulated facts that, “[d]uring this discussion,
    ARC requested information as to why the RFQ was not set aside for small businesses,
    as it had been with the predecessor BPA procurement.” The parties also stipulated that
    the CBP did not consult with the DHS Office of Small & Disadvantaged Business
    16
    Utilization “prior to withdrawing the procurement from a small business set-aside” and did
    not “provide a written statement to the SBA [Small Business Administration] at least 30
    days prior to the issuance of the solicitation that explained why small business prime
    contract participation was unlikely.”
    On February 2, 2018, Anthony Bell, a Small Business Advisor with the DHS Office
    of Small & Disadvantaged Business Utilization sent an email message to contracting
    personnel at the CBP. In his February 2, 2018 email message, Mr. Bell stated:
    Yesterday morning I had a call with ARC to discuss their contract with CBP
    regarding invoices and follow on work. I asked Arc [sic] to continue the
    dialogue with CBP to resolve the invoice issue. The focus of my office is the
    planned unrestricted acquisition strategy for the follow‐on work. ARC is
    questioning why after 10 years of this work being a set aside, is the follow‐
    on work going out as unrestricted? ARC stated that they are a small
    business in SINs 653‐1, 653‐4, 653‐5 and 653‐7 on GSA Schedule 48. ARC
    mentioned there are three other small businesses on Schedule 48 with all
    four SINs. Please see the below information provided by ARC.
    I have verified this information to be correct. If these are the SINs required
    for this work, there [sic] four small businesses on GSA Schedule 48 that
    meet the criteria. However, we realize there’s more to a set aside than just
    having all the required SINs. Responsibility has to be taken into account
    and my office can’t speak on whether these small businesses have been
    deemed responsible. Market research should determine that. With this said,
    and the rule of two being met, predicated on these four firms being deemed
    responsible, what factor(s) determined an unrestricted acquisition strategy?
    Rick – Kevin Boshears acknowledges the trillion set asides you have done
    and views you as a friend to the small business community. So, we know
    you know small business. This email is just to ensure we have done our due
    diligence as it relates to the acquisition strategy here. I’m not clear on what
    GSA was saying about not doing a set aside, but I am clear that GSA does
    have the most small business friendly procedures and the DHS [Department
    of Homeland Security] OSDBU [Office of Small & Disadvantaged Business
    Utilization] takes their advice with a heaping of skepticism.
    The “information provided by ARC” consisted of four screenshots of eligible small
    businesses under SINs 653-1, 653-4, 653-5, and 653-7. Mr. Bell noted that the
    “companies that are on all 4 SINs [in the screenshots from ARC] are: 1. American
    Relocation Connections 2. Reliance Relocation Services 3. Sibcy Cline Relocation
    Services 4. TRC Global Mobility.”
    Mr. Ohene responded to Mr. Bell’s email message approximately forty-five minutes
    later, stating:
    17
    Thanks for the email. Attached is a spreadsheet of the Schedule 48
    employee relocation contracts NAICS for each SIN and contractor business
    size classification by SIN as of December 5, 2017. I received this
    spreadsheet from the GSA Contracting Officer in charge of the Relocation
    contracts. As you can see, there are some discrepancies between the
    attached spreadsheet and the schedule screenshots provided in your email.
    I am also aware GSA tends to delay in updating its schedule information so
    the Agency’s website schedule/SIN/business size classification information
    may not necessary [sic] be the most current. You stated that information
    provided by ARC has been verified to be correct. So I assume that
    information has been verified with the SBA office?
    (emphasis in original). That same day, on February 2, 2018, Mr. Bell replied to Mr.
    Ohene’s email message and stated:
    Agree, there is some discrepancy which GSA needs to clarified [sic]. Rick
    will discuss this matter with Francine next week.
    No, I have not verified this information with SBA. SBA will only verify small
    business status when an official size protest is submitted. I reviewed ARC’s
    information in SAM [System for Award Management] for NAICS code
    484210 (please see the below screen shot). Is this the NAICS code
    assigned to this requirement? Please understand, I’m not advocating for
    ARC, as mentioned earlier, we are here just to ensure the SB [small
    business] community gets a fair opportunity. At the end of the day, if the
    data does not support a set aside, my office will be the first to tell small
    businesses to stand down. I’m standing by to offer any additional assistance
    needed.
    Also on February 2, 2018, Mr. Ohene sent an email message to Ms. Spangler, the
    GSA Contracting Officer, which stated:
    We have an issue with our acquisition strategy with regard to the recompete
    for the CBP Relocation Services requirements and would appreciate your
    assistance. Based on market research, we decided to pursue an
    unrestricted acquisition strategy for the CBP relocation requirements. You
    sent me the attached spreadsheet comprising the Schedule 48 employee
    relocation contracts NAICS for each SIN and contractor business size
    classification by SIN as of December 5, 2017. On the attached spreadsheet,
    American Relocation Connections (ARC), our current contractor, is large for
    all the SINS with exception of Move Management Service 653-7. ARC,
    however, has indicated they are still small business in SINs 653-1, 653-4,
    653-5 on GSA Schedule 48, and sent the below screenshots to our Small
    Business Office to ‘confirm’ their small business status. Essentially, ARC is
    complaining that we are not doing a set- aside [sic]. We, however, based
    on market research and in addition to our experience with the contractor
    18
    believe that the unrestricted acquisition strategy is appropriate for our
    recompete.
    Given the situation, I feel that our unrestricted acquisition strategy may have
    to be put on hold until ARC’s small business status is adjudicated. Would
    you be available next week to discuss ARC’s small business status or send
    me something in writing to confirm the information on the attached EEAC
    spreadsheet is the most current with respect to the Schedule 48 contractors’
    business size classification?
    That same day, Ms. Spangler responded:
    I can certainly discuss with you next week.
    I’m sure you are aware that SB [small business] set asides are not required
    under FAR Part 8 for FSS [Federal Supply Schedule] BPA/orders. So the
    concern I’m guessing is coming from your OSDBU review of the acquisition
    strategy decision not to set-aside relative to goals and advocacy.
    Referencing the email sent to you on 12/5/17, due to the ERRC [Employee
    Relocation Resource Center] contracts having 4 SINs which have multiple
    NAICS, the ordering agency must determine and identify the applicable
    NAICS at the order level for the preponderance of work ($ value) to be
    performed. This is instruction from the Small Business Administration found
    at 71 Federal Register 220 (November 15, 2006), Page 66439. This same
    information was provided at GSA’s Supplier meeting on 12/13/17 (see bullet
    3 on attached meeting notes). I think ARC was in attendance.
    The SBA determines business size according to NAICS, not the GSA
    contract. See page 5 of ARC’s SAM_Reps & Certs (attached).
    Which NAICS did you issue your solicitation under?
    If your solicitation was issued and appropriately falls under a NAICS other
    than 653-7 and you decide to change strategy for SB set aside, you will
    have issues with all other contractors. Why? Because according to SAM
    there are no small businesses eligible to compete (Sibcy & Choice are both
    expiring this quarter).
    (emphasis in original).
    On February 5, 2018, the CBP issued Amendment No. 1 to the 2018 RFQ.
    Amendment No. 1 stated that the NAICS Code for the 2018 RFQ “is 531210-Offices of
    19
    Real Estate Agents and Brokers,” which has a size standard of $7,500,000.00.11
    Amendment No. 1 also made administrative and typographical revisions, responded to
    questions from potential offerors, and extended the quotation submission due date from
    February 8, 2018 to February 13, 2018.
    The next day, on February 6, 2018, Mr. Ohene sent an email message to Mr. Bell
    of the DHS Office of Small & Disadvantaged Business Utilization that stated:
    The GSA Relocation Point of Contract [sic] has provided additional
    clarification and information that addresses ARC’s ‘small business’ issue.
    As indicated in the spreadsheet I sent last week, the GSA Employee
    Relocation Service Center contracts has 4 SINs with multiple NAICS as
    follows:
       SIN 653-1 NAICS 531210 & 531390
       SIN 653-4 NAICS 531210 & 531390
       SIN 653-5 NAICS 531210 & 531390
       SIN 653-7 NAICS 484210
    The CBP Relocation acquisition encompasses the above SINs/NAICS.
    Given the multiple NAICS, the Ordering Agency must determine and identify
    the applicable NAICS at the order level for the preponderance of work ($
    value) to be performed. The CBP Relocation solicitation was issued under
    NAICS 531210 (Office of Real Estates and Brokers) , [sic] and
    appropriately falls under that code given its higher estimated value relative
    to the as supported by our IGCE. Please note ARC is large business under
    NAICS 531210 as shown in your SAM screenshot.
    Second, contemplating a set aside for the reference NAICS is a moot point
    as I was informed by the GSA POC [point of contact] that some of the small
    business vendors provided in your email are leaving the Relocation program
    this quarter. Sibcy Cline and Choice Relocaton [sic] are both expiring this
    11 As discussed below, according to the December 13, 2017 spreadsheet and Sibcy Cline
    Relocation Services’ statement that it would not be renewing its contract that was set to
    expire in March 2018, at the time the 2018 RFQ was issued on January 19, 2018, there
    was only one certified small business under NAICS Code 531210, the NAICS Code
    applicable to the 2018 RFQ. According to the December 13, 2017 spreadsheet, Sibcy
    Cline Relocation Services’ statement that it would not be renewing its contract, and
    Reliance Relocation Services’ statement that it was certifying as an other than small
    business, under the NAICS Code applicable to the 2017 RFQ, NAICS Code 484210,
    which has a size standard of $27,500,000.00, there were seven certified small
    businesses. In the December 13, 2017 spreadsheet, Reliance Relocation Services was
    listed as a small business under NAICS Code 484210, but as an other than small
    business under NAICS Code 531210.
    20
    quarter. Further, Reliance Relocation Services has recertified as large
    business. TRC Global Mobility is also large. So even [sic] ARC were to be
    small business for the sake of argument under NAICS 531210 , [sic] there
    won’t be enough small businesses [sic] vendors to meet the competition
    threshold[.]
    Third, I inquired why ARC’s GSA schedule information lists the Contractor
    to be small business under SIN 653-1, 653-4, 653-5 as shown in the
    screenshot you sent last week Friday. According to the GSA Relocation
    POC, this is unfortunately a system issue in that it is picking up on the
    “Schedule” awarded NAICS not the SIN NAICS (fed by SAM). So one has
    to further research by clicking on the Contractor to reach the Contractor
    Information page. This page identifies the “Schedule” level NAICS of that
    particular contract. For ARC, you will see that the contract was awarded
    with the 484210 NAICS (SIN 653-7). That is why the NAICS must be
    identified and verified at the ordering level to determine the contractor’s size
    in relation to the order. As stated, The NAICS at the ordering level for our
    Relocation acquisition is 531210 for which ARC is designated as large
    business in SAMS [sic].
    (emphasis in original). Mr. Bell responded on February 6, 2018, stating “[t]hanks for the
    additional information/research. Unless Kevin and Darlene have any objections, I have
    no objections to this requirement going unrestricted.”
    On February 7, 2018, Richard Travis, a CBP Contracting Officer, completed a
    Small Business Review Form, at the request of Ms. Reeves, for the employee relocation
    services that were to be acquired under the 2018 RFQ. In a section titled “Procurement
    Information/History,” the Small Business Review Form indicates that the CBP previously
    had used NAICS Code 48210, which has a small business size standard of
    $27,500,000.00. The Small Business Form, however, states that NAICS Code 531210,
    which has a small business size standard of $7,500,000.00, is being utilized in the 2018
    RFQ “given the higher estimated value of work to be performed under the NAICS relative
    to the other NAICS being utilized for this acquisition.” The Small Business Review Form
    also states that “there was a not reasonable expectation that CBP would receive two to
    three small business proposals needed for maximum competition.” On February 9, 2018,
    a DHS Small Business Specialist marked a box indicating his “[c]oncurrence” with the
    CBP’s decision, and, on February 12, 2018, a SBA Procurement Center Representative
    marked a box indicating his “[c]oncurrence” with the CBP’s decision.
    On February 12, 2018, ARC filed a bid protest at the United States Government
    Accountability Office (GAO), in which ARC alleged that the CBP violated the FAR, the
    SBA’s regulations, and the DHS’ small business procurement policies. The contracting
    officer’s statement of facts was submitted to the GAO on February 13, 2018 and stated
    that ARC submitted a proposal in response to the 2018 RFQ. On February 21, 2018, the
    CBP requested summary dismissal of ARC’s February 12, 2018 bid protest to the GAO,
    alleging that ARC was not an interested party. The CBP noted that the NAICS Code for
    21
    the 2018 RFQ was NAICS Code 531210 and argued that “ARC has certified in the SAM
    that it is not a small business under NAICS code 531210. Thus, if ARC succeeded in this
    protest and the BPA solicitation were [sic] set aside for small business concerns, ARC
    would be ineligible to compete.” On February 26, 2018, ARC filed an opposition to the
    CBP’s request for summary dismissal, in which ARC argued that it was an interested
    party because ARC is not required to certify its small-business size in an unrestricted
    procurement and stated that the CBP’s argument in “the Agency’s Request for Summary
    Dismissal alerted ARC to an administrative error in its SAM registration, which it has
    promptly researched and corrected. ARC has updated its certifications to reflect that it is
    a small business under NAICS Code 531210.” On February 27, 2018, ARC filed a
    supplemental response to the CBP’s request for summary dismissal at the GAO, in which
    ARC noted that it was “not protesting whether the Agency has selected the proper NAICS
    Code for the instant RFQ, which was issued an [sic] unrestricted solicitation.” ARC,
    however, reasserted that it was an interested party because “(1) it was an actual bidder
    under the unrestricted RFQ and would be a prospective bidder under a newly issued set-
    aside RFQ using NAICS Code 531210; and (2) it would be in line for award in either
    situation as both a responsible and responsive bidder.”
    On March 13, 2018, the government filed its Agency Report with the GAO. In its
    March 13, 2018 Agency Report, the government asserted that the GAO should deny
    ARC’s bid protest because the “‘Rule of Two’ is inapplicable to this type of acquisition and
    even if it applied, the Agency properly conducted market research and determined that
    two or more small businesses could not compete under the applicable North American
    Industry Classification System (NAICS) code assigned to the procurement.” On May 18,
    2018, the GAO dismissed ARC’s bid protest. See Am. Relocation Connections, LLC, B-
    416035, 
    2018 WL 2316177
    , at *1 (Comp. Gen. May 18, 2018). The GAO stated that ARC
    argued in its bid protest at the GAO that CBP “was required to set aside the solicitation,
    which anticipates the establishment of a blanket purchase agreement (BPA) under the
    General Services Administration’s (GSA) Federal Supply Schedule (FSS), for small
    businesses,” and that CBP’s “market research and decision not to set aside the RFQ were
    unreasonable.” 
    Id.
     The GAO then determined that ARC was an interested party “[b]ased
    on the protestor’s updated representation” in SAM. Id. at *3. The GAO also concluded
    that CBP was not required to set-aside the 2018 RFQ because “the contracting officer
    here has discretionary authority to set-aside an order against the FSS, but is not required
    to do so.” Id. at *7. According to the GAO, “agencies are not required to follow the Small
    Business Rule of Two[12] when issuing orders or establishing BPAs under the FSS.” Id.
    at *4. When addressing ARC’s arguments concerning the CBP’s market research, the
    GAO stated:
    12 The GAO stated that the “Small Business Rule of Two” “requires agencies to set aside
    for small business participation a procurement valued over the simplified acquisition
    threshold if there is a reasonable expectation of receiving fair market offers from at least
    two small business concerns.” Am. Relocation Connections, LLC, 
    2018 WL 2316177
    , at
    *3 (citing 
    13 C.F.R. § 125.2
    (e)(6)(i) (2018); and FAR § 19.502-2 (2018)).
    22
    Next, ARC raises a number of challenges to CBP’s market research and its
    conclusion that the agency was not likely to receive proposals from two or
    more small businesses at fair market prices. However, as discussed above,
    agencies have the discretion to set aside procurements under the FSS. FAR
    § 8.405-5(a)(2). Thus, even if our Office were to agree with ARC that CBP’s
    market research was not reasonable, there would be no basis for our Office
    to recommend any corrective action because the agency would not be
    required to set aside the procurement. See AeroSage, LLC, B-414640, B-
    414640.3, July 27, 2017, 2017 CPD ¶ 233 at 5 (agencies have the discretion
    to seek a waiver of the nonmanufacturer rule, FAR § 19.102(f)(5); based on
    this discretion, an agency’s refusal to seek a waiver of the nonmanufacturer
    rule does not provide a basis to sustain a protest). We therefore find that
    ARC’s argument fails to state adequate legal grounds of protest, and
    therefore dismiss it on that basis. See 
    4 C.F.R. § 21.5
    (f).
    Am. Relocation Connections, LLC, 
    2018 WL 2316177
    , at *7 (footnote omitted).
    On July 3, 2018, ARC filed its complaint in this court in the above-captioned pre-
    award bid protest. In its complaint in this court, ARC states that it is “challenging the terms
    of the [2018] RFQ, and seeking an order declaring that the Agency [the CBP]
    impermissibly failed to set-aside the Procurement for small businesses, and that the
    Agency’s actions in releasing the [2018] RFQ as an unrestricted acquisition were arbitrary
    and capricious and contrary to applicable procurement law and regulation.” ARC argues
    that CBP “failed to undertake any advance acquisition planning or conduct any advance
    market research for the Procurement prior to selecting the contract vehicle or prior to
    making the decision to release the RFQ as an unrestricted acquisition,” and that CBP’s
    decision to release the 2018 RFQ as an unrestricted procurement was based on “virtually
    no information at all.” ARC also contends that:
    The procurement record clearly shows that any acquisition planning or
    market research that the Agency may have conducted with respect to the
    Procurement was undertaken after the release of the RFQ; after reducing
    the small business size standard; and after the Agency selected GSA FSS
    48 as the procurement vehicle, each of which is a violation of procurement
    law.
    According to ARC, the CBP’s alleged failure to undertake advance acquisition planning
    and market research violates the regulations of the SBA, as well as the “FAR, as
    supplemented by the DHS HSAR [DHS Acquisition Regulations] and implemented by the
    DHS HSAM [DHS Acquisition Manual].”
    Regarding the GAO’s May 18, 2018 decision, ARC argues that:
    The GAO failed to address whether the Agency’s contracting officer’s
    exercise of its discretion in selecting FSS Schedule 48 and then
    subsequently deciding to severely reduce the applicable size standard was
    23
    arbitrary or capricious, or in violation of procurement law when the
    acquisition record was entirely deficient of any information, let alone reliable
    or accurate information, upon which the decision was based.
    ARC further asserts that the GAO’s decision incorrectly concluded that “the Agency’s
    discretion cannot be challenged regardless of how unreasonably such discretion is
    exercised.” In its requests for relief, ARC requested a temporary restraining order, a
    preliminary injunction, and a permanent injunction enjoining award or performance of a
    contract under the 2018 RFQ. Alternatively, ARC argues that “ARC is entitled to bid
    preparation and other costs, attorney fees under the Equal Access to Justice Act or such
    other and further relief as this Court deems just and proper.”
    On the same day protestor filed its protest, July 3, 2018, the court held an initial
    status conference with the parties in the above-captioned bid protest. During a
    subsequent status conference on July 9, 2018, defendant indicated that the CBP would
    voluntarily stay an award under the 2018 RFQ until the end of September 2018, and ARC
    indicated that it was no longer seeking a temporary restraining order. Thereafter, on July
    10, 2018, defendant submitted to the court the administrative record in the above-
    captioned bid protest. On July 13, 2018, ARC filed a motion to strike documents from the
    administrative record, or, in the alternative, a motion to compel or a motion for discovery,
    as well as a motion to supplement the administrative record. In its July 13, 2018 motion,
    ARC argued that the court should strike from the administrative record the undated First
    Market Research Report, the Second Market Research Report dated December 18,
    2017, and the undated 2018 Independent Government Cost Estimate “because they lack
    proper evidentiary support” and “cannot be authenticated as being part of the
    Government’s decision-making process.”
    On July 16, 2018, the court held a hearing to discuss with the parties ARC’s July
    13, 2018 motion. Subsequently, on July 16, 2018, the court issued an Order directing
    defendant to submit any documents which potentially could be used to authenticate the
    undated First Market Research Report, the Second Market Research Report dated
    December 18, 2017, and the undated 2018 Independent Government Cost Estimate. On
    July 17, 2018, defendant submitted the declaration signed by Mr. Ohene, discussed
    above, in which Mr. Ohene described his recollection of when, according to him, the
    undated First Market Research Report, the Second Market Research Report dated
    December 18, 2017, and the undated 2018 Independent Government Cost Estimate were
    created, as well as the differences between the undated First Market Research Report
    and the Second Market Research Report dated December 18, 2017. Also on July 17,
    2018, ARC submitted an unopposed motion to withdraw its motion to supplement the
    administrative record. On July 18, 2018, the court issued an Order denying ARC’s motion
    to strike and granting ARC’s unopposed motion to withdraw its motion to supplement the
    administrative record. On July 20, 2018, ARC and defendant submitted a joint statement
    of stipulated facts.
    Subsequently, on July 25, 2018, ARC filed a motion for judgment on the
    administrative record. In its motion for judgment on the administrative record, ARC
    24
    asserts that CBP failed to perform acquisition planning and market research in
    accordance with FAR Part 7 (2018) and FAR Part 10 (2018). ARC also argues that the
    CBP violated the SBA’s regulation at 
    13 C.F.R. § 125.2
     (2018), which ARC argues
    requires that a federal agency conduct market research concerning the extent of small
    business participation in an acquisition. ARC asserts that CBP selected the “GSA FSS
    Schedule 48 as the acquisition vehicle for the RFQ without undertaking any acquisition
    planning or market research,” and that CBP’s “decision not to set aside the [2018] RFQ
    for small business lacked a rational basis as the decision was not based on (1) any
    acquisition plan, or (2) any advance market research.” According to ARC’s motion for
    judgment on the administrative record:
    Such research must precede decisions whether to utilize the GSA Federal
    Supply Schedules (“FSS”), which NAICS code (and thus what size
    standard) is applicable to the procurement, or whether or not to set-aside
    an acquisition for small businesses. See e.g., FAR 8.404(c) [(2018)]
    (“Orders placed under a Federal Supply Schedule contract are not exempt
    from the development of acquisition plans (see subpart 7.1)”). Nor does
    FAR Part 8 [(2018)] exempt FSS orders from the advance acquisition
    planning requirements or market research requirements of the SBA
    regulations.
    ARC also contends that the administrative record “clearly indicates” that the undated First
    Market Research Report, the Second Market Research Report dated December 18,
    2017, the undated 2018 Independent Government Cost Estimate, the December 5, 2017
    and December 13, 2017 spreadsheets that were sent from Ms. Spangler to CBP
    contracting personnel, and the February 7, 2018 DHS Small Business Review Form “were
    prepared after the RFQ was issued and likely after ARC registered its complaint with the
    Agency regarding the RFQ being unrestricted.”
    On August 8, 2018, defendant filed a response to protestor’s motion for judgment
    on the administrative record and a cross-motion for judgment on the administrative
    record. In its August 8, 2018 cross-motion, defendant argues that CBP’s decision to use
    the FSS was reasonable because the CBP’s June 19, 2017 Acquisition Plan “identified
    the reasons why using the FSS as an acquisition tool here was a reasonable exercise of
    agency discretion.” Defendant asserts that “small business set-aside preferences do not
    apply to FSS contracts,” and that CBP’s “prior, discretionary set-asides do not expand
    CBP’s obligations under the current FSS solicitation.” Defendant also asserts that CBP’s
    acquisition of employee relocation services did not qualify to be set-aside because, when
    CBP issued the 2018 RFQ in January 2018, the only small business that qualified under
    NAICS Code 531210, the NAICS Code that CBP chose to use for the procurement, was
    Choice Relocation Management.
    On August 13, 2018, ARC filed a response to defendant’s cross-motion for
    judgment on the administrative record and a reply in support of its motion for judgment
    on the administrative record. In its August 13, 2018 filing, ARC argues that the “crux” of
    its complaint and motion for judgment on the administrative record is “that the Agency
    25
    made critical decisions about this procurement either without having performed the
    requisite advance acquisition planning or market research, or prior to doing so.” ARC
    again asserts that the CBP failed to perform acquisition planning or market research prior
    to selecting the FSS as its “acquisition vehicle,” selecting the NAICS Code for the 2018
    RFQ, and “removing the services from the small business program.” ARC also argues
    that defendant has not addressed its failure to comply with the SBA’s regulations, which
    ARC indicates requires the CBP to conduct market research to determine the type and
    extent of possible small business participation in an acquisition.
    On August 17, 2018, defendant filed a reply, in which defendant asserted that the
    Acquisition Plan created in connection with the 2017 RFQ also supported the 2018 RFQ,
    and that ARC “fails to acknowledge that the 2017 and 2018 RFQs were not separate
    acquisitions. The 2017 RFQ was cancelled which resulted in issuance of the 2018 RFQ
    for procurement of the relocation services identified in the plan.” Defendant also contends
    that, “once CBP decided to use the FSS to purchase relocation services, it had no further
    obligation to consider small business preferences – including the requirements of the
    Small Business Act cited by ARC (
    13 C.F.R. § 125
     et., [sic] seq.).” (emphasis in original).
    According to defendant, the SBA regulation at 
    13 C.F.R. § 125.2
    (c) is inapplicable to the
    CBP’s procurement.
    On August 21, 2018, the court issued an Order directing the parties each to submit
    a supplemental filing addressing whether and why the SBA regulation at 
    13 C.F.R. § 125.2
    (c) applies to CBP’s procurement in the above-captioned protest, whether the
    CBP complied with 
    13 C.F.R. § 125.2
    , and whether failing to comply with 
    13 C.F.R. § 125.2
     would be prejudicial to ARC. On August 29, 2018, ARC and defendant both
    submitted their supplemental filings. In ARC’s August 29, 2018 filing, ARC asserts that
    
