Conley & Associates, Inc. v. United States ( 2019 )


Menu:
  •          In the United States Court of Federal Claims
    No. 18-1561C
    (Filed Under Seal: February 19, 2019)
    (Reissued for Publication: February 27, 2019)1
    *************************************
    *
    CONLEY & ASSOCIATES, INC.,            *
    *
    Plaintiff,           *
    *                           Corrective Action; Rational Basis
    v.                                    *                           Standard; Key Personnel; Bait and
    *                           Switch; Best Value Determination;
    THE UNITED STATES,                    *                           Agency Discretion; Motion for
    *                           Permanent Injunction; Likelihood of
    Defendant.           *                           Success on the Merits; Irreparable
    *                           Harm; Balance of Hardships; Public
    and                                   *                           Interests; 
    28 U.S.C. § 1491
    (b); RCFC
    *                           65(d); Denying Injunctive Relief.
    VALKYRIE ENTERPRISES, INC.,           *
    *
    Defendant-Intervenor *
    *
    *************************************
    Scott F. Lane, with whom were Katherine S. Nucci and Jayna M. Rust, Thompson Coburn
    LLP, St. Louis, Missouri, for Plaintiff.
    Anthony F. Schiavetti, Trial Attorney, with whom were Joseph H. Hunt, Assistant Attorney
    General, Robert E. Kirschman, Jr., Director, Douglas K. Mickle, Assistant Director,
    Commercial Litigation Branch, Civil Division, U.S. Department of Justice, as well as Scott
    N. Flesch, Chief, Bid Protests, and Major Sean Zehtab, Trial Attorney, Department of the
    Army, Washington, D.C., for Defendant.
    J. Bradley Reaves, with whom was Beth V. McMahon, ReavesColey, PLLC, Chesapeake,
    Virginia, for Defendant-Intervenor.
    1
    The Court issued this decision under seal on February 19, 2019, and invited the parties to submit proposed redactions
    of any proprietary, confidential, or other protected information on or before February 26, 2019. The parties proposed
    to redact references to non-party offerors. The Court has replaced references to non-party offerors with [***].
    OPINION AND ORDER
    WHEELER, Judge.
    This bid protest involves a contract for providing Command, Control,
    Communications, Computers, Intelligence, Surveillance, and Reconnaissance (“C4ISR”)
    capability support services to the Army’s Watercraft System (“AWS”) vessels. AR 51.
    After winning the contract, plaintiff Conley & Associates, Inc. (“Conley”) informed the
    Army that it could not produce an individual that it had proposed as one of its key
    personnel, and the Army decided to take corrective action.
    Conley argues that the Army’s decision to take corrective action and the scope of
    the Army’s proposed corrective action are irrational because it did not misrepresent
    anything in its proposal and because the Army’s awarding the contract to Conley was valid.
    The Government responds that Conley misrepresented its key personnel, Conley’s
    misrepresentation created a defect in the Army’s award determination, and the proposed
    corrective action would remedy that defect.
    For the following reasons, the Court DENIES Conley’s Motion for Judgment on the
    Administrative Record (“MJAR”) and DENIES its accompanying request for a permanent
    injunction. The Court GRANTS the Government’s Motion for Judgment on the
    Administrative Record.
    Background
    The Army issued the AWS solicitation on May 5, 2017. AR 135, 221. It included
    four evaluation factors: Technical, Program Management, Cost/Price, and Past
    Performance. AR 207-08. The Technical Factor included three subfactors: Field Support,
    Key Personnel, and Material Management. AR 208. Among other positions, the Key
    Personnel subfactor required a Field Service Manager (“FSM”). AR 208. The Army
    evaluated Key Personnel according to adjectival ratings of Outstanding, Good, Acceptable,
    Marginal, and Unacceptable. AR 212. Under the contract, the awardee would be required
    to “maintain an organization chart that identifies . . . key personnel,” and the awardee would
    be required to update the chart and provide it to the Army “each time there are personnel
    changes.” AR 158.
