Seventh Dimension, LLC v. United States ( 2022 )


Menu:
  •           In the United States Court of Federal Claims
    No. 21-2275C
    (Filed: July 27, 2022)
    )
    SEVENTH DIMENSION, LLC,                  )
    )
    Plaintiff,            )
    )
    v.                                )
    )
    THE UNITED STATES,                       )
    )
    Defendant.            )
    )
    Craig A. Holman, Arnold & Porter Kaye Scholer LLP, Washington, D.C., for Plaintiff. Of
    counsel were Stuart W. Turner and Trevor G. Schmitt.
    Rebecca S. Kruser, Commercial Litigation Branch, Civil Division, United States
    Department of Justice, Washington, D.C., for Defendant. With her on the briefs were
    Brian M. Boynton, Principal Deputy Assistant Attorney General, Patricia M. McCarthy,
    Director, and Deborah A. Bynum, Assistant Director.
    OPINION AND ORDER
    SOLOMSON, Judge.
    This case puts to the test the old adage “third time’s a charm.” 1 Defendant, the
    United States — acting by and through the U.S. Department of the Army, Special
    Operations Command (“Army” or “USASOC”) — has now twice attempted to cancel the
    procurement at issue. The first time was part of the Army’s corrective action in response
    to a bid protest that Plaintiff, Seventh Dimension, LLC, filed before the U.S. Government
    Accountability Office (the “GAO”), challenging a contract award to the only other
    competitor remaining in the procurement. To address Seventh Dimension’s protest, the
    Army terminated its contract award to the competitor, leaving only Seventh Dimension’s
    1 See Brodie v. Burwell, 
    2016 WL 3248197
    , at *1 (D.D.C. June 13, 2016) (“Some say the expression
    ‘third time lucky’ – and its American variant, ‘third time’s the charm’ – dates back to
    Shakespeare’s The Merry Wives of Windsor, published circa 1602: ‘Pr’ythee, no more prattling: go.
    I’ll hold: this is the third time; I hope good luck lies in odd numbers . . . .’”).
    proposal, and then decided to cancel the procurement entirely. Seventh Dimension
    challenged that first cancellation decision in an earlier case before this Court. The
    government once again took corrective action. The Army rescinded its cancellation,
    reinstated the procurement, and committed to reconsider whether the Army’s needs
    could be met with the current solicitation — either by making a contract award or by
    amending the solicitation and proceeding accordingly. The Court dismissed that prior
    matter as moot given the parties’ agreement regarding the scope and effect of the
    corrective action. The Army, however, cancelled the procurement for a second time.
    Naturally, Seventh Dimension returned to this Court for relief.
    This time, following the parties’ briefing of cross-motions for judgment on the
    administrative record, the Court sided with Seventh Dimension, holding that the Army’s
    cancellation decision was arbitrary, capricious, and otherwise contrary to law. See Seventh
    Dimension, LLC v. United States, 
    160 Fed. Cl. 1
     (2022).
    Pursuant to Rules 54(b) and 59(a)(1) of the Rules of the United States Court of
    Federal Claims (“RCFC”), the Army now moves for reconsideration of this Court’s
    decision, both as to this Court’s findings on the merits and the resulting injunctive relief.
    While the Court reaffirms the merits of its prior decision, the Court grants, in part,
    the government’s motion for reconsideration, and modifies the previously issued
    injunction and remand to address some of the government’s concerns.
    I.     FACTUAL AND PROCEDURAL BACKGROUND 2
    On December 9, 2021, Seventh Dimension filed an action pursuant to 
    28 U.S.C. § 1491
    (b), challenging the Army’s decision to cancel Solicitation No. H92239-19-R-0002
    (the “Solicitation”). ECF No. 1. Seventh Dimension asserted that the Army’s cancellation
    decision was arbitrary, capricious, an abuse of discretion, or otherwise contrary to law,
    including provisions of the Federal Acquisition Regulation (the “FAR”). See 
    id.
     On
    January 21, 2022, the parties filed cross-motions for judgment on the administrative
    record (“MJAR”) pursuant to RCFC 52.1. See ECF No. 20 (“Def. MJAR”); ECF No. 21-1
    (“Pl. MJAR”). On February 9, 2022, the parties filed response briefs. See ECF No. 22 (“Def.
    Resp.”); ECF No. 23 (“Pl. Resp.”). On March 1, 2022, the Court held oral argument. See
    ECF No. 28 (“Tr.”).
    On May 4, 2022, this Court granted Seventh Dimension’s MJAR and denied the
    government’s cross-motion, finding that the Army’s decision to cancel and resolicit the
    2 The Court incorporates by reference the detailed factual and procedural background set forth in
    its opinion and order. See ECF No 34; Seventh Dimension, 160 Fed. Cl. at 8–13. Citations to the
    administrative record (ECF No. 17, as supplemented by ECF Nos. 18, 19) are denoted as “AR”
    followed by the page number.
    2
    procurement was improper. Seventh Dimension, 160 Fed. Cl. at 36. The Court vacated the
    Army’s cancellation decision and enjoined the Army “from proceeding with any and all
    reprocurement efforts for the work sought under the Solicitation until further notice.” Id.
    Furthermore, the Court remanded the matter to Army for further consideration, ordered
    the Army to reinstate the Solicitation, and directed the Army to either (1) “[a]ward a
    contract to Seventh Dimension pursuant to the reinstated Solicitation (consistent with
    FAR 19.1405(c)),” or (2) “[i]ssue a new cancellation decision in compliance with the
    applicable statutes and regulations.” Id. The Court instructed the Army that if it elects
    to issue a new cancellation decision, that new decision “based upon FAR 15.206(e) must
    explain why the reinstated Solicitation — or an [indefinite-delivery, indefinite-quantity
    (“IDIQ”)] contract awarded pursuant thereto — would be insufficient to meet the Army’s
    current needs (and/or cannot be modified, post-award, to accommodate those needs).”
    Id. at 37.
    On May 31, 2022, the government moved for reconsideration of this Court’s
    opinion and order. ECF No. 35 (“Def. Mot. for Recons.”). In its motion, the government
    argues that (1) the Court erroneously concluded that Seventh Dimension is the only
    offeror remaining in the competition, and (2) the Court incorrectly interpreted and
    applied FAR 15.206 and failed to afford the Army the proper deference in its cancellation
    decision. See generally id.
    On June 15, 2022, per the direction of the Court, see ECF No. 36, Seventh Dimension
    filed a response to the government’s motion for reconsideration, ECF No. 38 (“Pl. Resp.
    to Mot.”). On June 21, 2022, the Court held oral argument on the government’s motion
    for reconsideration. See ECF No. 41 (“Recons. Tr.”).
    Following oral argument, the Court issued an order directing counsel of record for
    the parties “to meet-and-confer regarding the likely corrective action the government
    may implement — and the implications for further litigation (e.g., a challenge to such
    corrective action) — should the Court modify the injunction per the government’s
    request.” ECF No. 39 at 1. The Court further ordered Plaintiff to file a status report
    “indicat[ing] whether or not it agrees that the Court should grant, in part, the
    government’s motion for reconsideration by modifying the opinion and order, at least in
    terms of the scope of injunctive relief.” Id. On June 27, 2022, Plaintiff filed the required
    status report. ECF No. 42. Therein, Plaintiff summarized its view of the discussions with
    the government and the parties’ respective positions on the relief issue. Id. at 1–2. Shortly
    after Plaintiff filed its status report, the government filed a motion for leave to respond
    to Plaintiff’s filing, asserting that “Plaintiff’s status report does not accurately or
    completely reflect the substance of the discussions between the parties or the legal issues
    in this matter.” ECF No. 43 at 1. The Court granted the government’s motion, see ECF
    No. 44, and on June 29, 2022, the government filed its response to Plaintiff’s status report.
    ECF No. 45.