    13 C.F.R. § 125.2
    (c) does apply to the procurement at issue in the above-captioned bid
    protest, that CBP did not comply with 
    13 C.F.R. § 125.2
     when issuing the 2018 RFQ, and
    that CBP’s failure to comply with 
    13 C.F.R. § 125.2
     was prejudicial to ARC. Defendant,
    however, asserts in its August 29, 2018 filing that 
    13 C.F.R. § 125.2
    (c) does not apply to
    the procurement at issue in the above-captioned bid protest and that “ARC was not
    prejudiced by any alleged failure to engage with SBA.” On September 5, 2018, the court
    heard oral argument in the above-captioned 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.
    26
    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
    
    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 1312
    , 1319 (Fed. Cir.
    2003).
    When discussing the appropriate standard of review for bid protest cases, the
    United States Court of Appeals for the Federal Circuit addressed subsections (2)(A) and
    (2)(D) of 
    5 U.S.C. § 706
    , see Impresa Construzioni Geom. Domenico Garufi v. United
    States, 
    238 F.3d at
    1332 n.5, but focused its attention primarily on subsection (2)(A). See
    27
    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);13 see also Tinton Falls
    13 The   language of 
    5 U.S.C. § 706
     provides in full:
    To the extent necessary to decision and when presented, the reviewing
    court shall decide all relevant questions of law, interpret constitutional and
    statutory provisions, and determine the meaning or applicability of the terms
    of an agency action. The reviewing court shall—
    (1) compel agency action unlawfully withheld or unreasonably delayed;
    and
    (2) hold unlawful and set aside agency action, findings, and conclusions
    found to be—
    (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
    .
    28
    Lodging Realty, LLC v. United States, 
    800 F.3d 1353
    , 1358 (Fed. Cir. 2015); Orion Tech.,
    Inc. v. United States, 
    704 F.3d 1344
    , 1347 (Fed. Cir. 2013); COMINT Sys. Corp. v. United
    States, 
    700 F.3d 1377
    , 1381 (Fed. Cir. 2012) (“We evaluate agency actions according to
    the standards set forth in the Administrative Procedure Act; namely, for whether they are
    ‘arbitrary, capricious, an abuse of discretion, or otherwise not in accordance with law.’”
    (quoting 
    5 U.S.C. § 706
    (2)(A); and Bannum, Inc. v. United States, 
    404 F.3d at 1351
    ));
    Savantage Fin. Servs. Inc., v. United States, 
    595 F.3d 1282
    , 1285-86 (Fed. Cir. 2010);
    Weeks Marine, Inc. v. United States, 
    575 F.3d 1352
    , 1358 (Fed. Cir. 2009); Axiom Res.
    Mgmt., Inc. v. United States, 
    564 F.3d at 1381
     (noting arbitrary and capricious standard
    set forth in 
    5 U.S.C. § 706
    (2)(A), and reaffirming the analysis of Impresa Construzioni
    Geom. Domenico Garufi v. United States, 
    238 F.3d at 1332
    ); Blue & Gold Fleet, L.P. v.
    United States, 
    492 F.3d 1308
    , 1312 (Fed. Cir. 2007) (“‘[T]he inquiry is whether the
    [government]’s procurement decision was “arbitrary, capricious, an abuse of discretion,
    or otherwise not in accordance with law.”’” (quoting Bannum, Inc. v. United States, 
    404 F.3d at 1351
     (quoting 
    5 U.S.C. § 706
    (2)(A) (2000))); NVT Techs., Inc. v. United States,
    