    Seven offerors submitted bids. AR 4584. Conley, Defendant-Intervenor Valkyrie
    Enterprises, Inc. (“Valkyrie”), and a third offeror, [***] (“[***]”), all proposed Mr. David
    Barbour as their FSM. AR 615, 1021, 2588. In August and September 2017, the Army
    conducted an initial evaluation, a round of discussions, and a reevaluation. AR 4584-86.
    Conley, Valkyrie, and [***] each received an “Outstanding” rating for the Key Personnel
    subfactor based on Mr. Barbour’s expertise. AR 4586, 4589-90. The other offerors
    received an “Acceptable” rating for the Key Personnel subfactor. AR 4586. Valkyrie
    2
    submitted the lowest price bid. AR 4579. On September 25, 2017, the Army awarded the
    contract to Valkyrie. AR 4602.
    On October 4, 2017, Conley filed a protest with the Government Accountability
    Office (“GAO”). AR 4601. The Army decided to take corrective action and reevaluate
    the offers, so GAO dismissed Conley’s protest as moot. AR 4646, 4649.
    After reevaluation, the Army again awarded the contract to Valkyrie. Conley,
    Valkyrie, and [***] all again received an “Outstanding” rating for the Key Personnel
    subfactor. AR 4922. Conley protested the new award to the GAO. AR 5106. On April
    26, 2018, the GAO sustained Conley’s protest, concluding that the Army’s technical
    evaluation departed from the Solicitation’s criteria and that the Army’s cost analysis was
    “inadequate or unreasonable.” AR 5411, 5414-15.
    In the interim, in February 2018, Conley laid off Mr. Barbour, and Valkyrie hired
    him. AR 6577. In May 2018, Conley contacted Mr. Barbour about working on an AWS
    bridge contract. AR 6577. Mr. Barbour declined and “did not make any commitment or
    express willingness to return” to Conley. AR 6577. Conley did not offer Mr. Barbour
    employment again until August 20, 2018 (post-award), and Mr. Barbour at no time
    executed a contingent offer letter, nor consented to Conley’s using his resume in its
    proposal. AR 6577.
    On June 5, 2018, the Army requested that offerors revalidate their original
    proposals. AR 5424.1. Conley, Valkyrie, and [***] all reaffirmed Mr. Barbour as their
    proposed FSM. AR 5424.8, 5481, 5836. Conley’s final proposal revision (“FPR”), dated
    July 18, 2018, included Mr. Barbour’s resume and identified him as a current Conley
    employee. AR 1196-97, 5551. Elsewhere in its FPR, Conley represented other key
    personnel as contingent hires. E.g., AR 5536.
    On August 13, 2018, the Army awarded the contract to Conley. AR 6223. The
    Army again assigned Conley an “Outstanding” rating for the Key Personnel subfactor. AR
    5862. The Army noted that Conley’s “key personnel are currently on staff or are contingent
    hires . . . available day one of contract award.” AR 5867.
    On August 20, 2018, Conley offered to rehire Mr. Barbour, and Mr. Barbour
    declined. AR 6577-78. On September 12, 2018, Conley sent the Contracting Officer
    (“CO”) a letter requesting approval to replace Mr. Barbour as its FSM. AR 6485-86. The
    Army did not respond. Pl. MJAR at 17. Meanwhile, on August 28, 2018, Valkyrie filed a
    protest with the GAO, alleging, among other things, that Conley failed to inform the Army
    that Mr. Barbour was unavailable to perform the contract for Conley. AR 6492, 6498-99.
    On September 26, 2018, the Army decided to take corrective action based on a
    “review of Valkyrie’s [GAO] protest.” AR 6587. The CO found that two of Valkyrie’s
    3
    protest allegations “might have merit”: (1) That “Conley failed to advise the Army of its
    lack of certain key personnel”; and (2) that this produced a “flawed best value analysis.”
    AR 6587. The Army proposed to reevaluate the offerors’ July 2018 FPRs and make a new
    award decision. AR 6587. The GAO then dismissed Valkyrie’s protest. AR 6599.