    3
    II.    STANDARD OF REVIEW
    This Court may grant “a motion for reconsideration on all or some of the issues”
    in an action “for any reason for which a rehearing has heretofore been granted in a suit
    in equity in federal court” or “upon the showing of satisfactory evidence, cumulative or
    otherwise, that any fraud, wrong, or injustice has been done to the United States.” RCFC
    59(a)(1)(B)–(C). Indeed, a trial court “ordinarily has the power to modify or rescind its
    orders at any point prior to final judgment in a civil case.” Dietz v. Bouldin, 
    579 U.S. 40
    ,
    46 (2016) (citing Marconi Wireless T. Co. of Am. v. United States, 
    320 U.S. 1
    , 47–48 (1943));
    see also RCFC 54(b) (“[A]ny order or other decision, however designated, that adjudicates
    fewer than all the claims or the rights and liabilities of fewer than all the parties does not
    end the action as to any of the claims or parties and may be revised at any time before the
    entry of a judgment adjudicating all the claims and all the parties’ rights and liabilities.”).
    “The burden on the moving party is high and a motion for reconsideration
    [pursuant to RCFC 59(a)(1)] is not intended merely to give an unhappy litigant an
    additional opportunity to persuade the court to accept its arguments.” Multiservice Joint
    Venture, LLC v. United States, 374 F. App’x 963, 967 (Fed. Cir. 2010) (per curiam) (citing
    Citizens Fed. Bank, FSB v. United States, 
    53 Fed. Cl. 793
    , 794 (2002)); see also Froudi v. United
    States, 
    22 Cl. Ct. 290
    , 300 (1991) (“[A] motion for reconsideration is not a vehicle for giving
    an unhappy [party] an additional chance to sway the judge, nor is it intended to allow a
    party to make arguments already presented to, and rejected by, the court.” (citing Weaver-
    Bailey Contractors, Inc. v. United States, 
    20 Cl. Ct. 158
    , 158 (1990))); Sequa Corp. v. GBJ Corp.,
    
    156 F.3d 136
    , 144 (2d Cir. 1998) (“It is well-settled that Rule 59 is not a vehicle for
    relitigating old issues, presenting the case under new theories, securing a rehearing on
    the merits, or otherwise taking a ‘second bite at the apple[.]’”).
    This Court generally “permits reconsideration for one of three reasons: (1) that an
    intervening change in the controlling law has occurred; (2) that previously unavailable
    evidence is now available; or (3) that the motion is necessary to prevent manifest
    injustice.” Parsons ex rel. Linmar Prop. Mgmt. Tr. v. United States, 174 F. App’x 561, 563
    (Fed. Cir. 2006) (citing Henderson Cnty. Drainage Dist. No. 3 v. United States, 
    55 Fed. Cl. 334
    ,
    337 (2003)). This Court has defined “manifest” in this context as “clearly apparent or
    obvious.” Ammex, Inc. v. United States, 
    52 Fed. Cl. 555
    , 557 (2002) (citing Principal Mut.
    Life Ins. Co. v. United States, 
    29 Fed. Cl. 157
    , 164 (1993)), aff’d, 
    384 F.3d 1368
     (Fed. Cir. 2004).
    Thus, where a party seeks reconsideration on the ground of “manifest injustice,” the
    party must demonstrate that the “injustice . . . is apparent to the point of being almost
    indisputable.” Pac. Gas & Elec. Co. v. United States, 
    74 Fed. Cl. 779
    , 785 (2006), aff’d in part
    and rev’d in part, 
    536 F.3d 1282
     (Fed. Cir. 2008). Ultimately, “[t]he decision whether to
    grant reconsideration lies largely within the discretion of the [trial] court.” Yuba Nat. Res.,
    Inc. v. United States, 
    904 F.2d 1577
    , 1583 (Fed. Cir. 1990).
    4
    In any event, a party may not raise novel arguments on a motion for
    reconsideration, as such arguments are untimely. Bluebonnet Sav. Bank, F.S.B. v. United
    States, 
    466 F.3d 1349
    , 1361 (Fed. Cir. 2006) (“[A]n argument made for the first time in a
    motion for reconsideration comes too late, and is ordinarily deemed waived and not
    preserved for appeal.”); Caldwell v. United States, 
    391 F.3d 1226
    , 1235 (Fed. Cir. 2004)
    (finding that the plaintiff-appellee “did not meet the rigorous standards of RCFC 59(a)”
    because “raising . . . [an] argument for the first time on a Rule 59(a) motion [is] improper”
    where the issue is “inherently knowable” to the party and should have been raised in its
    merits briefs); Gelco Builders & Burjay Constr. Corp. v. United States, 
    369 F.2d 992
    , 1000 n.7
    (Ct. Cl. 1966) (“Litigants should not, on a motion for reconsideration, be permitted to
    attempt an extensive re-trial based on evidence which was manifestly available at time of
    the hearing.”), quoted in Faust v. United States, 
    79 F.3d 1167
     (Fed. Cir. 1996) (per curiam).
    III.   DISCUSSION
    The government moves for reconsideration on several grounds that may be
    broadly categorized as related to the relief the Court ordered in favor of Seventh
    Dimension, see Def. Mot. for Recons. at 3–12, or this Court’s ruling on the merits of
    Seventh Dimension’s complaint, see 
    id.
     at 14–19. The Court addresses those arguments
    in reverse order.
    A. The Court Properly Applied the Administrative Procedure Act’s Standard of
    Review to Conclude that the Army Improperly Cancelled the Solicitation
    With respect to the merits issues, the government’s motion for reconsideration
    attacks, for the most part, a caricature of this Court’s prior decision as one in which this
    Court improperly wrested control of the contracting process from an executive agency.
    This Court, however, has done no such thing. Rather, this Court continues to recognize,
    see Seventh Dimension, 160 Fed. Cl. at 15, that its role is limited to ensuring that the
    government complies with procurement law pursuant to the applicable standard of
    review, see 
    28 U.S.C. § 1491
    (b)(4). This Court thus once again rejects the government’s
    arguments, all of which were addressed in one form or another in the earlier decision.
    Nevertheless, this Court writes at greater length to summarize and further explain its
    prior decision. The Court views this opinion and order — at least with respect to the
    merits of Seventh Dimension’s complaint — as entirely consistent with every aspect of its
    earlier decision; to the extent there is any inconsistency, however, the prior decision is
    modified accordingly.
    5
    1. Summary of the Court’s Initial Decision
    This Court’s prior decision in favor of Seventh Dimension on the merits is built on
    a straightforward set of premises and conclusions, summarized as follows:
    (1)      Sections 3301(b) and 3303(c) of Title 10 of the United States Code “must be
    read together to require an award unless the ‘head of the agency’ properly
    ‘determines’ that the ‘public interest’ favors rejecting all proposals.”
    Seventh Dimension, 160 Fed. Cl. at 17 (quoting 
    10 U.S.C. § 3301
    (b)). 3 In other
    words, those two statutory provisions, “read together, set up two mutually
    exclusive alternatives: (1) award a contract pursuant to the operative
    solicitation; or (2) reject all proposals (and cancel the solicitation).” 
    Id.
    (2)      In this case, the government did not cancel the solicitation at issue pursuant
    to 
    10 U.S.C. §§ 3301
    (b) and 3303(c). Instead, the government cancelled the
    procurement based “solely upon the [contracting officer]’s determination
    pursuant to FAR 15.206,” which primarily governs solicitation
    amendments. Id. at 17.
    (3)      FAR 15.206(e) requires cancellation of a solicitation where “[1] in the
    judgment of the contracting officer, [2] based on market research or
    otherwise, [3] an amendment proposed for issuance after offers have been
    received [4] is so substantial as to exceed what prospective offerors
    reasonably could have anticipated, [5] so that additional sources likely
    would have submitted offers had the substance of the amendment been
    known to them.” Id. at 18 (emphasis omitted) (quoting FAR 15.206(e)).
    (4)      The Executive Branch, however, cannot promulgate or otherwise use a
    regulatory provision, such as FAR 15.206(e), to make an end-run around
    clear congressional commands (i.e., 
    10 U.S.C. §§ 3301
    (b), 3303(c)). Caldera v.