    370 F.3d at 1159
     (“Bid protest actions are subject to the standard of review established
    under section 706 of title 5 of the Administrative Procedure Act (‘APA’), 
    28 U.S.C. § 1491
    (b)(4) (2000), by which an agency’s decision is to be set aside only if it is ‘arbitrary,
    capricious, an abuse of discretion, or otherwise not in accordance with law,’ 
    5 U.S.C. § 706
    (2)(A) (2000).” (internal citations omitted)); Info. Tech. & Applications Corp. v. United
    States, 
    316 F.3d at 1319
     (“Consequently, our inquiry is whether the Air Force’s
    procurement decision was ‘arbitrary, capricious, an abuse of discretion, or otherwise not
    in accordance with law.’ 
    5 U.S.C. § 706
    (2)(A) (2000).”); Synergy Sols., Inc. v. United
    States, 
    133 Fed. Cl. 716
    , 734 (2017) (citing Banknote Corp. of Am. v. United States, 
    365 F.3d at 1350
    ); Eco Tour Adventures, Inc. v. United States, 114 Fed. Cl. at 22; Contracting,
    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
    29
    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 Tinton Falls Lodging Realty, LLC v. United States, 800 F.3d at 1358; F.C.C. v. Fox
    Television Stations, Inc., 
    556 U.S. 502
    , 552 (2009); Ala. Aircraft Indus., Inc.-Birmingham
    v. United States, 
    586 F.3d 1372
    , 1375 (Fed. Cir. 2009), reh’g and reh’g en banc denied
    (Fed. Cir. 2010); In re Sang Su Lee, 
    277 F.3d 1338
    , 1342 (Fed. Cir. 2002) (“[T]he agency
    tribunal must present a full and reasoned explanation of its decision. . . . The reviewing
    court is thus enabled to perform meaningful review . . . .”); Textron, Inc. v. United States,
    