    On October 9, 2018, Conley filed its complaint with this Court. Dkt. No. 1. The
    parties finished briefing the issues on December 21, 2018, and the Court held oral argument
    on January 30, 2019. Dkt. Nos. 29, 33, 34, 36-38, 41. The Army voluntarily stayed its
    proposed corrective action while the Court considered Conley’s protest.
    Analysis
    The Tucker Act grants this Court subject-matter jurisdiction over bid protests. 
    28 U.S.C. § 1491
    (b)(1) (2012). In a bid protest, the Court reviews an agency’s decision
    pursuant to the standards set out in the Administrative Procedure Act (“APA”). 
    28 U.S.C. § 1491
    (b)(4); 
    5 U.S.C. § 706
    . The APA provides that “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.” 
    5 U.S.C. § 706
    (2)(A).
    Under the APA, a court may set aside a corrective action if it “lack[s] a rational
    basis.” Dell Fed. Sys., L.P. v. United States, 
    906 F.3d 982
    , 990 (Fed. Cir. 2018) (citations
    omitted). The rational basis standard is “highly deferential.” 
    Id. at 992
     (citations omitted).
    An agency need only provide a “coherent and reasonable explanation” for its action. 
    Id.
    A reviewing court may only consider the agency’s reasoning for its action. Balestra v.
    United States, 
    803 F.3d 1363
    , 1373 (Fed. Cir. 2015) (citations omitted). However, a court
    must uphold even “an agency decision of less than ideal clarity, if the agency’s path may
    reasonably be discerned.” 
    Id.
     (citation omitted).
    This protest presents two questions. First, did the Army rationally identify an issue
    with the procurement that justifies corrective action? And second, is the scope of the
    Army’s proposed corrective action rationally related to the defect it identified?
    I.     The Army Provided a Rational Explanation for Corrective Action.
    Conley argues first that the record “is void of any coherent or reasonable
    explanation” for the Army’s decision to take corrective action. Pl. MJAR at 22-23.
    Second, Conley asserts that the Army had no rational basis to conclude that Valkyrie’s
    GAO protest allegations—key personnel unavailability and a flawed best value
    determination—had enough merit to justify corrective action. Pl. MJAR at 22-23. Finally,
    Conley argues that the solicitation allowed for post-award key personnel substitutions, that
    it intended to refute Valkyrie’s GAO protest grounds, and that it did not act improperly in
    bidding on the AWS contract. For the following reasons, Conley’s arguments all fail.
    4
    A.       The Army’s Reason for Corrective Action
    Based on a “review of Valkyrie’s [GAO] protest,” the CO found that two of
    Valkyrie’s protest grounds “might have merit.”2 The CO found that “Conley failed to
    advise the Army of its lack of certain key personnel,” producing a “flawed best value
    analysis” that justified taking corrective action. AR 6587.
    Because the Army must have a rational explanation for taking corrective action, its
    reliance on Valkyrie’s protest grounds to justify corrective action must be rational.
    Therefore, the corrective action is valid if (i) Conley was obligated to inform the Army that
    Mr. Barbour was unavailable to perform at the time of FPR submissions and (ii) the AR
    contains sufficient evidence for the CO to rationally conclude that Mr. Barbour was
    unavailable at that time—i.e., that Conley misrepresented its key personnel.
    B.       Valkyrie’s Protest Grounds
    The AR supports the Government’s claim that Conley misrepresented Mr.
    Barbour’s availability at the time of FPR submissions, thus warranting the Army’s
    corrective action. The Government and Valkyrie effectively allege that Conley engaged in
    a “bait and switch,” a maneuver in which an awardee proposes certain key personnel, then
    substitutes them for other individuals post-award.3 See Fulcra Worldwide, LLC v. United
    States, 
    97 Fed. Cl. 523
    , 540 (2011). A “bait and switch” has four elements:
    (1) The awardee represented in its proposal that it would rely
    on certain specified personnel in performing the services; (2)
    the agency relied on this representation in evaluating the
    proposal; (3) it was foreseeable that the individuals named in
    the proposal would not be available to perform the contract
    work; and (4) personnel other than those proposed are
    performing services.