    J.S. Alberici Const. Co., 
    153 F.3d 1381
    , 1383 n.2 (Fed. Cir. 1998) (“Statutes
    trump conflicting regulations.”). 4
    3“Although discretionary authority granted by statute may not be delegated, such authority
    authorized by regulation, as opposed to by statute, may be delegated.” John C. Grimberg Co. v.
    United States, 
    869 F.2d 1475
    , 1483 (Fed. Cir. 1989) (Bennett, J., dissenting).
    4See also Texas v. EPA, 
    726 F.3d 180
    , 195 (D.C. Cir. 2013) (“‘[A] valid statute always prevails over
    a conflicting regulation,’ and a regulation can never ‘trump the plain meaning of a statute.’”
    (alteration in original) (first quoting Nat’l Fam. Plan. & Reprod. Health Ass’n, Inc. v. Gonzales, 
    468 F.3d 826
    , 829 (D.C. Cir. 2006); and then quoting Atl. City Elec. Co. v. FERC, 
    295 F.3d 1
    , 11 (D.C. Cir.
    2002))); Mil.-Veterans Advoc. v. Sec’y of Veterans Affs., 
    7 F.4th 1110
    , 1139 (Fed. Cir. 2021) (“[A]n
    implicit ratification theory holds no water where, as here, the regulation at issue clearly
    contradicts the requirements of the statutory provision.”).
    6
    (5)     Thus, FAR 15.206(e) must be read to “effectuate[] a different statutory
    requirement of equal import: that an agency maximize competition
    pursuant to the Competition in Contracting Act of 1984 (CICA), Pub. L. No.
    98-369, 
    98 Stat. 1175
     (codified as amended in scattered sections of titles 10,
    31, and 41 of the United States Code).” Seventh Dimension, 160 Fed. Cl. at
    18–19 (citing Golden Mfg. Co., Inc. v. United States, 
    107 Fed. Cl. 264
    , 275
    (2012)). In other words, only a proposed solicitation amendment
    constituting a cardinal change — thus requiring a new competition
    pursuant to CICA — triggers FAR 15.206(e)’s cancellation considerations.
    Golden Mfg. Co., 
    107 Fed. Cl. at 275
     (“It is [CICA’s] statutory imperative for
    full and open competition that is violated if a procuring agency makes a
    cardinal change to a contract requirement after accepting bids in response
    to a solicitation.”). If something less than a proposed cardinal change were
    sufficient to support an agency’s cancellation of a solicitation, CICA would
    not be implicated and, thus, 
    10 U.S.C. §§ 3301
    (b) and 3303(c) would be
    improperly circumvented. Seventh Dimension, 160 Fed. Cl. at 19. 5
    (6)     To cancel a solicitation pursuant to FAR 15.206(e), the contracting officer
    must make a “judgment” that a proposed solicitation amendment would
    both constitute a cardinal change, and that cancellation (and resolicitation)
    would result in increased competition for the procurement. Id. at 20. But
    that “judgment” must be “based on market research or otherwise,” FAR
    15.206(e) — which this Court has interpreted to include “evidence similar
    to market research” such as “information or data already in an agency’s
    possession or perhaps even an agency’s concrete experience.” Id. 6
    5FAR 15.206 cannot be interpreted to permit the government to avoid the statutory requirements
    of 
    10 U.S.C. §§ 3301
    (b) and 3303(c). See Nat’l Gov’t Servs., Inc. v. United States, 
    923 F.3d 977
    , 990
    (Fed. Cir. 2019) (rejecting agency’s attempt “to avoid [statutory] requirements . . . by simply
    drafting a solicitation provision and labeling to an evaluation criterion” because that “would
    nullify the statutory procedures Congress put in place”).
    6 This Court rejected the government’s assertion that the contracting officer’s mere “‘assumption
    that additional firms may well be interested in participating in a competition’ is acceptable, if it
    is reasonable.” Def. Resp. at 16 (emphasis added) (quoting VSE Corp., B-290452.2, 2005 CPD
    ¶ 111, 
    2005 WL 1396999
    , at *5 (Comp. Gen. Apr. 11, 2005)); see also Seventh Dimension, 160 Fed. Cl.
    at 21; CS Wind Vietnam Co. v. United States, 
    832 F.3d 1367
    , 1377 (Fed. Cir. 2016) (“[A]n agency’s
    ‘experience and expertise’ presumably enable the agency to provide the required explanation,
    but they do not substitute for the explanation, any more than an expert witness’s credentials
    substitute for the substantive requirements applicable to [an] expert’s testimony.” (citation
    omitted)); Tripoli Rocketry Ass’n, Inc. v. Bureau of Alcohol, Tobacco, Firearms, & Explosives, 
    437 F.3d 75
    , 77 (D.C. Cir. 2006) (“This court routinely defers to administrative agencies on matters relating
    to their areas of technical expertise. We do not, however, simply accept whatever conclusion an
    agency proffers merely because the conclusion reflects the agency’s judgment.”).
    7
    (7)     The government conceded that the administrative record contained no
    market research to justify the cancellation of the procurement at issue. Id.
    at 21.
    (8)     The administrative record contained no other evidence sufficient to support
    the cancellation of the solicitation pursuant to FAR 15.206(e). Id. at 25
    (concluding that “the administrative record is devoid of any facts, beyond
    the [proposed] changes themselves, supporting the [contracting officer]’s
    judgment ‘that additional sources likely would have submitted offers,’” a
    required consideration per FAR 15.206(e)). 7
    (9)     The contracting officer made only “conclusory assertions regarding the
    need for cancelling the Solicitation” and “did not apply or address the
    [cardinal change] considerations in any detail.” Id. at 32. 8 Moreover, the
    “government before this Court point[ed] to no facts in the administrative
    record justifying the Army’s cancellation of the Solicitation pursuant to
    FAR 15.206(e).” Id. 9
    (10)    Accordingly, this Court concluded that the Army’s solicitation cancellation
    decision was arbitrary, capricious, and contrary to law. Id. at 33 (finding
    the Army’s cancellation of the procurement “improper and unjustified”).
    The government’s motion for reconsideration does not directly challenge any of
    the above premises. Instead, the government attacks, from two different angles, only the
    Court’s ultimate conclusion, arguing that this Court: (1) effectively applied a heightened
    7“The APA’s standard of review requires more than mere assumptions, hypotheses, and guesses
    — it requires reasonable conclusions based on facts or other record evidence.” Seventh Dimension,
    160 Fed. Cl. at 24 (citing Motor Vehicle Mfrs. Ass’n of U.S., Inc. v. State Farm Mut. Auto. Ins. Co., 
    463 U.S. 29
    , 43 (1983)); see also Motor Vehicle Mfrs. Ass’n, 
    463 U.S. at 43
     (holding that under the arbitrary
    and capricious standard of review, an agency “must examine the relevant data and articulate a
    satisfactory explanation for its action including a ‘rational connection between the facts found and
    the choice made’” (emphasis added) (quoting Burlington Truck Lines, Inc. v. United States, 
    371 U.S. 156
    , 168 (1962))).
    8Maggie’s Landscaping, Inc., 
    ASBCA No. 52462
    , 
    04-2 BCA ¶ 32,647
     (finding no cardinal change
    where government work orders, “though less than the contract estimate[,] did not constitute a
    change to the work so drastic or profound that it effectively required [the contractor] to perform
    at highly increased costs [or] duties materially different from those on which the parties originally
    based their bargain”).
    9 The Court also addressed in the injunctive relief section of its decision whether the cancelled
    (but now reinstated) Solicitation could adequately meet the government’s needs. See Seventh
    Dimension, 160 Fed. Cl. at 34–36. The government now argues that the Court’s consideration of
    that issue was improper, but all the Court did in that section was balance the harms as required,
    asking whether the government could meet its stated needs if the Court were to grant Seventh
    Dimension’s requested injunction.