    74 Fed. Cl. 277
    , 285-86 (2006), appeal dismissed sub nom. Textron, Inc. v. Ocean
    Technical Servs., Inc., 223 F. App’x 974 (Fed. Cir. 2007). The United States Supreme
    Court also has cautioned, however, that “courts are not free to impose upon agencies
    specific procedural requirements that have no basis in the APA.” Pension Benefit Guar.
    Corp. v. LTV Corp., 
    496 U.S. 633
    , 654 (1990).
    Under an arbitrary or capricious standard, the reviewing court should not substitute
    its judgment for that of the agency, but should review the basis for the agency decision to
    determine if it was legally permissible, reasonable, and supported by the facts. See Motor
    Vehicle Mfrs. Ass’n v. State Farm Mut. Auto. Ins. Co., 
    463 U.S. at 43
     (“The scope of
    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 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:
    30
    Section 706(2)(A) requires a finding that the actual choice made was not
    “arbitrary, capricious, an abuse of discretion, or otherwise not in accordance
    with law.” To make this finding the court must consider whether the decision
    was based on a consideration of the relevant factors and whether there has
    been a clear error of judgment. Although this inquiry into the facts is to be
    searching and careful, the ultimate standard of review is a narrow one. The
    court is not empowered to substitute its judgment for that of the agency.
    Citizens to Pres. Overton Park, Inc. v. Volpe, 
    401 U.S. 402
    , 416 (1971) (internal citations
    omitted), abrogated on other grounds by Califano v. Sanders, 
    430 U.S. 99
     (1977); see
    also U.S. Postal Serv. v. Gregory, 
    534 U.S. 1
    , 6-7 (2001); Bowman Transp., Inc. v.
    Arkansas-Best Freight Sys., Inc., 
    419 U.S. 281
    , 285 (1974), reh’g denied, 
    420 U.S. 956
    (1975); Co-Steel Raritan, Inc. v. Int’l Trade Comm’n, 
    357 F.3d 1294
    , 1309 (Fed. Cir. 2004)
    (In discussing the “arbitrary, capricious, and abuse of discretion, or otherwise not in
    accordance with the law” standard, the Federal Circuit stated: “the ultimate standard of
    review is a narrow one. The court is not empowered to substitute its judgment for that of
    the agency.”); In re Sang Su Lee, 
    277 F.3d at 1342
    ; Advanced Data Concepts, Inc. v.
    United States, 
    216 F.3d at 1058
     (“The arbitrary and capricious standard applicable here
    is highly deferential. This standard requires a reviewing court to sustain an agency action
    evincing rational reasoning and consideration of relevant factors.” (citing Bowman
    Transp., Inc. v. Arkansas-Best Freight Sys., Inc., 419 U.S. at 285)); Lockheed Missiles &
    Space Co. v. Bentsen, 
    4 F.3d 955
    , 959 (Fed. Cir. 1993); 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 withdrawn, 559 F. App’x
    1033 (Fed. Cir. 2014); Supreme Foodservice GmbH v. United States, 
    109 Fed. Cl. 369
    ,
    382 (2013); 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); Ellsworth Assocs., Inc. v. United States, 
    45 Fed. Cl. 388
    , 392 (1999) (“Courts must give great deference to agency procurement decisions
    and will not lightly overturn them.” (citing Fla. Power & Light Co. v. Lorion, 
    470 U.S. 729
    ,
    743-44 (1985))), appeal dismissed, 6 F. App’x 867 (Fed. Cir. 2001), and superseded by
    regulation as recognized in MVS USA, Inc. v. United States, 
    111 Fed. Cl. 639
     (2013).
    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
    31
    (1978); RADVA Corp. v. United States, 
    17 Cl. Ct. 812
    , 819 (1989), aff’d, 
    914 F.2d 271
     (Fed. Cir. 1990). Accordingly, agencies “are entrusted with a good
    deal of discretion in determining which bid is the most advantageous to the
    Government.” Tidewater Management Servs., 573 F.2d at 73, 
    216 Ct. Cl. 69
    .
    Lockheed Missiles & Space Co. v. Bentsen, 
    4 F.3d at 958-59
    ; see also Res-Care, Inc. v.
    United States, 
    735 F.3d 1384
    , 1390 (Fed. Cir.) (“DOL [Department of Labor], as a federal
    procurement entity, has ‘broad discretion to determine what particular method of
    procurement will be in the best interests of the United States in a particular situation.’”
    (quoting Tyler Constr. Grp. v. United States, 
    570 F.3d 1329
    , 1334 (Fed. Cir. 2009))), reh’g
    en banc denied (Fed. Cir. 2014); Grumman Data Sys. Corp. v. Dalton, 
    88 F.3d 990
    , 995
    (Fed. Cir. 1996); Geo-Med, LLC v. United States, 
    126 Fed. Cl. 440
    , 449 (2016); Cybertech
    Grp., Inc. v. United States, 
    48 Fed. Cl. 638
    , 646 (2001) (“The court recognizes that the
    agency possesses wide discretion in the application of procurement regulations.”);
    Furthermore, according to the United States Court of Appeals for the Federal Circuit:
    Contracting officers “are entitled to exercise discretion upon a broad range
    of issues confronting them in the procurement process.” Impresa
    Construzioni Geom. Domenico Garufi v. United States, 
    238 F.3d 1324
    ,
    1332 (Fed. Cir. 2001) (internal quotation marks omitted). Accordingly,
    procurement decisions are subject to a “highly deferential rational basis
    review.” CHE Consulting, Inc. v. United States, 
    552 F.3d 1351
    , 1354 (Fed.
    Cir. 2008) (internal quotation marks omitted).
    PAI Corp. v. United States, 
    614 F.3d at 1351
    ; see also AgustaWestland N. Am., Inc. v.
    United States, 880 F.3d at 1332 (“Where, as here, a bid protester challenges the
    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
    ))).
    On a motion for judgment on the administrative record, 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
    32
    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. 487
    , 496
    (2013). To prevail in a bid protest case, the protestor not only must show that the
    government’s actions were arbitrary, capricious, or otherwise not in accordance with the
    law, but the protestor also must show that it was prejudiced by the government’s actions.
    See 
    5 U.S.C. § 706
     (“[D]ue account shall be taken of the rule of prejudicial error.”); see
    also Glenn Def. Marine (ASIA), PTE Ltd. v. United States, 720 F.3d at 907 (“In a bid
    protest case, the inquiry is whether the agency’s action was arbitrary, capricious, an
    abuse of discretion, or otherwise not in accordance with law and, if so, whether the error
    is prejudicial.”); IT Enter. Sols. JV, LLC v. United States, 
    132 Fed. Cl. 158
    , 173 (2017)
    (citing Bannum v. United States, 
    404 F.3d at 1357-58
    ); 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
    33
    (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
    .
    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, ARC asserts that CBP failed to perform “any”
    acquisition planning or market research prior to deciding to obtain employee relocation
    services from the FSS, inappropriately “changing the small business size standard
    34
    applicable to the Procurement,” and issuing 2018 RFQ as an unrestricted procurement.
    ARC asserts in its motion for judgment on the administrative record in this court that:
    Under FAR § 7.102 [(2018)], the Agency was required “to perform
    acquisition planning and conduct market research for all acquisitions in
    order to promote and provide for:”
    1. “Full and open competition or, when full and open competition is not
    required” by FAR Part 6;
    2. “Selection of appropriate contract type”; and
    3. “Appropriate consideration of the use of pre-existing contracts,
    including interagency and intra-agency contracts, to fulfill the
    requirement, before awarding new contracts.”
    FAR Part 7 does not exempt any agency or any procurement from the
    requirement to undertake acquisition planning.
    ARC contends that FAR § 7.105(b)(i)(3) (2018) requires that a “properly prepared”
    acquisition plan must include consideration of whether small business concerns may be
    utilized, and that FAR § 7.103(u) (2018) requires that federal agencies implement
    procedures to ensure that acquisition planners structure contract requirements to facilitate
    competition among small business concerns to the maximum extent possible. According
    to ARC’s motion for judgment on the administrative record in this court:
    The Secretary of DHS has implemented FAR Part 7 through the
    promulgation of the DHS supplements to the FAR (“HSAR”), as well as the
    DHS Acquisition Manual (“HSAM”).
       HSAM § 3007.102(b)(2) states that “[n]o solicitations may be issued,
    or funds transferred within or outside the Department until an
    acquisition plan (AP) has been completed and approved.”[14]
       HSAM § 3007.104 states that “acquisition planning should begin as
    soon as the agency need is identified.”
    14 When the CBP issued the 2018 RFQ on January 19, 2018, the version of the HSAM
    that was in effect had been issued on December 29, 2017. In the December 29, 2017
    version of the HSAM, HSAM § 3007.102(b) is reserved, and the section the protestor
    quotes in its motion for judgment on the administrative record does not appear to be
    included in the HSAM. The DHS subsequently issued revised versions of the HSAM on
    March 30, 2018, April 30, 2018, and June 29, 2018. In all three of the revised versions of
    the HSAM, HSAM § 3007.102(b) is reserved, and the section protestor quotes does not
    appear to be included in the revised versions of the HSAM.
    35
       HSAM § 3019.501(c) requires that each DHS proposed acquisition
    exceeding the simplified acquisition threshold be reviewed by the
    CBP small business specialist prior to synopsizing the requirement
    and the results documented in the file.
    (first alteration in original). ARC also argues that FAR Part 10 requires agencies to
    conduct market research, “particularly with respect to whether a particular acquisition can
    be performed by small businesses,” prior to soliciting offers for acquisitions with an
    estimated value in excess of the simplified acquisition threshold.
    ARC, citing to 
    13 C.F.R. § 125.2
    (c), further asserts that the SBA’s regulations
    require that each agency must conduct market research to determine the type and extent
    of small business participation in an acquisition and, when an acquisition involves goods
    or services currently being performed by a small business, an agency must provide a
    written statement to the SBA thirty days prior to the issuance of a solicitation indicating
    why the proposed procurement would render small business participation unlikely.
    Additionally, ARC asserts that FAR § 19.502-2(b) requires that a federal agency set aside
    an acquisition when the agency has a reasonable expectation that at least two
    responsible small business concerns will submit offerors and an award can be made at a
    fair market price. ARC alleges that the CBP selected the FSS in an effort to “avoid the
    requirements of FAR Part 19, which states that ‘[s]mall business set-asides have priority
    over acquisitions using full and open competition.’” (quoting FAR § 19.203(e) (2018)).
    ARC states that FAR § 8.405-5 (2018) “exempts FSS orders from the preference
    programs of FAR Part 19,” but ARC contends that FAR § 8.405-5
    does not exempt FSS orders from the advance acquisition planning
    requirements of FAR Part 7 or the advance market research requirements
    of FAR Part 10, including such requirements as implemented by FAR Part
    19. Such research must precede decisions whether to utilize the GSA
    Federal Supply Schedules (“FSS”), which NAICS code (and thus what size
    standard) is applicable to the procurement, or whether or not to set-aside
    an acquisition for small businesses. See e.g., FAR 8.404(c) (“Orders placed
    under a Federal Supply Schedule contract are not exempt from the
    development of acquisition plans (see subpart 7.1)”). Nor does FAR Part 8
    exempt FSS orders from the advance acquisition planning requirements or
    market research requirements of the SBA regulations.
    ARC also argues that the CBP’s actions lacked a rational basis and violated “the
    applicable regulations and procedures provided above” because the CBP,
       Did not undertake any acquisition planning or market research prior
    to: (1) selecting FSS 48 as the contract type for the Procurement; (2)
    changing the small business size standard applicable to the
    Procurement; or (3) releasing the RFQ as an unrestricted
    procurement.
    36
       Did not consult with OSBDU [sic] or the Agency’s small business
    specialist prior to: (1) selecting FSS 48 as the contract type for the
    Procurement; (2) changing the small business size standard
    applicable to the Procurement; or (3) releasing the RFQ as an
    unrestricted procurement.
    ARC argues that the undated First Market Research Report, the Second Market
    Research Report dated December 18, 2017, the undated 2018 Independent Government
    Cost Estimate, the December 5, 2017 and December 13, 2017 spreadsheets that Ms.
    Spangler sent to CBP contracting personnel, and the February 7, 2018 DHS Small
    Business Review Form “were prepared after the RFQ was issued and likely after ARC
    registered its complaint with the Agency regarding the RFQ being unrestricted.” ARC
    asserts that “many of the facts and opinions expressed in both” the undated First Market
    Research Report and the Second Market Research Report dated December 18, 2017
    “directly reflect responses to issues raised by ARC in its communications with the Agency
    on or about February 1, 2018 or during the GAO protest, both of which were after the
    [2018] RFQ was issued.” (emphasis in original). ARC also contends that “Mr. Ohene’s
    declaration is an admission that Tab 13 [the undated First Market Research Report] was
    flawed and that Tab 42 [the Second Market Research Report dated December 18, 2017]
    was not relied upon.”
    According to ARC, the December 5, 2017 spreadsheet and December 13, 2017
    spreadsheet “are misleading documents and are not trustworthy” because “these
    spreadsheets do not include an overview of every available NAICS Code under each
    SIN.” ARC contends in its motion for judgment on the administrative record that:
    The NAICS Codes under each of the SINs for the RFQ are as follows:
    a. SIN 653-1: 484210 (Used Household and Office Goods Moving);
    531210 (Offices of Real Estate Agents and Brokers); 531390 (Other
    Activities Related to Real Estate); and 541511 (Custom Computer
    Programming Services);
    b. SIN 653-4: 484210 (Used Household and Office Goods Moving);
    531210 (Offices of Real Estate Agents and Brokers); 531390 (Other
    Activities Related to Real Estate); and 541511 (Custom Computer
    Programming Services);
    c. SIN 653-5: 484210 (Used Household and Office Goods Moving);
    531210 (Offices of Real Estate Agents and Brokers); 531390 (Other
    Activities Related to Real Estate); and 541511 (Custom Computer
    Programming Services); and
    d. SIN 653-7: 484210 (Used Household and Office Goods Moving).
    37
    ARC also notes that the December 5, 2017 spreadsheet sent from the GSA to the CBP
    “lists only one NAICS Code for each SIN” and that the December 13, 2017 spreadsheet
    sent from the GSA to the CBP lists only the following NAICS Codes for each SIN:
    a. SIN 653-1: NAICS Codes 531210 and 531190, with two businesses
    listed as small business certified.
    b. SIN 653-4: NAICS Codes 531390, 531210 and 541511, with two
    businesses listed as small business certified.
    c. SIN 653-5: NAICS Codes 531210 and 531190, with two businesses
    listed as small business certified.
    d. SIN 653-7: NAICS Code 484210, with nine business [sic] listed as
    small business certified.
    ARC argues that “reliance on these documents [the December 5, 2017 spreadsheet and
    December 13, 2017 spreadsheet] cannot be considered reasonable as they failed to
    reveal all relevant information regarding Schedule 48 and the relevant SINS.”
    Regarding the 2018 Independent Government Cost Estimate, ARC asserts that
    the document is “totally unverifiable” and does not constitute market research because
    the 2018 Independent Government Cost Estimate is undated and unsigned and Mr.
    Ohene only received the 2018 Independent Government Cost Estimate a few hours
    before issuing the solicitation.15 Regarding the February 7, 2018 DHS Small Business
    Review Form, ARC argues that the CBP could not have relied on the February 7, 2018
    DHS Small Business Review Form as “the basis for the Agency’s decision not to set aside
    the Procurement for small businesses because the document was not created until after
    the issuance of the RFQ” on January 19, 2018.
    15 The court is not persuaded by ARC’s argument that the 2018 Independent Government
    Cost Estimate was prepared after the 2018 RFQ was issued. In an email message dated
    December 8, 2017, Mr. Ohene informed Ms. Reeves that Ms. Reeves would need to
    update the 2017 Independent Government Cost Estimate that was prepared in
    connection with the 2017 RFQ to incorporate the updated pricing the CBP was planning
    on using in connection with the 2018 RFQ. According to the July 17, 2018 declaration
    signed by Mr. Ohene, “[a]fter having several discussions with Ms. Reeves on the values
    for the Independent Government Cost Estimate (IGCE), the IGCE was sent to me on
    January 19, 2018.” The administrative record includes a January 19, 2018 email message
    from Ms. Reeves to Mr. Ohene, attached to which was the 2018 Independent Government
    Cost Estimate. The administrative record, therefore, indicates that CBP had been working
    on the 2018 Independent Government Cost Estimate as early as December 8, 2017, and
    that the 2018 Independent Government Cost Estimate was finalized prior to the issuance
    of the 2018 RFQ.
    38
    Defendant, however, argues that CBP has broad discretion when deciding whether
    to use the FSS to acquire employee relocation services. According to defendant, the
    CBP’s June 19, 2017 Acquisition Plan identified benefits associated with using the FSS
    and “explained that the agency was not changing its acquisition strategy from the current
    relocation services contract because ‘CBP received satisfactory services under both
    [prior] contracts [awarded in 2008 and 2014 respectively for relocation services].’”
    (alterations in original). Defendant contends that CBP was not required to draft an
    additional acquisition plan because “the acquisition vehicle did not change.” Defendant
    also asserts that:
    In light of the preference for obtaining goods and services from FSS
    contractors, and the fact that CBP had successfully employed this approach
    on the current and previous contracts for procuring the same services, the
    agency’s decision to continue this acquisition strategy was reasonable and
    in the best interests of the United States.
    Defendant also argues that CBP was not required to “undertake market research
    to determine whether a small business set-aside was appropriate before purchasing
    goods or services through the FSS,” and that CBP’s decision to set aside prior
    procurements of employee relocation services does “not expand CBP’s obligations under
    the current FSS solicitation.” Defendant asserts that, “[e]ven if CBP chose to evaluate the
    procurement as a small business set-aside – as it had done in the past – no such set-
    aside could be made here because there was not at least two small businesses that could
    have submitted offers when CBP issued its RFQ in January 2018.” According to
    defendant, the December 13, 2017 spreadsheet
    reflected the NAICS code for SIN 653-7 (NAICS 484210) that was used in
    the cancelled 2017 RFQ (and was in use during under the current contract),
    but for which the statement of work and pricing had changed significantly.
    The NAICS code for the 2018 RFQ was subsequently changed to 531210
    to reflect “the higher estimated value of work to be performed under the
    NAICS relative to the other NAICS being utilized for this acquisition as
    supported by the Independent Government Cost Estimate.” The GSA
    spreadsheet identified only Choice Relocation Management, LLC and Sibcy
    Cline Relocation Services, Inc. as “small” under NAICS code 531210. And
    in her December 5 email, Ms. Spangler informed Mr. Ohene that “Sibcy
    provided notification that it will not renew its option and will expire 3/17/18”
    and that “ReloDirect [aka ‘Reliance Relocation Services’] has also provided
    notification that it is recertifying as large business.” A review of the System
    for Award Management records showed that Reliance Relocation Services,
    Inc., dba Relo Direct and ARC were both identified as “other than small”
    under NAICS code 531210 at the time. The only small business that
    qualified under NAICS code 531210 was Choice Relocation.
    (alteration in original; internal references omitted).
    39
    Regarding the SBA regulation cited by ARC, 
    13 C.F.R. § 125.2
    , defendant
    contends that the SBA regulation does not apply to the CBP’s acquisition of employee
    relocation services under the FSS. Defendant relies on K-Lak Corp. v. United States, 
    98 Fed. Cl. 1
    , 6 (2011), as support for its position that the CBP did not have any obligation
    to comply with the requirements of 
    13 C.F.R. § 125.2
     once the CBP decided to utilize the
    FSS to acquire employee relocation services.
    The FAR defines acquisition planning as “the process by which the efforts of all
    personnel responsible for an acquisition are coordinated and integrated through a
    comprehensive plan for fulfilling the agency need in a timely manner and at a reasonable
    cost. It includes developing the overall strategy for managing the acquisition.” FAR §
    2.101 (2018). FAR Part 7 sets forth the policies and procedures a federal agency must
    follow when developing an acquisition plan. See FAR § 7.000(a) (2018). Acquisition
    planning should begin as soon as an agency identifies a need. FAR 7.104(a) (2018); see
    also HSAM § 3007.104(a) (2018) (“In accordance with FAR 7.104(a), acquisition planning
    should begin as soon as the agency need is identified.”). FAR § 7.102 (2018) requires
    that an agency perform acquisition planning and conduct market research pursuant to
    FAR Part 10, as discussed below, for all acquisitions in order “to ensure that the
    Government meets its needs in the most effective, economical, and timely manner.” FAR
    § 7.102; see also Magnum Opus Techs., Inc. v. United States, 
    94 Fed. Cl. 512
    , 545 (2010)
    (“FAR part 7 requires agencies to develop acquisition plans to ensure that the
    Government meets its needs in the most effective, economical, and timely manner.”
    (citing FAR §§ 7.102-.103)). Provided there is no statutory or regulatory requirement to
    the contrary, an agency generally has broad discretion when determining whether a
    procurement strategy will meet the agency’s needs in an effective, economical, and timely
    manner. See Tyler Constr. Grp. v. United States, 
    570 F.3d 1329
    , 1334 (Fed. Cir. 2009)
    (“The Corps, like other federal procurement entities, has broad discretion to determine
    what particular method of procurement will be in the best interests of the United States in
    a particular situation.” (citing E.W. Bliss Co. v. United States, 
    77 F.3d 445
    , 449 (Fed. Cir.
    1996); and Lockheed Missiles & Space Co. v. Bentsen, 
    4 F.3d at 958
    )).
    The FAR defines market research as “collecting and analyzing information about
    capabilities within the market to satisfy agency needs.” FAR § 2.101. FAR Part 10
    “prescribes the policies and procedures for conducting market research to arrive at the
    most suitable approach to acquiring, distributing, and supporting supplies and services.”
    FAR § 10.000 (2018). A federal agency must “[c]onduct market research appropriate to
    the circumstances” prior to soliciting offers for an acquisition with an estimated value
    exceeding the simplified acquisition threshold and must use the results of the agency’s
    market research to determine “if sources capable of satisfying the agency’s requirements
    exist.” FAR § 10.001(a) (2018); see also Magnum Opus Techs., Inc. v. United States, 94
    Fed. Cl. at 545 (“FAR part 10 requires agencies to conduct market research to determine
    the most suitable approach for acquiring goods and services.” (citing FAR §§ 10.001-
    .002)). “The extent of market research will vary, depending on such factors as urgency,
    estimated dollar value, complexity, and past experience,” but market research “should
    include” consideration of the “[s]ize and status of potential sources (see [FAR] Part 19
    [(2018)]).” FAR § 10.002(b) (2018).
    40
    FAR Part 19, titled “Small Business Programs,” at FAR § 19.201(a) (2018)
    indicates that it is the policy of the federal government to “provide maximum practicable
    opportunities in its acquisitions” to small businesses. See FAR § 19.201(a). FAR
    § 19.501(c) requires that a contracting officer conduct market research, and, if the
    contracting officer decides not to set aside the acquisition for small businesses, the
    contracting officer must document why a small business set-aside is inappropriate. FAR
    § 19.501(c); see also Proxtronics Dosimetry, LLC v. United States, 
    128 Fed. Cl. 656
    , 680
    (2016) (discussing the requirements of FAR Part 19 and stating that “[c]ontracting officers
    are required to ‘review acquisitions to determine if they can be set aside for small
    business,’ and must ‘perform market research’ before concluding that an acquisition
    should not be set aside for a small business” (quoting FAR § 19.501(c))), appeal
    dismissed (Fed. Cir. 2017). A contracting officer generally must set aside an acquisition
    for small businesses when there is a reasonable expectation that “[o]ffers will be obtained
    from at least two responsible small business concerns offering the products of different
    small business concerns” and “[a]ward will be made at fair market prices.” See FAR §
    19.502-2(b); see also Adams & Assocs., Inc. v. United States, 
    741 F.3d 102
    , 106 (Fed.
    Cir.) (stating that, under FAR Part 19, “[t]he Rule of Two requires the ‘contracting officer
    shall set aside any acquisition over $150,000 for small business participation when there
    is a reasonable expectation that: (1) Offers will be obtained from at least two responsible
    small business concerns . . . ; and (2) Award will be made at fair market prices.’” (omission
    in original) (quoting FAR § 19.502-2(b))), reh’g en banc denied (Fed. Cir. 2014).
    FAR § 8.404(a) (2018), however, states that FAR “Parts 13 (except 13.303-
    2(c)(3)), 14, 15, and 19 (except for the requirement at 19.202-1(e)(1)(iii)[16]) do not apply
    to BPAs or orders placed against Federal Supply Schedules contracts.” FAR § 8.404(a);
    see also FAR § 38.101(e) (2018) (stating that FAR Part 19 does not apply to orders or
    blanket purchase agreements awarded under the FSS). Moreover, if an agency is unable
    to satisfy its requirements for a procurement from the list of mandatory sources in FAR
    § 8.002 (2018) and FAR § 8.003 (2018), “agencies are encouraged to consider satisfying
    requirements from or through the non-mandatory sources listed in paragraph (a) of this
    section,” which includes blanket purchase agreements under the FSS, before considering
    “[c]ommercial sources (including educational and non-profit institutions) in the open
    market.” FAR § 8.004 (2018). Although FAR Part 19 does not apply to acquisitions
    utilizing the FSS in accordance with FAR Part 8, acquisitions utilizing the FSS are “not
    exempt from the development of acquisition plans” under FAR Part 7. See FAR
    § 8.404(c)(1). Contracting Officers also “may, at their discretion,” set aside a blanket
    purchase agreement placed under the FSS for small businesses. See FAR § 8.405-5.
    In the above-captioned bid protest, the administrative record indicates that CBP