    
    Id.
     (citations omitted).
    Elements (1), (2), and (4) are not at issue here. The parties do not dispute that
    Conley proposed Mr. Barbour as its FSM, and that Conley asked the Army to substitute
    another FSM for Mr. Barbour post-award. AR 6485-86. And the Army relied on Conley’s
    2
    The CO’s using the phrase “might have merit” is irrelevant to whether the Army rationally decided to take corrective
    action. An agency does not have to state the grounds for corrective action unequivocally for its decision to be rational.
    3
    Conley contends that the Government cannot argue a “bait and switch” because neither Valkyrie’s GAO protest nor
    the AR specifically mention “bait and switch.” This is incorrect. The Government does not have to use a set of magic
    words to argue the theory. The Government alleged that Conley misrepresented key personnel in its FPR, then tried
    to substitute key personnel post-award—the definition of a “bait and switch.” That is sufficient.
    5
    representation: In its award determination, the Army identified Mr. Barbour as “currently
    on staff” or a “contingent hire . . . available on day one of contract award.” AR 5867.
    However, Conley argues that element (3), foreseeability, requires that an awardee
    have “actual knowledge” that key personnel would be unavailable to perform. The
    Government responds that negligence is sufficient. The Court agrees with the Government.
    1.     The Foreseeability Element of a Bait and Switch
    According to this Court’s decisional law, “‘negligence’ is the minimum level of
    knowledge necessary to establish the [foreseeability] element of an improper bait-and-
    switch.” Consol. Eng’g Servs., Inc. v. United States, 
    64 Fed. Cl. 617
    , 633 (2005). This
    standard makes the most sense. An “actual knowledge” standard would be inconsistent
    with prior case law and the plain meaning of foreseeable, and it would distort incentives
    for offerors to submit accurate proposals.
    The term “bait and switch” in government contracts law appears to originate from a
    protest before the General Services Board of Contract Appeals (“Board”). Planning
    Research Corp. v. United States, 
    971 F.2d 736
    , 739-41 (Fed. Cir. 1992). In that case, the
    awardee listed certain key personnel in its proposal, then made “extensive” post-award
    substitutions. 
    Id. at 739
    . The Federal Circuit concluded that the awardee “intended a ‘bait
    and switch,’” citing a Comptroller General case in which the awardee proposed key
    personnel who never authorized the awardee to use their names. 
    Id. at 739-41
     (citation
    omitted). The Federal Circuit reviewed circumstantial evidence and did not require “actual
    knowledge” to show that the awardee executed a “bait and switch.” See 
    id.
    The debate about “actual knowledge” versus “negligence” is itself needlessly
    complicating. “Foreseeable” has a plain meaning: “1: being such as may be reasonably
    anticipated,” and “2: lying within the range for which forecasts are possible.” Foreseeable,
    Merriam-Webster.com (last visited February 13, 2019). The Court has no reason to believe
    that previous courts citing the elements of a “bait and switch” used “foreseeable” to mean
    anything other than “able to be reasonably anticipated.” See, e.g., Fulcra Worldwide, LLC,
    
    97 Fed. Cl. 523
     (2011); OAO Corp. v. United States, 
    49 Fed. Cl. 478
     (2001).
    Conley cites DZSP 21, LLC, B-410486.10, Jan. 10 2018, 2018 CPD ¶ 155, for
    support that a bait and switch requires actual knowledge of unavailability. Pl. MJAR at
    26. However, DZSP is inconsistent with the decisional law of this Court. See Consol.
    Eng’g Servs., Inc., 64 Fed. Cl. at 633 (negligence is sufficient for foreseeability); OAO
    Corp., 49 Fed. Cl. at 482 (offerors are “obligat[ed] to ascertain the continuing availability
    of key personnel at the time of” FPRs) (citations omitted). Further, in DZSP, the GAO
    found that offerors need not be “in constant contact” with their proposed key personnel to
    ensure their availability “at all times” prior to contract award. DZSP 21, LLC, 2018 CPD
    6
    ¶ 156. The Court declines to interpret this language as validating an offeror’s willful
    ignorance of unavailability at the time FPRs are due.