    8
    standard of review, contrary to precedent of our appellate court, the United States Court
    of Appeals for the Federal Circuit, Def. Mot. for Recons. at 14–18; and (2) improperly
    “conflat[ed] whether a solicitation can encompass, or be modified to address, the changes
    an agency would like to make with whether the changes themselves are substantially
    different than the original requirements,” id. at 19. Below, this Court first addresses the
    standard of review, followed by the issue of the Army’s needs in relation to the adequacy
    of the Solicitation, and, finally, the Federal Circuit precedent the government relies upon.
    2. The Court Correctly Applied the APA’s Standard of Review
    In moving for reconsideration, the government primarily chafes at this Court’s
    requiring “factual support” for the Army’s solicitation cancellation, including record
    evidence “that the current solicitation is insufficient to meet [the Army’s] needs, that the
    current solicitation cannot be modified post-award to accommodate those needs, [and]
    that the proposed amendments are necessary to meet the [Army]’s needs.” Def. Mot. for
    Recons. at 14.
    This Court sees no reason to retreat from its prior decision on the merits.
    This Court’s insistence upon “factual support” for the agency’s decision to cancel
    the Solicitation is entirely consistent with the APA’s standard of review. In that regard,
    the government responds to none of the authorities this Court relied upon in the initial
    decision. See, e.g., Seventh Dimension, 160 Fed. Cl. at 15–16 (discussing, among other cases,
    In re Gartside, 
    203 F.3d 1305
     (Fed. Cir. 2000)); 
    id.
     at 24 (citing cases for the proposition that
    “[t]he APA’s standard of review requires more than mere assumptions, hypotheses, and
    guesses — it requires reasonable conclusions based on facts or other record evidence”).
    The Court simply does not understand how the government expected its challenged
    agency action to survive APA review without supporting facts, particularly given the
    Federal Circuit’s instruction that the Court must conduct, pursuant to RCFC 52.1, a trial
    on the administrative record for the purpose of making factual findings. See Bannum,
    Inc. v. United States, 
    404 F.3d 1346
    , 1354, 1356 (Fed. Cir. 2005) (RCFC 52.1 “is properly
    understood as intending to provide for an expedited trial on the record” and requires the
    Court of Federal Claims “to make factual findings from the record evidence as if it were
    conducting a trial on the record”).
    Accordingly, where a plaintiff explains that an administrative record lacks factual
    support for a challenged agency decision, the APA requires that the agency do more than
    invoke generic, talismanic deference principles or repeat ipse dixit. See In re Durance, 
    891 F.3d 991
    , 1000 (Fed. Cir. 2018) (“An abuse of discretion occurs if the decision is clearly
    unreasonable, arbitrary, . . . rests on clearly erroneous fact findings; or involves a record
    that contains no evidence on which the [agency] could base its decision.” (citing
    Abrutyn v. Giovanniello, 
    15 F.3d 1048
    , 1050–51 (Fed. Cir. 1994))); Honeywell Int’l Inc. v.
    Arkema Inc., 
    939 F.3d 1345
    , 1348 (Fed. Cir. 2019) (explaining that the APA requires a court
    9
    to “hold unlawful and set aside agency action, findings, and conclusions found to be . . .
    arbitrary, capricious, an abuse of discretion, or otherwise not in accordance with law”
    and that an agency “abuses its discretion if [its] decision . . . involves a record that
    contains no evidence on which the [agency] could rationally base its decision” (first
    alteration in original) (quoting 
    5 U.S.C. § 706
    (2)(A))); In re Vivint, Inc., 
    14 F.4th 1342
    , 1351
    (Fed. Cir. 2021) (applying Honeywell, 939 F.3d at 1348, and Motor Vehicle Mfrs. Ass’n, 
    463 U.S. at 43
    ); Sierra Club v. Salazar, 
    177 F. Supp. 3d 512
    , 533 (D.D.C. 2016) (“[A]n agency’s
    reasoning is deficient if it is: (1) based on speculation; (2) mere conjecture and abstract
    theorizing offered in a vacuum; [or] (3) conclusory[.]” (cleaned up)). This Court will not
    “simply accept whatever conclusion an agency proffers merely because the conclusion
    reflects the agency’s judgment.” Tripoli Rocketry Ass’n, 
    437 F.3d at 77
    .
    Moreover, even during oral argument on the government’s motion for
    reconsideration, the government failed to point to record evidence to substantiate the
    Army’s conclusion:
    [GOVERNMENT’S COUNSEL]: . . . I believe that Your Honor
    should test the [second cancellation decision] against what is
    in the record, but what is being tested is not the agency’s
    rationale for making the changes. It’s [whether] these
    changes legally support a cancellation based on what we
    know about the FAR and cardinal changes and all that . . . .
    THE COURT: Well, I think in the last oral argument we had
    an argument about whether or not the mere . . . hypothesis of
    increased competition was sufficient, because you agree there is
    no market research or any real evidence that there’s likely to be more
    competition under the revised approach that the agency now
    favors . . . .
    [GOVERNMENT’S COUNSEL]: In this case, no, they didn’t
    have more market research. . . .
    THE COURT: And there’s no other evidence.
    [GOVERNMENT’S COUNSEL]: There’s no other evidence . . . .
    Recons. Tr. 51:15–52:11 (emphasis added). 10
    That concession regarding the lack of evidence in the administrative record to
    support the Army’s second cancellation decision is sufficient to justify the Court’s ruling
    10See Seventh Dimension, 160 Fed. Cl. at 21 (noting the government’s concession at oral argument
    that “[t]he contracting officer did not have any market research” (quoting Tr. 23:18–24)).
    10
    in favor of Seventh Dimension under the APA’s standard of review. 11 See Great Lakes
    Dredge & Dock Co. v. United States, 
    60 Fed. Cl. 350
    , 364 (2004) (“[A]n agency’s unsupported
    speculation that [cancellation and] resolicitation will increase competition or reduce
    prices does not provide a rational basis to cancel a solicitation.”); Macaulay-Brown, Inc. v.
    United States, 
    125 Fed. Cl. 591
    , 604 (2016) (holding that “there is no support in the record
    for the contracting officer’s [challenged] finding” and explaining that “[t]he finding does
    not identify any supporting evidence in the record”).
    3. The Court Properly Considered Whether the Proposed Solicitation
    Amendments Were Necessary to Meet the Government’s Actual Needs
    This Court reaffirms that it properly considered whether the agency’s proposed
    solicitation amendments are necessary to meet the Army’s actual needs. The question is
    a binary one: either the agency reasonably determined that a proposed amendment is
    necessary to meet some actual government need — thus, properly triggering FAR 15.206
    considerations — or the agency did not. If the agency made no such determination (or it
    is unreasonable), then, by definition, the proposed amendments are based on nothing
    more than a whim, serving as a mere pretext for cancellation. In that regard, the Federal
    Circuit recognizes that “[t]he law of procurement does not tolerate ‘actions reflecting
    personal predilections of administrative officials, whether ascribable to whim, misplaced
    zeal, or impermissible influence.’” Parcel 49C Ltd. P’ship v. United States, 
    31 F.3d 1147
    ,
    1153 (Fed. Cir. 1994) (quoting M. Steinthal & Co. v. Seamans, 
    455 F.2d 1289
    , 1305–06 (D.C.
    Cir. 1971)). In Parcel 49C, the Federal Circuit affirmed the “trial court’s findings that the
    Government’s justifications for cancellation of the procurement were pretextual” because
    “[w]ithout a valid reason for cancelling the procurement, . . . the Government violated
    its duty to conduct a fair procurement.” Id. at 1151 (emphasis added). That is the very
    same standard this Court applied here but to which the government now objects. 12
    The government’s problem, however, is that its current position is a 180-degree
    reversal from what it committed to do before this Court in order to obtain the dismissal of
    Seventh Dimension’s first action, challenging the Army’s first solicitation cancellation
    decision. In the first iteration of Seventh Dimension’s suit, filed July 26, 2021, see
    Complaint, Seventh Dimension, LLC v. United States, No. 21-1614C (Fed. Cl. July 26, 2021),
    ECF No. 1, Seventh Dimension alleged, inter alia, that: (1) the Army’s “cancellation action
    constitutes pretext to end a Solicitation that has seen multiple errors by the [Army]
    brought to light by Seventh Dimension through the protest process,” id. ¶ 13; (2) “[n]o
    new contract will offer the [Army] more flexibility regarding scope and budget than the
    11The Court discusses infra, Section III.A.3, the government’s contention that “what is being
    tested is not the agency’s rationale for making the [proposed] changes.” Recons. Tr. 51:16–18.