    identified its need for employee relocation services as early as March 2017. In an email
    message dated March 29, 2017, which was sent by Mr. Ischkum, a GSA Branch Chief,
    16FAR § 19.202-1(e)(1)(iii) (2018) states that a contracting officer shall provide a copy of
    a proposed acquisition package to an SBA procurement center representative when the
    proposed acquisition is a consolidated or bundled requirement.
    41
    to Mr. Ohene and displayed a subject line of “F2017036219 Relocation Services,” Mr.
    Ischkum states, “I saw her [Ms. Reeves’] APFS [Acquisition Planning Forecast System
    Number] # F2017036219 for relocation services. This is something you may easily be
    able to accomplish on the GSA Schedules program.” In a March 30, 2017 email message
    from Mr. Ohene to Mr. Ischkum, Mr. Ohene stated that “[w]e plan to use GSA Schedule
    48 Transportation, Delivery, and Relocation Solutions for the recompete. It was used
    successfully for the last acquisition.” In response to questions received by CBP regarding
    the CBP’s May 8, 2018 Request for Information, CBP indicated that NAICS Code 484210,
    titled “Used Household and Office Goods Moving,” which has a small business size
    standard of $27,500,000.00, was to be the applicable NAICS Code for the acquisition of
    employee relocation services.
    According to the CBP’s Acquisition Plan dated June 19, 2017, the acquisition of
    employee relocation services “will be competed via GSA Relocation Services schedule
    holders.” The CBP’s Acquisition Plan stated that “[m]arket research conducted for this
    requirement showed that relocation services can be procured via GSA Schedule 48-
    Transportation, Delivery, and Relocation Solutions, which was created to assist federal
    agencies offering relocation benefits for employees and their families,” and that SINs 653-
    1, 653-4, 653-5, and 653-7, which are listed on Schedule 48 of the FSS, satisfied the
    CBP’s requirements. The CBP’s June 19, 2017 Acquisition Plan also provided that:
    CBP can leverage the purchase of relocation services via the GSA
    schedule. The use of FAR Subpart 8.4 (Federal Supply Schedule)
    procedures significantly reduces acquisition lead time allowing CBP to more
    efficiently complete the procurement process for the relocation acquisition.
    In addition, small business set-asides are allowable under the schedule.
    While the award will not be an IDIQ award as it is not permitted for GSA
    Multiple Award Schedule (MAS) vehicles, a Blanket Purchase Agreement
    will be awarded that will significantly reduce time by allowing orders to be
    placed under it as needs arise.
    Additionally, the CBP noted that it had received satisfactory results under the previous
    employee relocation contract and the current ARC contract, which was issued under
    Schedule 48 of the FSS.17
    17 As noted above, APA review is to be applied to an agency’s decision based on the
    record the agency presents to the court, although the court may supplement the
    administrative record when omission of the supplemental material precludes effective
    judicial review. See AugustaWestland 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
    . ARC attached to its
    motion for judgment on the administrative record a July 25, 2018 declaration signed by
    Mr. William Mulholland, who states that he is the “Managing Member” of ARC. In the July
    25, 2018 declaration, Mr. Mulholland focuses on an invoicing dispute experienced
    between ARC and CBP. ARC asserts that the declaration signed by Mr. Mulholland
    “directly challenges the facts asserted in these so-called Market Research Reports,
    demonstrating that such reports were flawed and likely created after ARC contacted the
    42
    On August 21, 2017, the CBP issued the 2017 RFQ, which was set-aside for small
    businesses and sought employee relocation services under GSA’s “Relocation Services
    Schedule 48 SSIN 653.” On August 22, 2017, CBP issued an amendment to the 2017
    RFQ, which added SINs 653-1, 653-4, 653-5, and 653-7 to the 2017 RFQ. On August 23,
    2017, Terri Shaffer, a GSA Program Analyst, sent an email message to CBP contracting
    personnel stating that the 2017 RFQ “included commercial pricing as an option for move
    management services” under SIN 653-7, and that the “recent change to the Schedule
    which is reflected in the attached process maps offers move management services
    through the Schedule in combination with the household goods moving services being
    managed under the terms, conditions, and pricing of the Centralized Household Goods
    Traffic Management Program (CHAMP).” On September 5, 2017, CBP issued a
    modification cancelling the 2017 RFQ.
    Subsequently, according to a November 9, 2018 email from Ms. Shaffer of the
    GSA, Ms. Schaffer began “working closely with Iris [Reeves of CBP] on the requirements
    for your [the CBP’s] BPA,” and, as of November 9, 2017, Ms. Shaffer and Ms. Reeves
    were “nearing the final stretch” of completing a statement of work for the 2018 RFQ, which
    was ultimately issued on January 19, 2018. As with the 2017 RFQ, the 2018 RFQ seeks
    to use Schedule 48 of the FSS to acquire employee relocation services and identifies
    SINs 653-1, 653-4, 653-5, and 653-7 as the applicable SINs. Prior to the issuance of the
    2018 RFQ, on December 5, 2017, Ms. Spangler, a GSA Contracting Officer, sent an email
    message to Mr. Ohene and Ms. Reeves that stated:
    To support your research please find attached a pricing sheet for the
    Schedule 48 employee relocation contracts. This sheet includes the NAICS
    for each SIN and contractor business size classification by SIN as of today.
    As you can see, Schedule 48 employee relocation contracts may include
    multiple NAICS with different business classifications. The Schedule COs
    made NAICS determinations for these contracts based on the
    preponderance of work to be performed under the contract at time of award.
    FAR 8.405-5(b) states that “Ordering activities should rely on the small
    business representations made by schedule contractors at the contract
    Government after release of the 2018 RFQ.” Defendant argues that the court “should
    strike the declaration of William Mulholland” because “the declaration contains no
    information that is relevant to any of the issues being protested.” The defendant is correct
    that, upon review, there appears to be no information necessary for the court’s judicial
    review in the above-captioned bid protest included in Mr. Mulholland’s declaration. The
    court, therefore, declines to supplement the administrative record with the declaration
    signed by Mr. Mulholland. Mr. Mulholland’s offered additional information regarding an
    invoicing dispute between ARC and CBP does not alter the court’s conclusion that CBP
    adequately engaged in acquisition planning and conducted market research prior to
    issuing the 2018 RFQ.
    43
    level.” However, in situations where a MAS contract includes multiple
    NAICS, the ordering CO’s are responsible for assigning the order level
    NAICS which best corresponds to the work being performed. The order
    level CO should be re-certifying businesses at the order level per SBA at 71
    Federal Register 220 (November 15, 2006), Page 66439. Due to the fact
    that a contractor’s business size may be different at the MAS level from the
    Ordering Level, with regards to schedule SB set-asides competitors have
    an avenue for business size protest through the ordering CO.
    I’m hoping the attachment will provide the documentation needed for your
    market research and resulting decision for acquisition strategy.
    Ms. Spangler also informed Ms. Reeves and Mr. Ohene that Sibcy Cline Relocation
    Services informed GSA that Sibcy Cline Relocation Services “will not renew its option and
    will expire 3/17/18,” which was reflected in the December 5, 2017 spreadsheet. On
    December 13, 2017, Ms. Spangler sent to Ms. Reeves and Mr. Ohene an updated
    spreadsheet that “was updated to correct NAICS codes & add comments on expiration
    dates.” As the parties have stipulated, Ms. Spangler’s December 13, 2017 spreadsheet
    listed the following NAICS Codes for each SIN:
    SIN 653-1: NAICS Codes 531210 and 531190, with two businesses listed
    as small business certified: Choice Relocation Management and Sibcy
    Cline Relocation Services
    SIN 653-4: NAICS Codes 531390, 531210 and 541511, with two
    businesses listed as small business certified: Choice Relocation
    Management and Sibcy Cline Relocation Services
    SIN 653-5: NAICS Codes 531210 and 531190, with two businesses listed
    as small business certified: Choice Relocation Management and Sibcy
    Cline Relocation Services
    SIN 653-7: NAICS Code 484210, with nine business listed as small
    business certified: American Relocation Connections, Choice Relocation
    Management, Reliance Relocation Services, Sibcy Cline Relocation
    Services, TRF Global Mobility, Life International Companies, Move
    Management Center, Relocation Management Worldwide, and Weleski
    Transfer.
    Based on the December 13, 2017 spreadsheet and Sibcy Cline Relocation Services’
    statement that it “will not renew its option and will expire 3/17/18,” the only certified small
    business under NAICS Codes 531210, 531190, and 541511 was Choice Relocation
    Management, although, according to the December 13, 2017 spreadsheet, there were
    44
    seven certified small businesses under NAICS Code 484210.18 The December 5, 2017
    spreadsheet and December 13, 2017 spreadsheet also provided a “Rate Comparison”
    among all of the vendors listed under each SIN.
    According to the undated First Market Research Report, CBP then determined that
    the applicable NAICS Code for the 2018 RFQ was NAICS Code 531210, titled “Offices of
    Real Estate Agents and Brokers,” rather than NAICS Code 484210, titled “Used
    Household and Office Goods Moving,” which the CBP utilized for the 2017 RFQ. The
    undated First Market Research Report stated:
    GSA schedule 48-Transportation, Delivery, and Relocation Solutions
    vehicle is able to meet this requirement based on market research.
    Schedule 48 was created to assist federal agencies with respect to
    relocation services. The schedule contains the following applicable
    SINs/NAICS for the CBP Relocation Services acquisition:
    SIN 653-1, Relocation Services Package (Homesale Assistance) NAICS
    531210 & 531390
    SIN 653-4, Additional Services NAICS 531210 & 531390
    SIN 653-5, Agency Customization Service NAICS 531210 & 531390
    SIN 653-7, Move Management Services NAICS 484210
    The CBP Relocation acquisition encompasses the above SINs/NAICS.
    Given the multiple NAICS associated with the above reference [sic] SINs,
    the applicable NAICS at the order level for the preponderance of work ($
    value) to be performed under the resultant contract is NAICS 531210 (Office
    of Real Estates and Brokers). NAICS 531210 is being utilized given the
    higher estimated value of work to be performed under the NAICS relative to
    the other NAICS being utilized for this acquisition as supported by
    Independent Government Cost Estimate.
    Thereafter, on January 19, 2018, CBP issued the 2018 RFQ as an unrestricted
    procurement, and, on February 5, 2018, CBP issued an amendment to the 2018 RFQ,
    which indicates that NAICS Code 531210 is the applicable NAICS Code for the 2018
    RFQ.
    Contrary to ARC’s position, the administrative record indicates that CBP did
    undertake acquisition planning and market research prior to selecting the FSS as the
    method for obtaining employee relocation services for the 2017 RFQ, as well as additional
    acquisition planning and market research prior to issuing the 2018 RFQ. As discussed
    above, the email messages exchanged between Mr. Ohene and Mr. Ischkum indicate
    18Reliance Relocation Services, which is listed as a small business under NAICS Code
    484210 in the December 5, 2017 and December 13, 2017 spreadsheets, had informed
    the GSA, which had informed CBP, that Reliance Relocation Services was going to be
    recertifying as a “large business.”
    45
    that the CBP identified its upcoming need for employee relocation services as early as
    March 2017. The CBP’s June 19, 2017 Acquisition Plan indicates that CBP had
    previously, successfully used the FSS to acquire employee relocation services, noted that
    Schedule 48, which is titled “Transportation, Delivery and Relocation Solutions,” was
    “created to assist federal agencies offering relocation benefits for employees and their
    families,” stated that the SINs listed on Schedule 48 of the FSS covered the CBP’s
    requirements, stated that “[m]arket research conducted for this acquisition can be
    procured via GSA Schedule 48,” and reasoned that using the FSS permitted the CBP to
    complete its procurement process in an efficient manner, all of which suggested to the
    agency that the FSS was an effective method for acquiring employee relocation services.
    Although the CBP’s June 19, 2017 Acquisition Plan was created in connection with the
    2017 RFQ, which requested employee relocation services under SINs 653-1, 653-4, 653-
    5, and 653-7, the reasoning in the June 19, 2017 Acquisition Plan directly supports the
    use of Schedule 48 of the FSS for the 2018 RFQ, which also requested employee
    relocation services under SINs 653-1, 653-4, 653-5, and 653-7, albeit with revised pricing
    and a revised statement of work for SIN 653-7. See FAR § 10.002(b)(1) (“The contracting
    officer may use market research conducted within 18 months before the award of any
    task or delivery order if the information is still current, accurate, and relevant.”). As
    indicated in Ms. Reeves’ December 8, 2017 email message to Mr. Ohene, the CBP
    anticipated that its “estimates on our volumes [for employee relocation services] for the
    next 4 years should still be the same” for the 2018 RFQ and that CBP’s 2018 RFQ is
    requesting “the same services that we previously had,” although, as noted in Mr. Ohene’s
    December 8, 2017 response, vendors would not be submitting pricing for the shipment of
    Household Goods because “CHAMP will be handling this.” ARC also states that “there is
    no fundamental change to the services being acquired” under the 2018 RFQ, but that the
    CBP “simply changed the pricing the contractor could charge for move management
    services, i.e., such charges were limited to the CHAMP tariffs.”
    The June 19, 2017 Acquisition Plan was developed less than seven months before
    CBP issued the 2018 RFQ on January 19, 2018, and ARC has not identified any
    information in the administrative record indicating that Schedule 48 of the FSS, which is
    titled “Transportation, Delivery and Relocation Solutions,” had become an ineffective
    vehicle for the CBP’s procurement of employee relocation services during that time
    period. Under the existing regulations, the CBP had broad discretion when selecting
    which method of contracting to utilize for the acquisition, and the administrative record
    indicates that the CBP engaged in acquisition planning prior to selecting Schedule 48 of
    the FSS to acquire employee relocation services, as the CBP had done in the past when
    acquiring employee relocation services, and that CBP had a rational basis for selecting
    the FSS vehicle. See Tyler Constr. Grp. v. United States, 
    570 F.3d at 1334
     (stating that
    an agency “has broad discretion to determine what particular method of procurement will
    be in the best interests of the United States in a particular situation” (citing E.W. Bliss Co.
    v. United States, 
    77 F.3d at 449
    ; and Lockheed Missiles & Space Co. v. Bentsen, 
    4 F.3d at 958
    )); see also Che Consulting, Inc. v. United States, 
    125 Fed. Cl. 234
    , 245 (2016)
    (indicating that an agency had broad discretion in selecting the method of contracting to
    use and stating that the agency “had the right to award the contract under the FSS
    program”); K-Lak Corp. v. United States, 98 Fed. Cl. at 6 (“[A] procuring agency is free to
    46
    decide whether to use the FSS without regard to whether the requirement has been or
    could be met through a set-aside or preference program.”). Indeed, the protestor, ARC,
    indicated at the September 5, 2018 oral argument that ARC was not asserting that it was
    improper for the CBP to utilize the FSS to procure employee relocation services, but only
    that the CBP’s decision to utilize the FSS lacked a rational basis because ARC failed to
    perform acquisition planning and market research prior to selecting the FSS as the
    method for obtaining employee relocation services, which is not supported by the
    administrative record.
    Regarding ARC’s allegation that the CBP did not perform any market research
    prior to “changing the small business size standard applicable to the Procurement” or
    “releasing the RFQ as an unrestricted procurement,” the administrative record indicates
    that Ms. Spangler of the GSA sent CBP contracting personnel a detailed spreadsheet on
    December 5, 2017 and an updated, detailed spreadsheet on December 13, 2017
    identifying vendors under SINs 651-1, 653-4, 653-5, and 653-7 and indicating whether
    each vendor identified in the spreadsheets was certified as a small business or an other
    than small business for certain NAICS Codes applicable to the four SINs.
    The FAR requires that CBP “[c]onduct market research appropriate to the
    circumstances” to determine “if sources capable of satisfying the agency’s requirements
    exist,” and, the agency, including Mr. Ohene and Ms. Reeves of the CBP, had discretion
    when determining the extent and the nature of the market research to conduct prior to
    issuing the 2018 RFQ. See Sigmatech, Inc. v. United States, 
    136 Fed. Cl. 346
    , 352 (2018)
    (“FAR Part 10 provides that an agency has substantial discretion in determining how
    much and what type of market research is ‘appropriate to the circumstances’ for the
    purpose of ‘[d]etermining if sources capable of satisfying the agency’s requirements
    exist.’” (alteration in original) (quoting FAR § 10.001(a)) (citation omitted)); see also
    Advanced Am. Constr., Inc. v. United States, 
    111 Fed. Cl. 205
    , 226 (2013) (“[T]he agency
    enjoys substantial discretion in determining how much and what type of market research
    is ‘appropriate to the circumstances’ for the purpose of ‘[d]etermin[ing] if sources capable
    of satisfying the agency’s requirements exist.’” (second and third alterations in original)
    (quoting FAR § 10.001(a))); Assessment & Training Sols. Consulting Corp. v. United
    States, 
    92 Fed. Cl. 722
    , 731 (2010) (“The court agrees with defendant that the Contracting
    Officer had discretion under the relevant regulations to conduct market research
    ‘appropriate to the circumstances.’” (quoting FAR § 10.001(a))). The work and review
    evidenced by the December 5, 2017 spreadsheet and December 13, 2017 spreadsheet
    acquired from Ms. Spangler of the GSA satisfied CBP’s obligation to undertake market
    research appropriate to the circumstances in order to determine whether there were
    sources capable of satisfying the CBP’s requirements under Schedule 48 of the FSS and
    the agency’s actions in this regard were not arbitrary and capricious. Both spreadsheets
    indicate that there were multiple vendors potentially available under Schedule 48 capable
    of providing to the CBP the services listed under SINs 651-1, 653-4, 653-5, and 653-7.
    According to FAR § 10.002(b)(2), market research may include “[c]ontacting
    knowledgeable individuals in Government and industry regarding market capabilities to
    meet requirements,” which, is what CBP did when it obtained the December 5, 2017
    spreadsheet and December 13, 2017 from Ms. Spangler, GSA’s “CO who oversees the
    47
    relocation contracts” and “manages these [relocation] contracts.” See FAR
    § 10.002(b)(2)(i). The undated First Market Research Report indicates that CBP also
    conducted market research by reviewing “IBIS World, a renowned magazine that
    publishes the largest collection of reports, analysis, statistics and future trends in various
    industries,” which the undated First Market Research Report indicates “provides a
    positive assessment of the relocation services commercial market place.” See FAR
    § 10.002(b)(2)(vii) (stating that market research may include “[r]eviewing catalogs and
    other generally available product literature published by manufacturers, distributors, and
    dealers or available on-line”). FAR Part 10 states that market research “should include”
    consideration of the “[s]ize and status of potential sources (see part 19),” while also noting
    that the “extent of market research will vary depending on such factors as urgency,
    estimated dollar value, complexity, and past experience.” See FAR § 10.002(b)(1)(vii).
    Although FAR § 19.501(c) states that the “contracting officer shall perform market
    research and document why a small business set-aside is inappropriate when an
    acquisition is not set aside for small business,” FAR Part 19 does not apply to blanket
    purchase agreements placed under the FSS. See FAR § 8.404(a) (stating that FAR Part
    19 does not apply to blanket purchase agreements placed under the FSS); see also K-
    Lak Corp. v. United States, 98 Fed. Cl. at 2 n.3; Navarro Research & Eng’g, Inc. v. United
    States, 
    94 Fed. Cl. 224
    , 233 (2010) (“FAR Part 8.4 expressly exempts FSS contracts from
    the requirements of Parts 13, 14, 15, and 19.” (citing FAR § 8.404(a))).
    The court is not persuaded by ARC’s argument that “[c]learly Mr. Ohene, or others
    at the Agency, had made a decision to remove the acquisition from the small business
    program before they had made contact with [Ms.] Spangler. In fact, it appears a decision
    may have been made in November of 2017.” In an attempt to support its position, ARC
    cites to a November 28, 2017 email message in a series of email messages between Mr.
    Ohene and Ms. Reeves and to a December 6, 2017 email message from Mr. Ohene to
    Ms. Spangler. In the November 2017 email messages between Ms. Reeves and Mr.
    Ohene, on November 16, 2017, Mr. Ohene asked Ms. Reeves to send him “some names
    of Relocation Vendors that showed good capability and can be used as part our Market
    Research.” Ms. Reeves responded on November 22, 2017 by sending Mr. Ohene the list
    of five “vendors that we identified when preparing for the DHS Relocation Service
    Contract.” Subsequently, on November 28, 2017, Ms. Reeves sent another email
    message to Mr. Ohene, which stated “[s]till on track to getting you the SOW by COB
    Thursday [November 30, 2017]. Is there anything else that I should be working on? If so,
    could you provide me with a list of expected deliverables so I can plan accordingly.” That
    same day, on November 28, 2017, Mr. Ohene sent an email message to Ms. Reeves
    stating:
    Thanks for the information. I look forward to the SOW. We will have to tweak
    some of the initial documents used in FY17 due to the change in the
    acquisition strategy.
       Market Research
       Acquisition Plan
    48
    I will work on the above two and send them to you. In addition, we will have
    to work on the Evaluation Factors that will be used to make the award. Terri
    provided a Sample Evaluation Factors that we can tweak for our acquisition.
    We may also need to tweak the attached Independent Government Cost
    Estimate. According to Terri, we will be paying fees to the Contractor who
    will be coordinating the HHG shipping with a CHAMP carrier so our IGCE
    needs to reflect the estimated fee and not the actual HHG amount as it is
    currently listed in the attached. We can use an average of fees off the GSA
    Relocation Schedule for our IGCE.
    Mr. Ohene’s November 28, 2017 email message, including Mr. Ohene’s vague reference
    to a “change in the acquisition strategy,” does not specifically indicate that, as of
    November 28, 2017, CBP “had made a decision to remove the acquisition from the small
    business program,” as ARC asserts, but only that Mr. Ohene anticipated that CBP would
    have to perform additional research related to CBP’s upcoming acquisition of employee
    relocation services because of the change in pricing.
    In the December 6, 2017 email message, cited by protestor in an attempt by ARC
    to demonstrate that CBP had made a decision to release the procurement as an
    unrestricted procurement prior conducting market research, Mr. Ohene is responding to
    Ms. Spangler’s December 5, 2017 email messages, in which Ms. Spangler sent to CBP
    contracting personnel the December 5, 2017 spreadsheet and provided additional
    information about the notifications received from Sibcy Cline Relocation Services and
    Reliance Relocation Services. In the December 6, 2017 email message, Mr. Ohene
    states:
    Thanks for the pricing sheet and the additional information regarding Sibcy
    and Relo Direct. We plan on opening up the acquisition to both large and
    small business probably - [redacted] vendors based on market research
    information. As we move further in the acquisition, I will let you know if
    anything else is needed.
    As of December 6, 2017, CBP had conducted market research that indicated that
    Schedule 48 of the FSS was an efficient tool for CBP’s upcoming acquisition of employee
    relocation services, which was documented in the June 19, 2017 Acquisition Plan, and
    CBP was in possession of the December 5, 2017 spreadsheet indicating whether vendors
    were certified as a small business or as an other than small business under NAICS Codes
    associated with SINs 653-1, 653-4, 653-5, and 653-7. Mr. Ohene only states in his
    December 6, 2017 email message to Ms. Spangler that CBP “probably” will issue the
    2018 RFQ to “both large and small business,” which Mr. Ohene states is based on “market
    research information.” The CBP then received the December 13, 2017 spreadsheet from
    Ms. Spangler, and the undated First Market Research Report, which Mr. Ohene indicates
    in his July 17, 2018 declaration was created on or about December 18, 2017, states that,
    “based on information obtained through the GSA Contracting Officer in charge of
    Relocation Program, there was a not reasonable expectation that CBP would receive
    three small business proposals needed for maximum competition,” as the only business
    49
    identified in the December 5, 2017 and the December 13, 2017 spreadsheet as being a
    certified small business under NAICS Code 531210 was Choice Relocation Management.
    ARC also argues that the CBP violated the SBA regulation at 
    13 C.F.R. § 125.2
    (c)(2), which states that “[e]ach agency, as part of its acquisition planning, must
    conduct market research to determine the type and extent of foreseeable small business
    participation in the acquisition,” and also that, during the market research phase, a
    procuring agency “must consult with the applicable PCR [SBA Procurement Center
    Representative] (or if a PCR is not assigned to the procuring activity, the SBA Office of
    Government Contracting Area Office serving the area in which the buying activity is
    located) and the activity’s Small Business Specialist.” ARC further asserts that the CBP
    violated 
    13 C.F.R. § 125.2
    (c)(3)(iv), which states that, when a requirement includes goods
    or services currently being performed by a small business, an agency must provide to the
    SBA a written statement at least thirty days prior to issuing a solicitation when a proposed
    acquisition strategy “[i]ncludes in its description goods or services the magnitude of the
    quantity or estimated dollar value of which would render small business prime contract
    participation unlikely.” Defendant, however, asserts that CBP did not have to comply with
    