    In sum, the foreseeability element requires that an offeror knew or should have
    known, at the time of FPR submissions, that their proposed key personnel would be
    unavailable to perform. If the AR contains sufficient evidence to show that the offeror
    could have foreseen that its key personnel would be unavailable, then an agency could
    rationally conclude that the offeror committed a bait and switch.
    2.     Mr. Barbour’s Unavailability Was Foreseeable.
    When Conley submitted its FPR in July 2018, it was foreseeable that Mr. Barbour
    would not be available to perform the contract. In February 2018, Conley laid off Mr.
    Barbour, Mr. Barbour accepted a job with Valkyrie, and Conley knew that Mr. Barbour
    worked for Valkyrie. AR 6577. Between February 2018 and Conley’s FPR submission,
    Mr. Barbour did not “commit[] or express willingness to return” to Conley, Conley did not
    ask to use his name and resume in its proposals, and Mr. Barbour did not execute any
    contingent hire letter. Id. If Mr. Barbour had provided Conley with definitive assurances—
    such as a contingent hire letter—that he would return to perform the AWS contract, Conley
    would have strong evidence that it was not foreseeable that Mr. Barbour would be
    unavailable.
    Nevertheless, Conley’s FPR proposed Mr. Barbour as FSM, included Mr. Barbour’s
    resume in its proposal, and identified him as a current Conley employee, even though
    Conley separately represented other key personnel as “contingent hire[s].” AR 1196, 1197,
    5536, 5551. Conley simply assumed that Mr. Barbour would return because he worked for
    Conley for seven years, he helped draft Conley’s proposal, and Conley had had
    “discussions” with him about returning. Pl. Reply & Resp. at 10.
    For these reasons, it was foreseeable that Mr. Barbour would be unavailable to
    perform the contract at the time Conley submitted its FPR. As a result, Conley committed
    an improper “bait and switch” that tainted the Army’s procurement. Valkyrie pointed out
    Conley’s misrepresentation in its protest grounds, and the Army identified this as its reason
    for taking corrective action. The Army’s “path” here “may reasonably be discerned,”
    Balestra, 803 F.3d at 1373, and so its decision to take corrective action is rational.
    C.     Conley’s Remaining Arguments All Fail.
    Conley next suggests that the Army’s corrective action is irrational because the
    solicitation language requiring the contractor to update the Army regarding any key
    personnel changes permits post-award key personnel changes. AR 158. Not so. The RFP
    language does not allow offerors to substitute individuals who were foreseeably
    7
    unavailable at the time of FPR submissions for other individuals post-award. See OAO
    Corp., 49 Fed. Cl. at 482 (offerors are obligated to submit accurate proposals).
    Conley then argues that the “Army had no basis to conclude that it acted improperly”
    and that Conley’s counsel informed the Army that it would refute Valkyrie’s GAO protest
    allegations. Pl. MJAR at 25-26. Neither point is relevant because neither has any bearing
    on whether the evidence shows that Mr. Barbour’s unavailability was foreseeable when
    Conley submitted its FPR, and so has no impact on the Army’s corrective action decision.
    II.    The Scope of the Army’s Corrective Action
    Conley argues next that the Army’s proposed corrective action is “unfairly designed
    to reject” Conley’s proposal because the Army plans to reevaluate offers without accepting
    proposal revisions with the knowledge that Mr. Barbour is not available to perform for
    Conley. Pl. MJAR at 29-30. Alternatively, Conley argues that the Army has already
    opened discussions by removing Mr. Barbour from its proposal, and therefore, the Army
    must now allow proposal revisions. Pl. MJAR at 35-37. These arguments fail as well.