    12Indeed, during oral argument on the motion for reconsideration, the government agreed that
    “if the agency hasn’t justified why it needs to cancel, then the cancellation should be vacated.”
    Recons. Tr. 25:7–9.
    11
    [current IDIQ] Solicitation already does,” id.; and (3) “[t]he Contracting Officer’s
    cancellation notice does not identify any specific change in needs,” id. ¶ 14. Indeed,
    Seventh Dimension specifically alleged that “[d]espite what the Agency represented” to
    the GAO as part of corrective action to resolve the same protest grounds in that forum,
    the Army “apparently never meaningfully reflected on whether its needs had changed.”
    Id. ¶ 58; see also id. ¶ 108 (alleging that the Army’s “notice of cancellation offers only
    unsubstantiated conclusions” and that “[t]he Contracting Officer does not identify any
    material or changed needs”).
    Several weeks later, on September 2, 2021, the government filed a notice of
    corrective action to address Seventh Dimension’s complaint. See Notice of Corrective
    Action, Seventh Dimension, No. 21-1614C (Fed. Cl. Sept. 2, 2021), ECF No. 19 (“Def. Notice
    of Corr. Action”). The government committed to the following:
    Specifically, [the Army] will review Seventh Dimension’s
    concerns including: (1) whether USASOC’s objective can be
    accomplished by making an award on existing proposals or
    amending, rather than cancelling, the solicitation; (2) whether the
    IDIQ nature of the contract sufficiently addresses its
    budgetary concerns; and (3) whether the removal of the
    requirement to provide training facilities justifies
    cancellation.
    Id. at 1 (emphasis added). Thereafter, the parties filed a joint motion to dismiss the case.
    See Joint Motion for Dismissal Based on Corrective Action, Seventh Dimension, No. 21-
    1614C (Fed. Cl. Sept. 10, 2021), ECF No. 21. The joint motion represented the
    government’s “commitment to take such action as the [corrective action] notice
    describes.” Id. at 1. The Army’s commitment to perform such analyses made a great deal
    of sense because: (1) it was the only way to moot Seventh Dimension’s complaint; and
    (2) as the Court reasoned above, if the Army could meet its “objective” under the
    Solicitation — with or without amendment — then cancellation is improper.13
    In light of the government’s commitment to this Court, we cannot fathom why the
    government now opposes this Court’s review of whether the Army implemented its
    corrective action, including a review of the Army’s conclusion that it cannot meet its
    “objective . . . by making an award on existing proposals,” Def. Notice of Corr. Action at
    1, or under the Solicitation, generally. The government knows it was obligated to
    13See AR 3320 (Notice of Reinstatement) (“The Government will do the following for corrective
    action: 1. Determine whether USASOC’s objective can be accomplished by making an award on
    existing proposals or amending, rather than cancelling the [S]olicitation[;] 2. Determine whether
    the IDIQ nature of the contract sufficiently addresses its budgetary concerns[; and] 3. Determine
    whether the removal of the requirement to provide training facilities justifies cancellation.”).
    12
    perform such an analysis because — aside from its corrective action notice — the
    contracting officer’s second cancellation decision (the “Addendum”) 14 itself claims to
    “document[] the actions taken as a result of the voluntary corrective action and the
    outcome of the supplementary reviews,” to include the “[d]etermin[ation] [of] whether
    [the Army’s] objective can be accomplished by making an award on existing proposals
    or amended, rather than cancelling the [S]olicitation.” AR 3321.
    As it turns out, the Army performed no such analysis. Aside from one or two
    conclusory statements of precisely zero evidentiary value, the Addendum is devoid of
    any facts or analysis suggesting that the Army duly considered whether it could meet its
    “objective . . . by making an award on existing proposals,” Def. Notice of Corr. Action at
    1, or with the existing Solicitation, let alone that the Army substantively supported such
    a conclusion. The government agrees that is the case, but now contends that it is not a
    problem:
    THE COURT: Where is that assessed here [in the Addendum]
    . . . whether the current proposals could accomplish the same
    ends? Where is that analysis in here?
    [GOVERNMENT’S COUNSEL]: I would say, Your Honor,
    that their objective was to make the changes and to carry out
    the [S]olicitation that way.
    THE COURT: I hear you. Is there a sentence in [the
    Addendum] you’d want to talk about where . . . the
    Government makes the assessment as to whether or not the
    current proposals could accomplish the goals that they’re
    interested in accomplishing?
    [GOVERNMENT’S COUNSEL]: No, Your Honor, and that
    was not legally required.
    Recons. Tr. 28:25–29:12.
    The government’s position is completely unacceptable. The government
    convinced Seventh Dimension — and, more importantly, this Court — to agree to dismiss
    the prior complaint based on the Army’s commitment to perform a particular analysis.
    The government cannot now claim that this analysis was optional.
    Now, to be clear, the Court’s view is that FAR 15.206(e) itself requires that analysis
    as a prerequisite to cancellation, particularly given the facts of this case. Presumably, the
    government agreed, as per its own corrective action notice and the parties’ subsequent
    14   See Seventh Dimension, 160 Fed. Cl. at 12–13 (discussing the Addendum (AR 3321–24)).
    13
    joint motion to dismiss. But, even if the government did not (and does not now) believe
    that FAR 15.206(e) required any such thing, the government cannot represent to this
    Court that the Army is going to do something, obtain a dismissal on that basis, and then
    ignore its commitments. That is the very height of gamesmanship, and the Court will not
    countenance it. 15 “Quite simply, counsel and the parties are bound by representations
    made to the Court, particularly when the record shows—as this record does—that
    extensive, thoughtful negotiation preceded those representations.” Concordia Partners,
    LLC v. Ward, 
    2014 WL 3378663
    , at *8 (D. Me. July 9, 2014); see also Faiella v. Fed. Nat’l Mortg.
    Ass’n, 
    928 F.3d 141
    , 146 (1st Cir. 2019) (“A party ordinarily is bound by his representations
    to a court and — having staked out his position in response to the district court’s inquiry
    — the appellant cannot now repudiate that position.” (citation omitted)); Adidas
    Sportschuhfabriken ADI Dassler KG v. Chen, 
    1988 WL 1091940
    , at *7 (N.D. Cal. Feb. 2, 1988)
    (concluding that a court “is entitled to rely upon and enforce the representations of
    counsel” because “the Court system would soon fail to function were the Court not able
    to rely upon representations and stipulations of counsel acting on behalf of their
    clients”). 16
    To reiterate, the Army asserted that it had to cancel the Solicitation pursuant to
    FAR 15.206(e) because: (1) the Army’s “objectives cannot be accomplished by making an
    award on existing proposals or amending the [S]olicitation,” AR 3321; and (2) “[t]he IDIQ
    nature of the [S]olicitation does not sufficiently address [the Army’s] current budgetary
    concerns,” AR 3323. 17 But the administrative record contains no facts or even a coherent
    explanation to support either of those conclusions. To the contrary, on the latter point,
    the administrative record shows that the Army continued to consider other IDIQ vehicles
    as viable alternatives. See AR 3324. The contracting officer’s own decision is, at a
    15Hous. Auth. of City of Slidell v. United States, 
    149 Fed. Cl. 692
    , 700–01 (2020) (“[C]ourts . . . [have]
    the inherent authority (or pursuant to the Court’s Rules) to devise and impose sanctions to
    preclude parties from engaging in gamesmanship.”).