    13 C.F.R. § 125.2
    (c) because CBP had selected the FSS as the acquisition vehicle for its
    procurement. Defendant argues that “[w]e do not dispute that orders issued against a
    multiple award schedule – including the solicitation at issue here – are contemplated
    within certain provisions set forth at 
    13 C.F.R. § 125.2
    . But none of those provisions affect
    this procurement.” According to defendant, “the only provision of the regulation that
    speaks directly to this procurement is found at [13 C.F.R.] § 125.2(e)(6)(i), which gives
    the contracting officer ‘the authority to set-aside orders against Multiple Award Contracts
    that were competed on a full and open basis.’” (footnote omitted) (quoting 
    13 C.F.R. § 125.2
    (e)(6)). Defendant cites to K-Lak Corp. v. United States, 98 Fed. Cl. at 6, and
    asserts in a parenthetical that, “because the agency chose to use the FSS after the
    incumbent’s contract expired, it was not required to comply with Rule of Two or any of the
    other regulations applicable to small businesses.” According to defendant, 
    13 C.F.R. § 125.2
    (c) is “inapplicable” to the CBP’s procurement and “irrelevant” to ARC’s protest, as
    
    13 C.F.R. § 125.2
    (c) “only applies to acquisitions at the Multiple Award Contract level”
    and not “to Part 8.4 task orders.”
    In K-Lak Corp. v. United States, the United States Court of Federal Claims
    reviewed a protestor’s challenge to an agency’s decision to “procure credit reports using
    the Federal Supply Schedule (‘FSS’) rather than continue its procurement pursuant to the
    requirement it had set aside for small businesses in 2007.” See K-Lak Corp. v. United
    States, 98 Fed. Cl. at 1. The court in K-Lak Corp. stated that the protestor had “not cited
    and the court has not found any statutory or regulatory support for the plaintiff’s underlying
    contention that, where the required goods or services are available from the FSS, the
    FAR or SBA rules mandate that an agency continue to procure the goods or services as
    a small business set-aide.” Id. at 6. The court in K-Lak Corp. explained that the “language
    in FAR 8.404(a), FAR 38.101(e), and FAR 19.502-1(b), quoted above, makes it plain that
    the small business set aside rules relied upon by the plaintiff do not apply to purchases
    under the FSS.” Id. According to the court in K-Lak Corp. v. United States, “because the
    Air Force decided to use the FSS after K-LAK’s [the protestor’s] contract expired, the Air
    50
    Force was not required to comply with the Rule of Two or any of the other regulations
    applicable to small businesses that the plaintiff relies upon in its complaint and
    subsequent briefing.” Id. The court in K-Lak Corp. v. United States, however, did not
    specifically address or cite the SBA regulation cited by ARC, 
    13 C.F.R. § 125.2
    , but
    indicated that the “Rule of Two” is inapplicable to procurements under the FSS, which is
    consistent with this court’s conclusion that, when issuing an order under the FSS, an
    agency is not required to set aside a procurement for small businesses even when there
    is a reasonable expectation that at least two small businesses will submit offers and that
    award will be made at a fair market price, as discussed above. Furthermore, the SBA
    regulation cited by ARC, 
    13 C.F.R. § 125.2
    , has been updated multiple times since the
    court in K-Lak Corp v. United States issued its opinion on March 3, 2011, and the
    requirements cited by ARC were not in the version of 
    13 C.F.R. § 125.2
     in effect on March
    3, 2011.19
    The regulations cited by ARC stem from the Small Business Jobs Act of 2010,
    Pub. L. No. 111-240, 
    124 Stat. 2504
     (the Jobs Act), which was signed into law on
    September 27, 2010. Section 1331 of the Jobs Act, titled “RESERVATION OF PRIME
    CONTRACT AWARDS FOR SMALL BUSINESSES,” amended the statute at 
    15 U.S.C. § 644
     “by adding at the end” the following language:
    (r) MULTIPLE AWARD CONTRACTS.--Not later than 1 year after the date
    of enactment of this subsection, the Administrator for Federal Procurement
    Policy and the Administrator [of the SBA], in consultation with the
    Administrator of General Services, shall, by regulation, establish guidance
    under which Federal agencies may, at their discretion--
    (1) set aside part or parts of a multiple award contract for small business
    concerns, including the subcategories of small business concerns
    identified in subsection (g)(2);
    (2) notwithstanding the fair opportunity requirements under section
    2304c(b) of title 10, United States Code, and section 303J(b) of the
    Federal Property and Administrative Services Act of 1949 (41 U.S.C.
    253j(b)), set aside orders placed against multiple award contracts for
    small business concerns, including the subcategories of small business
    concerns identified in subsection (g)(2); and
    (3) reserve 1 or more contract awards for small business concerns under
    full and open multiple award procurements, including the subcategories
    of small business concerns identified in subsection (g)(2).
    19 As discussed below, the requirements cited by ARC were implemented and
    incorporated into 
    13 C.F.R. § 125.2
     on October 2, 2013, with an effective date of
    December 31, 2013. See Acquisition Process: Task and Delivery Order Contracts,
    Bundling, Consolidation, 
    78 Fed. Reg. 61,114
     (Oct. 2, 2013).
    51
    (capitalization in original).
    On November 2, 2011, the Department of Defense (DoD), the GSA, and the
    National Aeronautics and Space Administration (NASA) issued an interim rule amending
    the FAR to implement Section 1331 of the Jobs Act. See Federal Acquisition Regulation;
    Set-Asides for Small Business, 
    76 Fed. Reg. 68,032
    , 68,032 (Nov. 2, 2011). The interim
    rule noted that the SBA and the Office of Federal Procurement Policy have requested
    “that DoD, GSA, and NASA publish this interim rule in order to provide agencies with
    guidance that they can use in taking advantage of this important tool, while SBA
    completes the drafting and coordination of a proposed rule that will set forth more specific
    guidance.” Id. at 68,033. The interim rule stated that it amended:
    • FAR subpart 8.4 to make clear that order set-asides may be used in
    connection with the placement of orders and blanket purchase
    agreements under Federal Supply Schedules;
    • FAR subpart 12.2 to acknowledge that discretionary set-asides may be
    used if placing an order under a multiple-award contract;
    • FAR subpart 16.5 to acknowledge that set-asides may be used in
    connection with the placement of orders under multiple-award contracts,
    notwithstanding the requirement to provide each contract holder a fair
    opportunity to be considered;
    • FAR part 19 to add a new section authorizing agencies to (1) use set-
    asides under multiple-award contracts— including set-asides for small
    businesses participating in the small business programs identified in FAR
    19.000(a)(3); and (2) reserve one or more contract awards under multiple-
    award contracts for small businesses, including any of the socio-economic
    groups; and
    • FAR subpart 38.1 to add a reference to FAR 8.405–5 to make clear that
    order set-asides may be used in connection with the placement of orders
    and blanket purchase agreements under Federal Supply Schedules.
    Id.
    On May 16, 2012, the SBA published a proposed rule to amend the SBA’s
    regulations in order to implement Section 1331 of the Jobs Act. See Acquisition Process:
    Task Order and Delivery Order Contracts, Bundling, Consolidation, 
    77 Fed. Reg. 29,130
    ,
    29,130 (proposed May 16, 2012). In the SBA’s proposed rule, the SBA stated:
    [T]he SBA has proposed to define the term multiple award contract to mean:
    (1) A multiple award schedule contract issued by the GSA (e.g., GSA
    Federal Supply Schedule contract) or agencies granted Multiple Award
    Schedule contract authority by GSA (e.g., Department of Veterans Affairs)
    52
    as described in FAR part 38 and subpart 8.4; (2) a multiple award task-order
    or delivery-order contract issued in accordance with FAR subpart 16.5,
    including Governmentwide acquisition contracts; and (3) any other IDIQ
    contract entered into with two or more sources pursuant to the same
    solicitation. SBA notes that although it is proposing to include a specific
    reference to GSA Schedules as part of the definition of multiple award
    contract, the proposed rule is not meant to infringe upon GSA’s authority for
    the MAS Program pursuant to 41 U.S.C. 152(3).
    See id. at 21,139. Under a heading labeled “Order set-asides,” the SBA stated, in full:
    The proposed rule also lays out processes, at [13 C.F.R.] § 125.2(e)(6), that
    permit agencies, when awarding multiple award contracts pursuant to full
    and open competition without either partial set-asides or reserves, to make
    commitments to set aside orders, or preserve the right to consider set-
    asides, when the rule of two is met. The contracting officer would state in
    the solicitation and resulting contract what process would be used—e.g.,
    automatic application of set-asides or preservation of right to consider set-
    asides. These alternatives maximize agencies’ flexibility in exercising their
    discretion to determine when and how best to use set-asides under multiple
    award contracts.
    Finally, the proposed rule states at [13 C.F.R.] § 125.1(k) that the term
    ‘‘multiple award contract’’ includes MAS contracts issued by GSA—or
    agencies to which GSA has delegated authority. This clarification is
    consistent with the interim FAR rule which, as explained above, states (at
    FAR 8.405–5(a)) that order set-asides may be used in connection with the
    placement of orders and BPAs under MAS contracts. The MAS Program
    provides an important contracting gateway to help agencies reach small
    businesses. It is the largest acquisition program in the Federal Government
    built on MACs; nearly $40 billion in sales went through the MAS contracts
    managed by GSA in FY 2011. As a general matter, SBA anticipates that
    Schedule orders would be conducted using a modified version of the
    process set forth at [13 C.F.R. §] 125.2(e)(6). A contracting officer, at his or
    her discretion, may set aside a Schedule order by including language in its
    request for quote that the order is a set aside for small business and only
    quotes submitted by a small business concern (or a specific category of
    small businesses) will be accepted. GSA’s Federal Acquisition Service is
    modifying its schedules to include all appropriate set-aside clauses and has
    developed both written and webinar training for agency customers. For
    additional information on using setasides [sic] on orders, agencies should
    go to www.gsa.gov.
    Id. at 29,131 (emphasis in original). Under a heading labeled “Documentation of
    consideration given to section 1331 authorities,” the SBA stated:
    53
    Although these documentation requirements are spelled out in the
    proposed rule, SBA does not view them as creating new burdens for agency
    contracting officers. To the contrary, SBA believes these requirements
    reinforce responsibilities which serve the purpose of increasing
    opportunities for small businesses that already are in the FAR, such as FAR
    19.501(c), which states, as a general matter, that ‘‘the contracting officer
    shall perform market research and document why a small business set-
    aside is inappropriate when an acquisition is not set aside for small
    business.’’
    Id. When discussing the proposed regulations at 
    13 C.F.R. § 125.2
    (b)-(c), regarding the
    SBA’s responsibilities and the procuring agency’s responsibilities in acquisition planning,
    the SBA does not appear to mention orders placed against the FSS, but, rather, discusses
    a procuring agency’s responsibilities when issuing the solicitation underlying a multiple
    award contract. See id. at 29,141-42. When discussing the proposed rule at 
    13 C.F.R. § 125.2
    (e), the SBA discusses requirements applicable to a “multiple award contract,” as
    well as to “set-aside orders issued against a multiple award contract.” See id. at 29,142.
    Regarding the SBA’s Procurement Center Representatives, the SBA stated that the
    “SBA’s procurement center representatives (PCRs) may review acquisitions involving the
    award of multiple award contracts or orders issued against such contracts that are not
    set-aside for small businesses or where no awards have been reserved for small
    businesses.” Id. at 29,132.
    On October 2, 2013, the SBA issued its final rule amending the “SBA’s regulations
    to establish policies and procedures for setting aside, partially setting aside and reserving
    Multiple Award Contracts for small business concerns” and for “establishing policies and
    procedures for setting aside task and delivery orders for small business concerns under
    Multiple Award Contracts.” See 78 Fed. Reg. at 61,114. In issuing the final rule, the SBA
    stated:
    Of particular note, the final rule, like the proposed rule, preserves the
    discretion that section 1331 vests in agencies to decide whether or not to
    use any of the enumerated set-aside and reserve tools. There is nothing in
    the rule that compels an agency to award a multiple award contract with a
    partial set-aside, contract reserve, or contract clause that commits (or
    preserves the right) to set aside orders when the “rule of two” is met. The
    rule only requires that agencies consider these tools before awarding the
    multiple award contract and, if they choose not to use any of them,
    document the rationale. Agencies have the discretion to forego using the
    section 1331 tools even if the requirements could be met; they simply need
    to explain how their planned action is consistent with the best interests of
    the agency and the agency’s overarching responsibility to provide maximum
    practicable opportunities for small businesses . . . .
    54
    In sum, this final rule will provide adequate tools and assurances that
    agencies will maximize small business participation on multiple award
    contracts without compromising the greater flexibility and leverage agencies
    have in conducting procurements through multiple award contracts.
    Id. at 61,116. In a section titled “GSA Multiple Award Schedule Program,” the SBA stated
    that the “SBA believes that contracting officers must give appropriate consideration to the
    utilization of small businesses during acquisition planning” and that “[a]gencies realize
    they are able to use the GSA MAS program for strategic sourcing purposes while at the
    same time setting aside orders for small business to maximize participation of small
    businesses in Federal contracting.” See id. at 61,125. The SBA also stated that the “SBA
    has clarified in the final rule that PCRs will only review multiple award contracts where
    the agency has not set-aside all or part of the acquisition or reserved the acquisition for
    small businesses.” Id. The SBA, again, discussed the pre-existing requirement to conduct
    market research concerning potential small business participation at FAR § 19.501(c) and
    stated:
    The majority of respondents believe, and SBA agrees, that the contracting
    officer should be required to document the decision to not use one of the
    authorities and that this is not a burden on contracting officers since they
    are always required to consider the use of small businesses during
    acquisition planning. In addition, we believe that the rule needs to
    specifically address this fact in order to avoid any confusion on this issue.
    Id. at 61,124-25.
    The SBA regulation at 
    13 C.F.R. § 125.2
     states that “these regulations apply to all
    types of Federal Government contracts, including Multiple Award Contracts, and
    contracts for architectural and engineering services, research, development, test and
    evaluation.” 
    13 C.F.R. § 125.2
    (a); see also Edmond Sci. Co., B-410179 et al., 
    2014 WL 6199127
    , at *5 (Comp. Gen. Nov. 12, 2014) (“Subsection 125.2(a) states that the
    regulations apply to multiple award contracts.”). The regulation at 
    13 C.F.R. § 125.1
     states
    that the term “Multiple Award Contract” includes a “Multiple Award Schedule contract
    issued by GSA (e.g., GSA Schedule Contract) or agencies granted Multiple Award
    Schedule contract authority by GSA (e.g., Department of Veterans Affairs) as described
    in FAR part 38 and subpart 8.4.” The definition of “Multiple Award Contract” provided in
    