    A.     Decision Not to Hold Discussions and Fairness of the Corrective Action
    An agency only needs a “coherent and reasonable explanation” for its proposed
    corrective action. Dell Fed. Sys., 906 F.3d at 992. When an offeror improperly attempts
    to substitute key personnel, the agency may “either evaluate the proposal as submitted,
    where the proposal would be rejected as technically unacceptable . . ., or open discussions
    to permit the offeror to amend its proposal.” Chenega Healthcare Servs., LLC v. United
    States, 
    138 Fed. Cl. 644
    , 652 (2018). If an agency chooses to accept further revisions after
    offerors submit FPRs, it must accept revisions from all offerors because it must treat all
    offerors fairly. See 
    id. at 651-52
    .
    The Army’s decision to reevaluate proposals without holding discussions was
    within its discretion. The Army provided rational reasons for not wanting to reopen
    discussions and accept revised proposals, including finality and speedy resolution of the
    procurement process. See Tr. Oral Argument, Conley & Assoc. v. United States (No. 18-
    1561). The proposed corrective action does not discriminate against Conley because it will
    consist of reevaluating all offerors’ FPRs’ Technical Factor, including the Key Personnel
    subfactor, according to the same evaluation standards.
    Conley attempts to distinguish Chenega on several grounds, all wanting. Pl. MJAR
    at 30. First, Conley argues that in Chenega, the agency moved forward with the
    procurement as planned, whereas here the Army “affirmative[ly]” chose a corrective action
    that would harm Conley. Pl. MJAR at 30. But in Chenega, the offeror attempted to
    substitute key personnel pre-award, and the solicitation language barred the late stage
    substitution. The issue here arose post-award, so the Army’s only way to remedy the defect
    8
    caused by Conley’s misrepresentation was to “affirmatively” decide to conduct corrective
    action. Second, Conley’s point that the agency in Chenega chose not to hold discussions
    at all, whereas here the Army held discussions earlier in the procurement process, has no
    impact on the Army’s broad discretion to conduct corrective action as it sees fit. Finally,
    if Conley is “trouble[ed],” Pl. MJAR at 31, by competitors hiring employees that it laid off,
    it should do more to hire and retain its personnel instead of complaining to the Court.
    B.     Whether the Army Already Opened Discussions
    The “acid test” for whether an agency has engaged in discussions is whether it
    provided an opportunity for proposals to be revised or modified. Career Training Concepts,
    Inc. v. United States, 
    83 Fed. Cl. 215
    , 229-30 (2008). Once discussions have occurred, an
    opportunity for proposal revisions is required. FAR 15.307.
    The Army does not plan to remove Mr. Barbour from, or otherwise revise, Conley’s
    proposal. The Army plans to evaluate Conley’s proposal as submitted, but with the
    knowledge that Mr. Barbour is not a current or contingent Conley employee, works for a
    rival company, made no commitment to perform, and is otherwise unlikely to perform the
    contract for Conley. Conley misrepresented Mr. Barbour’s availability, creating a
    procurement defect that the Army now intends to correct.
    III.   Standard for Permanent Injunctive Relief
    In deciding whether to grant injunctive relief, the Court considers whether: (1) the
    plaintiff has succeeded on the merits; (2) the plaintiff will suffer irreparable harm without
    an injunction; (3) the balance of hardships favors an injunction; and (4) an injunction would
    serve the public interest. Dell Fed. Sys., 906 F.3d at 990–91 (citation omitted). “[S]uccess
    on the merits is a necessary element for a permanent injunction.” Id. at 999.
    For the reasons stated in Sections I and II above, Conley’s case fails on the merits.
    Therefore, Conley is not entitled to an injunction.
    Conclusion
    In conclusion, the Court DENIES Conley’s Motion for Judgment on the
    Administrative Record and DENIES Conley’s request for a permanent injunction. The
    Court GRANTS the Government’s Motion for Judgment on the Administrative Record.
    The Clerk shall enter judgment in favor of the Government. No costs. Plaintiff Conley &
    Associates, Inc.’s complaint is dismissed without prejudice.
    9
    IT IS SO ORDERED.
    s/ Thomas C. Wheeler
    THOMAS C. WHEELER
    Judge
    10
    

Document Info

Docket Number: 18-1561

Judges: Thomas C. Wheeler

Filed Date: 2/27/2019

Precedential Status: Precedential

Modified Date: 2/28/2019