    16The policies underlying judicial estoppel support this conclusion. See United States v. McCaskey,
    
    9 F.3d 368
    , 378 (5th Cir. 1993) (“The policies underlying the [judicial estoppel] doctrine include
    preventing internal inconsistency, precluding litigants from ‘playing fast and loose’ with the
    courts, and prohibiting parties from deliberately changing positions according to the exigencies
    of the moment.” (quoting Rand G. Boyers, Precluding Inconsistent Statements: The Doctrine of
    Judicial Estoppel, 
    80 Nw. U. L. Rev. 1244
    , 1245 (1986))); Patriot Cinemas, Inc. v. Gen. Cinemas Corp.,
    
    834 F.2d 208
    , 214 (1st Cir. 1987) (“An apt analogy to . . . judicial estoppel is to the policy which
    prohibits litigants from manipulating their pleadings in order to obtain unjust results.”); Duplan
    Corp. v. Deering Milliken, Inc., 
    397 F. Supp. 1146
    , 1177 (D.S.C. 1974) (“That an estoppel can arise
    because of a prior inconsistent claim or position taken in a judicial proceeding is clear. A party
    cannot have its cake and eat it too.”).
    17The contracting officer also posited that removing the requirement to provide land and training
    facilities justified the cancellation. AR 3324. The government’s motion for reconsideration does
    not challenge the Court’s findings on that issue. See Seventh Dimension, 160 Fed. Cl. at 29.
    14
    minimum, self-contradictory regarding the “IDIQ nature” of the Solicitation the Army
    sought to cancel. 18
    The Court could have (and perhaps should have) stopped there — i.e., with its
    conclusion that the contracting officer’s decision to cancel the Solicitation failed to comply
    with FAR 15.206(e) and was otherwise arbitrary, capricious, and unsupported by the
    administrative record. The Court went further, however, to opine that it doubted “that
    the [contracting officer] could reasonably determine that the proposed amendment in this
    case constitutes a cardinal change.” Seventh Dimension, 160 Fed. Cl. at 31. In particular,
    the Court explained that “if the cancelled IDIQ Solicitation is indeed sufficiently flexible
    to accommodate the Army’s actual needs, then that would mean that the proposed
    amendment, by definition, is both anticipated, within the general scope of the
    contemplated work, and, thus, unnecessary.” Id. The government does not like that
    formulation, see Def. Mot. for Recons. at 9; Recons. Tr. 14:11–23:1 — and the Court agrees,
    in retrospect, that it could have been clearer. But the Court simply blended two correct
    (and related) rules in the same sentence: (1) there is no cardinal change where the
    solicitation (or resulting contract) anticipates the possibility of the change in question
    because it does not impact the “overall purpose and nature of the original contract,” see
    Seventh Dimension, 160 Fed. Cl. at 32 (quoting Everpure, Inc., B-226395, 90-2 CPD ¶ 275,
    
    1990 WL 278656
    , at *3 (Comp. Gen. Oct. 10, 1990), and collecting cases); 19 and (2) an
    amendment to a solicitation that is unnecessary to meet the government’s needs,
    particularly “at the eleventh hour” of a procurement, is tantamount to a pretext for
    cancellation, 
    id.
     Those two concepts are related because if the resulting contract can be
    modified as desired (i.e., post-award) without triggering a cardinal change, that means
    the agency was not required to cancel the solicitation and start over to begin with. 20 If an
    18  See Ralph C. Nash, Indefinite-Delivery/Indefinite Quantity Contracts: A Popular Vehicle, 31 Nash &
    Cibinic Rep. ¶ 37 (2017) (discussing GAO report in which Department of Defense contracting
    officials noted that “IDIQ contracts also provide more funding flexibility as funds are obligated
    as needed through orders and not at contract award” and thus “allows work to be performed on
    an as needed basis . . . in an uncertain funding environment” (quoting U.S. Gov’t Accountability
    Off., GAO-17-329, Federal Contracts: Agencies Widely Used Indefinite Contracts to Provide Flexibility
    to Meet Mission Needs (2017))); Specialty Marine, Inc., B-293871, 2004 CPD ¶ 130, 
    2004 WL 1368234
    ,
    at *4 (Comp. Gen. June 17, 2004) (“By their very nature, ID/IQ contracts provide agencies with
    . . . flexibility[.]”).
    19The government does not challenge this Court’s view that FAR 15.206(e) applies only where a
    proposed solicitation amendment would constitute a cardinal change. Recons. Tr. 44:21–23
    (government acknowledging that it is “not moving for reconsideration on the CICA aspect and
    the cardinal change aspect” of this Court’s decision on the merits).
    20 As this Court explained in its earlier decision, the cardinal change test is used for different
    purposes. It is used to determine whether (1) a post-award contract modification constitutes
    either a breach of contract, thereby excusing the contractor from performance, or (2) the award of
    an improper sole-source contract that should have been subject to competition. The former arises
    in the context of a contractor’s claim (typically pursuant to the Contract Disputes Act), while the
    15
    agency nevertheless cancels the solicitation, the proposed amendment, by definition,
    serves as nothing more than a pretext for cancellation and would constitute an invalid
    attempt to avoid the cancellation requirements contained in 
    10 U.S.C. § 3301
    (b).
    This Court’s approach is hardly novel. In Macaulay-Brown, Inc. v. United States,
    this Court rejected the government’s grounds for a “planned cancellation of awards and
    re-solicitation.” 125 Fed. Cl. at 605. In that case, the government pointed to the “agency’s
    desire to make changes to the three initial task orders” in concluding that the requirement
    as first solicited no longer accurately reflected the current Government needs. Id. Senior
    Judge Firestone, however, sided with the plaintiff, noting that “the government
    acknowledges that it would be able to make the planned changes to each of the task
    orders through in-scope modifications and that these changes do not require the agency
    to cancel the IDIQ and task order awards and resolicit offers.” Id. at 606. The Court
    concludes that the same reasoning applies in this case. 21 Indeed, the Solicitation contains
    latter arises in a bid protest-type action in the GAO or in this Court pursuant to 
    28 U.S.C. § 1491
    (b)
    brought by a would-be offeror contending that it should have the opportunity to compete for the
    work (improperly) added to an existing contract. See generally Ralph C. Nash, “Cardinal Change”:
    A Useful Term?, 34 Nash & Cibinic Rep. ¶ 62 (2020) (discussing cardinal change concepts in the
    context of contract disputes and protests); Travel Centre v. Baram, 
    236 F.3d 1316
    , 1318 (Fed. Cir.
    2001) (“Both requirements contracts and IDIQ contracts provide the government purchasing
    flexibility for requirements that it cannot accurately anticipate.”).
    21 The government’s reliance upon Inverness Technologies, Inc. v. United States, 
    141 Fed. Cl. 243
    (2019), is misplaced. Def. Mot. for Recons. at 13–14. In Inverness, the Court held that an “agency
    is permitted to cancel a solicitation even absent absolute necessity or cardinal changes.” 141 Fed.
    Cl. at 250. In that case, while the plaintiff invoked “a litany of regulations that it argue[d]
    circumscribe an agency’s ability to cancel a solicitation” — and thus “essentially read[] a variety
    of additional factors into the [cancellation] standard” — Inverness declined to address them. Id.
    at 250 & n.2 (referencing FAR 15.206(e), among others, and explaining that “[b]ecause plaintiff
    did not ask the court to consider whether a violation of any of these regulations could itself form
    the basis for overturning the contracting officer’s decision, the matter has not been fully briefed
    and presented to the court, and is not an appropriate subject for a legal conclusion in this
    opinion”). In this case, in contrast, the requirements of FAR 15.206 (and 
    10 U.S.C. §§ 3301
    (b) and
    3303(c)) are squarely at issue. The Court further notes that older, more permissive cases appear
    to predate those provisions. Compare Coastal Corp. v. United States, 
    6 Cl. Ct. 337
    , 343–44 (1984)
    (“[T]he absence of regulations strongly suggests that there are no constraints on the cancellation
    of a negotiated procurement, other than the normal ones applicable to all agency action: that it be
    free from arbitrariness, capriciousness and abuse of discretion.”), with Def. Tech., Inc. v. United
    States, 
    99 Fed. Cl. 103
    , 114–15 (2011) (discussing FAR 15.305(b), and other cases). See also RN
    Expertise, Inc. v. United States, 
    97 Fed. Cl. 460
    , 468 (2011) (noting that the government argued “that
    the applicable regulations governing the cancellation of solicitations are FAR 15.305(b) (providing
    that source selection authorities may reject all proposals if in the best interest of the Government)
    and FAR 15.206(e) (providing when cancellation of a solicitation is required)”); Competition in
    Contracting Act of 1984, Pub. L. No. 98-369, § 2723, 98 Stat 494, 1191–92 (current version codified
    at 
    10 U.S.C. §§ 3206
    , 3301–3309).