    13 C.F.R. § 125.1
     does not identify an order issued against an existing “Multiple Award
    Contract,” such as the FSS. See 
    13 C.F.R. § 125.1
     (2018). The SBA regulation at 
    13 C.F.R. § 125.1
     defines contract as follows:
    Contract, unless otherwise noted, has the same definition as set forth in
    FAR 2.101 (48 U.S.C. 2.101) and includes orders issued against Multiple
    Award Contracts and orders competed under agreements where the
    execution of the order is the contract (e.g., a Blanket Purchase Agreement
    (BPA), a Basic Agreement (BA), or a Basic Ordering Agreement (BOA)).
    55
    The SBA definition immediately above appears inconsistent with the history of 
    13 C.F.R. § 125.2
    , which does not indicate that the SBA intended for the regulation at 
    13 C.F.R. § 125.2
    (c) to apply to orders placed against the FSS. The SBA stated when issuing
    its final rule that the final rule “only requires that agencies consider these tools [in Section
    1331 of the Jobs Act] before awarding the multiple award contract and, if they choose not
    to use any of them, document the rationale,” which indicates that the SBA intended to
    promulgate requirements applicable to solicitations at the multiple award contract level,
    but not at the order level. See 78 Fed. Reg. at 61,116. In issuing the proposed rule, the
    SBA stated that the “Schedule orders would be conducted using a modified version of the
    process set forth at [13 C.F.R. §] 125.2(e)(6),” which, in the current version of 
    13 C.F.R. § 125.2
    (e)(6), is titled “Set-aside of orders against Full and Open Multiple Award
    Contracts.” See 
    13 C.F.R. § 125.2
    (e)(6). Under 
    13 C.F.R. § 125.2
    (e), titled “Multiple
    Award Contract,” “[t]he procuring agency contracting officer must document the contract
    file and explain why the procuring agency did not partially set-aside or reserve a Multiple
    Award Contract, or set-aside orders issued against a Multiple Award Contract, when
    these authorities could have been used,” which is consistent with the SBA’s statement
    that its final rule “only requires that agencies consider these tools [in Section 1331 of the
    Jobs Act] before awarding the multiple award contract and, if they choose not to use any
    of them, document the rationale.” See 
    13 C.F.R. § 125.2
    (e)(1)(iii). Under 
    13 C.F.R. § 125.2
    (e)(2), titled “Total Set-aside of Multiple Award Contracts,” the contracting officer
    also “must conduct market research to determine whether the ‘rule of two’ can be met. If
    the ‘rule of two’ can be met, the contracting officer must follow the procedures for a set-
    aside set forth in paragraph (f) of this section.” See 
    13 C.F.R. § 125.2
    (e)(2)(i). Under 
    13 C.F.R. § 125.2
    (e)(6), titled “Set-aside of orders against Full and Open Multiple Award
    Contracts,” the subsection which the SBA indicated to be the section relevant to setting
    aside schedule orders, there is no requirement that an agency conduct market research
    regarding the extent of potential small business participation prior to setting aside a
    schedule order. Rather, 
    13 C.F.R. § 125.2
    (e)(6)(i) states that “the contracting officer has
    the authority to set-aside orders against Multiple Award Contracts that were competed on
    a full and open basis.” See 
    13 C.F.R. § 125.2
    (e)(6)(i).
    Moreover, interpreting the requirements in 
    13 C.F.R. § 125.2
    (c) to apply to orders
    placed under the FSS would be inconsistent with the FAR. In both the proposed rule and
    final rule, the SBA stated that the requirement to conduct market research concerning
    potential small business participation, which is reflected in the current version of 
    13 C.F.R. § 125.2
    (c)(2), was not a new requirement because FAR § 19.501(c) already required
    contracting officers to conduct market research concerning small businesses. The
    requirement cited by ARC at 
    13 C.F.R. § 125.2
    (c)(3)(iv) is substantially similar to the
    regulation at FAR § 19.202-1(e)(1) (2018), as both regulations require that a written
    statement be sent to an SBA Procurement Center Representative when a small business
    is currently performing a requirement for goods or services and the magnitude of the
    quantity or estimated dollar value of a proposed acquisition strategy involving those goods
    or services renders small business participation unlikely. As discussed above, however,
    FAR § 8.404(a) explicitly states that the requirements in FAR Part 19 do not apply to
    orders placed under the FSS. See FAR § 8.404(a). According to FAR § 38.101:
    56
    When establishing Federal Supply Schedules, GSA, or an agency
    delegated that authority, is responsible for complying with all applicable
    statutory and regulatory requirements (e.g., Parts 5, 6, and 19). The
    requirements of parts 5, 6, and 19 apply at the acquisition planning stage
    prior to issuing the schedule solicitation and, generally, do not apply to
    orders and BPAs placed under resulting schedule contracts except see
    8.404 and 8.405-5.
    See FAR § 38.101(e). Moreover, as discussed above, FAR Part 10 only states that market
    research “should include” consideration of the “[s]ize and status of potential sources.” See
    FAR § 10.002(b). Notwithstanding the apparent inconsistency between the language in
    