    16
    language that put potential offerors on substantial notice of the flexibility the Army
    intended to secure for itself. See, e.g., AR 140 (Solicitation’s ordering procedure for firm
    fixed price task orders noting that “[f]or course support [contract line items (“CLINs”)],
    the Government will provide the contractor a statement of objectives a minimum of 30-
    days prior to each training exercise that will result in a fixed price task order for that
    support”); AR 173–74 (changing CLIN 0005 to broadly cover work “to be negotiated at
    the task order level . . . within scope of the overall . . . Training Support effort”); AR 178
    (solicitation requirement noting that “[m]anager[s] must be flexible and adapt to
    changing requirements as the Program of Instruction is adapted to the contemporary
    operational environment”).
    Moreover, contrary to the government’s assertions, both the GAO and this Court
    frequently review, in other protest contexts, whether a solicitation’s requirements are
    necessary to meet an agency’s legitimate needs. See, e.g., NCS Techs., Inc., B-403435, 2010
    CPD ¶ 281, 
    2010 WL 4886734
    , at *2 (Comp. Gen. Nov. 8, 2010) (“Although a contracting
    agency has the discretion to determine its needs and the best method to accommodate
    them, the agency may include restrictive requirements only to the extent they are
    necessary to satisfy its legitimate needs.”); Mossberg Corp., B-274059, 96-2 CPD ¶ 189, 
    1996 WL 664740
    , at *5 (Comp. Gen Nov. 18, 1996) (“[T]he record does not adequately establish
    that the challenged requirement is necessary to satisfy the agency’s minimum needs.”);
    PhilCon Corp., B-206728, 83-1 CPD ¶ 380, 
    1983 WL 26692
    , at *3 (Comp. Gen. Apr. 12, 1983)
    (“We will object to restrictive solicitation requirements where they are not reasonably
    related to the agency’s legitimate needs.”); Geo–Med, LLC v. United States, 
    135 Fed. Cl. 742
    ,
    749 (2017) (“Given the detail and reasoning included in the Market Research Report, the
    Court must defer to the [contracting officer]’s expertise and sustain the procurement
    bundling as necessary and justified.”); Remote Diagnostic Techs. LLC v. United States, 
    133 Fed. Cl. 198
    , 203 (2017) (finding that the administrative record “provide[d] . . . an
    abundance of evidence to support the government’s position that the printer requirement
    was necessary”). The point is not that those cases drive the outcome here, but rather only
    that there is nothing particularly unusual about this Court’s considering whether a
    specific solicitation requirement — or, in this case, a proposed solicitation amendment —
    is at all necessary to meet an agency’s needs.
    Finally, even if this Court erred elsewhere in its analysis, such error is harmless
    given that the contracting officer applied a cancellation standard that is clearly contrary
    to FAR 15.206(e). Again, that provision requires a contracting officer to have a reasonable
    factual basis for determining that “additional sources likely would have submitted offers had
    the substance of the amendment been known to them.” FAR 15.206(e) (emphasis added).
    Here, however, the contracting officer asked not whether increased competition was
    “likely” but rather whether “a revised solicitation would present the potential for
    17
    increased competition.” AR 3324 (emphasis added). 22 Every resolicitation “present[s]
    the potential for increased competition,” 
    id.,
     and thus the standard the contracting officer
    employed would, at a minimum, improperly swallow 
    10 U.S.C. §§ 3301
    (b) and 3303(c)). 23
    4. Binding Precedent Does Not Dictate a Different Outcome
    The Federal Circuit decisions upon which the government relies — Veterans
    Contracting Group, Inc. v. United States, 
    920 F.3d 801
     (Fed. Cir. 2019), Croman Corp. v. United
    States, 
    724 F.3d 1357
     (Fed. Cir. 2013), and Dell Federal Systems, L.P. v. United States, 
    906 F.3d 982
     (Fed. Cir. 2018) 24 — do not undermine the Court’s holding in this case.
    This Court previously addressed Veterans Contracting Group v. United States, 
    920 F.3d 801
     (Fed. Cir. 2019), in its prior decision:
    Notably, in Land Shark Shredding, LLC v. United States, the
    Federal Circuit summarized its holding in Veterans
    Contracting as follows: “the [agency] can cancel [service-
    disabled     veteran-owned       small    business]    set-aside
    solicitations where there are no reasonable bids.” 842 F. App’x
    589, 592 (Fed. Cir. 2021) (citing Veterans Contracting, 920 F.3d
    at 806–07). The [contracting officer] in this case, however, did
    22See Recons. Tr. at 54:8–9 (government concurring that “the word [‘]potential[’] is not the same
    as [‘]likely[’]”).
    23The “potential for increased competition” standard the contracting officer invoked appears to
    have been derived from older GAO decisions. See, e.g., Glob. Sols. Network, Inc., B-289342.4, 2002
    CPD ¶ 64, 
    2002 WL 461784
    , at *2 (Comp. Gen. Mar. 26, 2002) (“A reasonable basis for cancellation
    exists when, for example, a solicitation is ambiguous or overstates the agency’s minimum needs,
    such that the cancellation of the solicitation and the issuance of a revised solicitation would
    present the potential for increased competition.” (emphasis added)). More recent GAO decisions,
    however, correctly adhere to the FAR’s formulation. See, e.g., Progress for Bakersfield Veterans, LLC,
    B-418703.7, 2021 CPD ¶ 303, 
    2021 WL 4207490
    , at *4 (Comp. Gen. Aug. 11, 2021) (“Under FAR
    section 15.206(e), if an amendment proposed for issuance after offers have been received is so
    substantial as to exceed what prospective offerors reasonably could have anticipated, so that
    additional sources likely would have submitted offers had the substance of the amendment been
    known to them, the contracting officer is required to cancel the original solicitation and issue a
    new one, regardless of the stage of the acquisition.” (emphasis added)). In Bakersfield Veterans,
    the GAO found that neither FAR 15.206(a) nor FAR 15.206(e) “require[d] the agency to amend or
    cancel the solicitation because the agency did not change its requirements or the terms and
    conditions of the solicitation in any material way.” 
    Id.
    24   See Def. Mot. for Recons. at 14–17.
    18
    not conclude that Seventh Dimension’s proposal was
    unreasonable or otherwise unawardable.
    Seventh Dimension, 160 Fed. Cl. at 16 n.16. Veterans Contracting is thus inapposite and the
    government’s motion for reconsideration does not event attempt to explain that decision
    in light of Land Shark Shredding.
    In any event, the Federal Circuit in Veterans Contracting reaffirmed the appellate
    court’s previous holding in Parcel 49C, that “the government cannot cancel a solicitation
    solely to satisfy an agency’s whim.” Veterans Contracting Grp., 920 F.3d at 806 (citing
    Parcel 49C, 
    31 F.3d at
    1153–54). But that is exactly what the Army did where, as here, it
    cannot explain why the proposed solicitation amendments are needed. 
    Id.
     In Veterans
    Contracting, the Federal Circuit determined that “the record disclose[d] a reasonable
    motivation for cancellation.” 
    Id.
     In this case, in contrast, the Army has not substantiated
    such a reasonable basis for cancellation.