    13 C.F.R. §§ 125.1
     and 125.2 and the history of 
    13 C.F.R. § 125.2
    , as discussed below,
    ARC’s protest still fails.
    Regarding the requirement at 
    13 C.F.R. § 125.2
    (c)(2) that an agency must conduct
    market research to determine the type and extent of foreseeable small business
    participation in an acquisition, in the above-captioned bid protest, the parties have
    stipulated that the December 5, 2017 spreadsheet and December 13, 2017 spreadsheet
    indicated whether a vendor was certified as a small business under certain NAICS Codes
    applicable to the SINs included in the 2018 RFQ. As the parties have stipulated, the
    December 13, 2017 spreadsheet identified:
    SIN 653-1: NAICS Codes 531210 and 531190, with two businesses listed
    as small business certified: Choice Relocation Management and Sibcy
    Cline Relocation Services
    SIN 653-4: NAICS Codes 531390, 531210 and 541511, with two
    businesses listed as small business certified: Choice Relocation
    Management and Sibcy Cline Relocation Services
    SIN 653-5: NAICS Codes 531210 and 531190, with two businesses listed
    as small business certified: Choice Relocation Management and Sibcy
    Cline Relocation Services
    SIN 653-7: NAICS Code 484210, with nine business listed as small
    business certified: American Relocation Connections, Choice Relocation
    Management, Reliance Relocation Services, Sibcy Cline Relocation
    Services, TRF Global Mobility, Life International Companies, Move
    Management Center, Relocation Management Worldwide, and Weleski
    Transfer.
    The CBP had discretion to determine the extent of market research that must be
    conducted regarding a procurement under FAR Part 8. The information in the record
    before the court indicates that the CBP conducted sufficient market research to determine
    the type and extent of any potential small business participation under the SINs relevant
    57
    to the 2018 RFQ by obtaining research regarding the small business certifications of
    vendors under NAICS Codes associated with SINS 653-1, 653-4, 653-5, and 653-7 on
    Schedule 48 of the FSS from Ms. Spangler, GSA’s “CO who oversees the relocation
    contracts” and “manages these contracts.” See FAR § 10.002(b)(2)(i) (stating that market
    research may include “[c]ontacting knowledgeable individuals in Government and
    industry regarding market capabilities to meet requirements”). As indicated in Ms.
    Shaffer’s December 5, 2017 email to CBP contracting personnel, Ms. Spangler “put
    together information that includes small business as it relates to these contracts and can
    provide this to you directly,” which was provided to CBP in the December 5, 2017
    spreadsheet and December 13, 2017 spreadsheet. The CBP’s rationale for issuing the
    2018 RFQ as an unrestricted procurement also is documented in the undated First Market
    Research Report, which states:
    Further, based on information obtained through the GSA Contracting Officer
    in charge of Relocation Program, there was a not reasonable expectation
    that CBP would receive three small business proposals needed for
    maximum competition. Specifically, a number of small business [sic] were
    exiting the GSA Relocation program. The requirement is such the contractor
    would have to provide services across 4 SINs relevant to the acquisition,
    and the market research done did not show sufficient small businesses
    required to obtain at [sic] 2 to 3 proposals[.]
    As noted by ARC, however, the December 5, 2017 spreadsheet and December
    13, 2017 spreadsheet did not list all of the applicable NAICS Codes under SINs 653-1,
    653-4, 653-5, and 653-7. According to ARC, “reliance on these documents cannot be
    considered reasonable as they failed to reveal all relevant information regarding Schedule
    48 and the relevant SINS.” The December 13, 2017 spreadsheet, which was updated by
    GSA with additional NAICS Codes not included in the December 5, 2017 spreadsheet,
    omitted NAICS Code 484210 as an applicable NAICS Code under SIN 653-1, 653-4, and
    653-5, as well as NAICS Code 541511 as an applicable NAICS Code under SINs 653-1
    and 653-5. The December 13, 2017 spreadsheet, however, listed NAICS Code 484210
    as a NAICS Code under SIN 653-7 and NAICS Code 541511 as a NAICS Code under
    SIN 653-4. All of the potential NAICS Codes that could have been used for the 2018 RFQ,
    which were the NAICS Codes 484210, 531190, 531210, 531210, and 541511, therefore,
    were included in the December 13, 2017 spreadsheet and were before the CBP when it
    determined that the applicable NAICS Code for the 2018 RFQ was NAICS Code 531210.
    According to the SBA’s regulations:
    The contracting officer must assign a single NAICS code for each order
    issued against a Multiple Award Contract. When placing an order under a
    Multiple Award Contract with multiple NAICS codes, the contracting officer
    must assign the NAICS code and corresponding size standard that best
    describes the principle purpose of each order. In cases like the GSA
    Schedule, where an agency can issue an order against multiple SINs with
    different NAICS codes, the contracting officer must select the single NAICS
    code that best represents the acquisition.
    58
    
    13 C.F.R. § 121.402
    (c) (2018). Based on the NAICS Codes included in the December 5,
    2017 and December 13, 2017 spreadsheets, CBP was aware that it could select from
    NAICS Codes 484210, 531190, 531210, 531210, or 541511 as the applicable NAICS
    Code for the 2018 RFQ. The undated first Market Research Report indicates that CBP
    determined that the NAICS Code applicable to the 2018 RFQ was NAICS Code 531210
    because of “the higher estimated value of work to be performed under the NAICS relative
    to the other NAICS being utilized for this acquisition.”
    ARC also asks:
    [I]f the Acquisition Plan for the 2017 RFQ was the acquisition plan for the
    2018 RFQ as the Cross Motion suggests, how does the Government
    rationalize the Acquisition Plan’s findings that “small business vendors from
    GSA Multiple Award Schedule (MAS) holders will be utilized for this
    acquisition” and that the proper NAICS Code was 484210 – Household
    Goods Moving, with its decisions to release the 2018 RFQ as unrestricted
    and to change the NAICS Code?
    The administrative record indicates that the CBP performed sufficient acquisition planning
    and market research and considered the information obtained prior to selecting NAICS
    Code 531210 as the proper NAICS Code applicable to the 2018 RFQ and releasing the
    2018 RFQ as an unrestricted procurement.
    Moreover, to the extent ARC is challenging the merits of the CBP’s decision to
    select NAICS Code 531210, rather than NAICS Code 484210, as the NAICS Code
    applicable to the 2018 RFQ, the regulation at 
    13 C.F.R. § 121.1103
    (b)(1) (2018) requires
    that an “appeal from a contracting officer’s NAICS code or size standard designation must
    be served and filed within 10 calendar days after the issuance of the solicitation or
    amendment affecting the NAICS code or size standard” to the SBA’s Office of Hearings
    and Appeals, which ARC did not do prior to filing its complaint in this court. See 
    13 C.F.R. § 121.1103
    (b)(1); see also 
    13 C.F.R. § 121.402
    (d) (2018) (“The NAICS code assigned to
    a procurement and its corresponding size standard is final unless timely appealed to
    SBA’s Office of Hearings and Appeals . . . .”). An appeal to the SBA’s Office of Hearings
    and Appeals “is an administrative remedy that must be exhausted before judicial review
    of a NAICS code designation may be sought in a court.” 
    13 C.F.R. § 121.1102
     (2018).
    Therefore, ARC’s failure to appeal the CBP’s determination that NAICS Code 531210
    applied to the 2018 RFQ prevents this court from reviewing the merits of the CBP’s
    assignment of NAICS Code 531210 to the 2018 RFQ.20 See Palladian Partners, Inc. v.
    20 ARC argues that the undated First Market Research Report, which was initially
    produced as part of the agency record in ARC’s bid protest at the GAO, does “not
    constitute market research” because it “appears” that the undated First Market Research
    59
    United States, 
    783 F.3d 1243
    , 1255 (Fed. Cir. 2015) (“[I]f no party had appealed the
    contracting officer’s NAICS code selection to OHA [Office of Hearings and Appeals], it
    would not have been reviewable in court.”); see also Lawrence Battelle, Inc. v. United
    States, 
    117 Fed. Cl. 579
    , 588 (2014) (“Because LBI failed to appeal the NAICS code or
    size standard to SBA within the time allotted, it may not seek review of the NAICS code
    or size determination in this proceeding.”).
    Regarding ARC’s challenge to the CBP’s release of the 2018 RFQ as an
    unrestricted procurement, as discussed above, under the NAICS Code applicable to the
    2018 RFQ, NAICS Code 531210, the December 13, 2017 spreadsheet and that Sibcy
    Cline Relocation Services informed the GSA that Sibcy Cline Relocation would not be
    renewing its contract that was set to expire in March 2018 indicate that the only business
    certified as a small business under NAICS Code 531210 appeared to be Choice
    Relocation Services.21 The CBP, therefore, rationally exercised its discretion when
    deciding to not set aside the 2018 RFQ for small businesses and to issue the 2018 RFQ
    Report was “created to provide some support to the Agency’s otherwise wholly
    unsupported defenses to the subject Protest” and does not provide “reliable evidence to
    prove that the Agency performed the requisite market research prior to issuing the RFQ”
    on January 19, 2018. (emphasis in original). In the July 17, 2018 declaration signed by
    Mr. Ohene, Mr. Ohene indicates that the undated First Market Research Report was
    created in December 2017, but contained several errors, as discussed above. The
    portions of the undated First Market Research Report quoted by the court earlier in the
    opinion regarding the applicable NAICS Code for the 2018 RFQ were not impacted by
    the errors identified by Mr. Ohene. Additionally, in his November 28, 2017 email message
    to Ms. Reeves, Mr. Ohene states that “I will work on” a “Market Research” document,
    which indicates that Mr. Ohene intended to work on a document relating to market
    research in connection with CBP’s upcoming procurement of employee relocation
    services. Although the First Market Research Report is undated, the court is not
    persuaded by plaintiff’s speculative and unsupported argument that the First Market
    Research Report was created after the 2018 RFQ was issued on January 19, 2018.
    Moreover, the pertinent portions of the First Market Research Report summarizes the
    market research information from the December 5, 2017 spreadsheet and December 13,
    2017 spreadsheet, which were obtained from the GSA prior to the issuance of the 2018
    RFQ on January 19, 2018. The First Market Research Report does contain information
    pertaining to the CBP’s rationale for selecting NAICS Code 531210 as the applicable
    NAICS Code for the 2018 RFQ, which is not contained in the December 5, 2017
    spreadsheet and December 13, 2017 spreadsheet. Regardless, the merits of whether
    CBP chose the proper NAICS Code for the 2018 RFQ is beyond the scope of this court’s
    review because ARC failed to appeal the CBP’s determination to the SBA.
    21 The court notes that, after the 2018 RFQ was issued on January 19, 2018 and after
    ARC filed its bid protest regarding the 2018 RFQ at the GAO on February 12, 2018, ARC
    did update its small business certification to indicate that ARC, in fact, was a small
    business under NAICS Code 531210.
    60
    as an unrestricted procurement. See FAR § 8.405-5 (stating that an agency may, at their
    discretion, set aside a blanket purchase agreement issued under the FSS).
    As to ARC’s assertion that the CBP violated 
    13 C.F.R. § 125.2
    (c)(3), which
    requires that an agency provide to the SBA a written statement “if the description of the
    requirement includes goods or services currently being performed by a small business
    and the magnitude of the quantity or estimated dollar value of the proposed procurement
    would render small business prime contract participation unlikely,” the administrative
    record does not indicate that the CBP issued the 2018 RFQ as an unrestricted
    procurement because “the magnitude of the quantity or estimated dollar value” rendered
    small business participation unlikely. Rather, the administrative record indicates that the
    2018 RFQ was issued as an unrestricted procurement because CBP determined NAICS
    Code 531210 to be the applicable NAICS Code for the 2018 RFQ, under which there was
    only one certified small business at the time the 2018 RFQ was issued. Thus, CBP
    arguably did not violate the SBA regulation at 
    13 C.F.R. § 125.2
    (c)(3) by failing to provide
    to the SBA a written statement.22
    Finally, ARC argues that the CBP violated 
    13 C.F.R. § 125.2
    (c)(2), which states
    that an agency must consult with an SBA Procurement Center Representative and the
    agency’s Small Business Specialist during the market research phase, and HSAM
    § 3019.501(c), which requires that proposed acquisitions exceeding the simplified
    acquisition threshold be reviewed by a Small Business Specialist. The parties have
    stipulated that CBP did not consult with the DHS Office of Small & Disadvantaged
    Business Utilization prior to issuing the 2018 RFQ. Mr. Bell’s February 2, 2018 email
    message to CBP contracting personnel, in which Mr. Bell asks “what factor(s) determined
    an unrestricted acquisition strategy” for the 2018 RFQ, also indicates that CBP did not
    consult with the DHS Office of Small & Disadvantaged Business Utilization when
    conducting market research. The administrative record also does not indicate that CBP
    completed a DHS Small Business Utilization Form earlier than February 7, 2018,
    approximately two-and-a-half weeks after the 2018 RFQ was issued as an unrestricted
    procurement.
    In the February 7, 2018 DHS Small Business Review Form, CBP, however,
    indicated that NAICS Code 531210 was the applicable NAICS Code for the 2018 RFQ
    “given the higher estimated value of work to be performed under the NAICS,” and that,
    based on market research, the procurement was being issued as an unrestricted
    procurement because there was not a reasonable expectation that CBP “would receive
    two to three small business proposals needed for maximum competition.” On February 9,
    2018, a DHS Small Business Specialist concurred with CBP’s decision, and, on February
    22Even if CBP should have provided a written statement to the SBA under 
    13 C.F.R. § 125.2
    (c)(3), CBP’s failure to do so would not have impacted CBP’s procurement
    because there was only one small business under the NAICS Code applicable to the 2018
    RFQ, NAICS Code 531210, and, given the dearth of certified small businesses under
    NAICS Code 531210, it would not have been appropriate for CBP to set aside the 2018
    RFQ for small business offerors.
    61
    12, 2018, a SBA Procurement Center Representative concurred with CBP’s decision to
    issue the 2018 RFQ as an unrestricted procurement under the FSS. Although CBP did
    not consult with the SBA representative or a Small Business Specialist prior to issuing the
    2018 RFQ, ARC has not demonstrated that it was prejudiced by CBP’s failure to do so
    because, regardless of whether CBP consulted with the SBA or a Small Business
    Specialist during the market research phase, there appears to have been only one
    certified small business under NAICS Code 531210 at the time the 2018 RFQ was issued,
    and, consequently, there would not have been an expectation of receiving at least three
    offers from small businesses. See FAR § 8.405-2(c)(3)(iii) (requiring that, when the value
    of a proposed order under the FSS exceeds the simplified acquisition threshold and
    requires a statement of work, the agency must provide the RFQ to as many contractors
    as practicable “to reasonably ensure that quotes will be received from at least three
    contractors that can fulfill the requirements”). Moreover, CBP had discretion to set aside
    the 2018 RFQ for small business under FAR § 8.405-5(a), and the administrative record
    indicates that CBP rationally exercised its discretion when issuing the 2018 RFQ as an
    unrestricted procurement, which CBP issued to Schedule 48 vendors, including ARC.
    CONCLUSION
    ARC’s motion for judgment on the administrative record is DENIED. Defendant’s
    cross-motion for judgment on administrative record is GRANTED. ARC’s request for a
    preliminary and permanent injunction is DENIED.23 ARC’s complaint in the above-
    captioned bid protest is DISMISSED. The Clerk of the Court shall enter JUDGMENT in
    accordance with this opinion.
    IT IS SO ORDERED.
    s/Marian Blank Horn
    MARIAN BLANK HORN
    Judge
    23As noted above, during the July 9, 2018 conference, ARC stated that it was no longer
    seeking a temporary restraining order.
    62
    

Document Info

Docket Number: 18-963

Filed Date: 10/22/2018

Precedential Status: Precedential

Modified Date: 10/22/2018

Authorities (45)

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

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

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

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

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

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

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

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

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

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

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

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 )

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

Ralph D. Ray v. Bruce Lehman, Commissioner of Patents and ... , 55 F.3d 606 ( 1995 )

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

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 )

View All Authorities »