    Moreover, while “a bidder-claimant generally must show that [a] procurement
    decision lacked a ‘proper legal basis,’” the Federal Circuit recognized that such an
    assessment requires the application of the substantive legal provision governing the
    procurement decision at issue. Veterans Contracting Grp., 920 F.3d at 806 (quoting Parcel
    49C, 
    31 F.3d at 1154
    ). In Veterans Contracting, that substantive provision was FAR
    14.404-1, and the Federal Circuit concluded that the contracting officer “had a compelling
    reason to request cancellation.” Id. at 807 (applying FAR 14.404-1). In this case, the
    substantive provision at issue is FAR 15.206(e), the meaning and application of which
    Veterans Contracting did not address. Nor, for that matter, did Veterans Contracting
    address the significance of 
    10 U.S.C. §§ 3301
    (b) and 3303(c). 25
    25Leading commentators have explained that, for the purposes of a procurement cancellation, the
    distinction between a sealed bid and negotiated procurement, if anything, may militate against
    cancellation:
    There are other cogent reasons to refrain from canceling that are
    applicable equally to negotiated procurements. The wasted effort
    resulting from cancellation and the additional time and effort
    required if there is a resolicitation would seem to require that
    decisions to cancel should only be made as a last resort. Further, in
    a negotiated procurement, problems can often be remedied in the
    discussion and best and final offer stages thereby making
    cancellation an extraordinary remedy.
    Ralph C. Nash & John Cibinic, Cancellation of Solicitations: Are Bids and Proposals Sweeter the Second
    Time Around?, 7 Nash & Cibinic Rep. ¶ 36 (1993).
    19
    The next case the government invokes, Croman Corp. v. United States, 
    724 F.3d 1357
    (Fed. Cir. 2013), does not address FAR 15.206(e) or 
    10 U.S.C. §§ 3301
    (b) and 3303(c). That
    makes sense because Croman did not involve a solicitation cancellation at all; the
    government in that case did not attempt to reject “all . . . competitive proposals received
    in response to a solicitation.” 
    10 U.S.C. § 3301
    (b). Rather, Croman involved the mere
    removal of specific CLINs. 724 F.3d at 1359–60 (explaining that “[d]ue to budget concerns
    and based on previous analysis, the [agency] re-evaluated the need for the equipment
    and services solicited and determined the optimum number of helicopters to be thirty
    (30)” and, thus, “only thirty (30) of the thirty-four (34) CLINs of the 2011 Solicitation
    [were] awarded”). The Federal Circuit in Croman affirmed the trial court’s decision that
    the agency reasonably “determined that it was necessary to eliminate four (4) out of
    thirty-four (34) CLINs from the 2011 Solicitation due to budget constraints and a potential
    need to evaluate a different aircraft the following fiscal year.” Id. at 1364. The
    disappointed bidder had only “speculat[ed] that there actually were no budgetary
    concerns,” but the plaintiff-appellant’s speculation was plainly insufficient to meet its
    burden. Id.
    Croman thus supports this Court’s decision here in two ways. First, in Croman, the
    government itself urged the Federal Circuit to recognize that the “[plaintiff-appellant]’s
    argument” about the lack of actual budgetary concerns “is . . . a factual one.” Corrected
    Brief for Defendant-Appellee at 47–48, Croman Corp. v. United States, 
    724 F.3d 1357
     (Fed.
    Cir. 2013) (No. 12-5138), 
    2013 WL 298321
    . Here, too, the question of whether there is
    evidence in the record to support the Army’s cancellation decision pursuant to FAR
    15.206(e) is a factual one — a question this Court has decided in favor of Seventh
    Dimension. See Seventh Dimension, 160 Fed. Cl. at 32. Second, the Federal Circuit
    considered whether the agency’s CLIN removal “decision[] [was] responsive to its actual
    needs.” Croman Corp., 724 F.3d at 1365. This Court acknowledges, as it must, that the
    Army has a substantial “level of discretion . . . to make [procurement] decisions
    responsive to its actual needs,” id.; and, of course, this Court recognizes that legitimate
    budgetary considerations may drive such procurement decisions. But, in this case, as a
    factual matter, the administrative record does not support that the solicitation
    cancellation relates to the Army’s “actual needs” — meaning, in the language of the
    government’s own corrective action notice, that the Army did not examine or support the
    conclusion that its objectives could not somehow be accomplished by making an award
    on existing proposals or amending, rather than cancelling, the Solicitation. See Def.
    Notice of Corr. Action at 1.
    Finally, relying upon Dell Federal Systems, L.P. v. United States, 
    906 F.3d 982
     (Fed.
    Cir. 2018), the government contends that the Court improperly “substitute[d] the
    judgment of the Court for that of the [Army] by allowing the Court to determine what
    should have been the more preferrable solution.” Def. Mot. for Recons. at 17. This Court,
    however, did no such thing and Dell Federal Systems is inapposite. As explained supra, in
    asking whether the Army could meet its needs with the current proposals or solicitation,
    20
    the Court simply posed the very same question the Army committed to analyze as part
    of its correction action — no more, no less. Dell Federal Systems is inapposite as the Federal
    Circuit in that case held only that “the Army rationally chose discussions, rather than
    clarifications, . . . as the appropriate corrective action to address . . . material errors” in a
    procurement, and that the “Army was not legally required to address every option, but
    rather to provide a reasonable corrective action and adequately explain its reasoning for
    doing so.” 906 F.3d at 998. Even where “corrective action [is] rationally related to the
    procurement defect,” however, id. at 999, the government must implement the corrective
    action as represented to this Court.
    Moreover, Dell Federal Systems addressed neither solicitation cancellation
    requirements nor corrective action calculated to remedy an alleged failure to properly
    cancel a solicitation, as Seventh Dimension alleged in its first suit. That is a critical point
    because when asking whether “corrective action [is] rationally related to the procurement
    defect,” 906 F.3d at 999, the underlying specific statutory or regulatory requirements
    must be considered, id. at 995–96 (discussing DFARS 215.306(c)(1) and holding that “the
    corrective action of conducting discussions is rationally related to the undisputed
    procurement defect of originally failing to conduct pre-award discussions, as reasonably
    interpreted by the agency to be required by the applicable regulations, in the first
    instance”).
    In contrast to Dell Federal Systems, the government here seeks to avoid
    implementing the very corrective action to which it committed. In that regard, the
    government previously recognized that, as a prerequisite to cancellation, the Army first
    had to determine that its objective could not “be accomplished by making an award on
    existing proposals or amending, rather than cancelling, the solicitation.” Def. Notice of
    Corr. Action at 1. That is what Seventh Dimension asserted the Army was required to
    analyze in the first instance and that is what the government committed to do. And,
    again, the Court agrees with Seventh Dimension that is what FAR 15.206(e) requires in
    any event. This Court’s decision is not an outlier. See Pro. Serv. Indus., Inc. v. United States,
    
    129 Fed. Cl. 190
    , 203–04 (2016) (holding that agency improperly resolicited new proposals
    where “there is nothing in the record to demonstrate that the agency ever made a
    determination that the original solicitation did not accurately reflect its needs”); cf. PGLS,
    LLC v. United States, 
    152 Fed. Cl. 59
    , 69 (2020) (“The record supports finding that [the
    agency’s] corrective action, which resulted in the cancellation of [an] award and
    reprocurement of the Solicitation, is arbitrary and capricious.”), appeal dismissed, 
    2021 WL 3077595
     (Fed. Cir. Feb. 18, 2021). 26
    26 See also Pro. Serv. Indus., 129 Fed. Cl. at 206 (criticizing corrective action that “gives the
    appearance of securing a result that is precisely the opposite of what the procurement rules
    ordinarily require” because “rather than ensuring that an offeror’s proposal conform strictly to
    the requirements of the solicitation, the agency has changed the solicitation to conform to an
    offeror’s proposal”); Sheridan Corp. v. United States, 
    95 Fed. Cl. 141
    , 154 (2010) (“Any issues
    21
    B. The Government Waived Its Arguments Regarding the Scope of Injunctive
    Relief
    The crux of the government’s other main argument on reconsideration is that the
    Court committed a “clear legal error” in issuing injunctive relief because it rested on the
    “factually incorrect” conclusion that Seventh Dimension is the only remaining acceptable
    offeror; 27 according to the government, the Army never eliminated the other remaining
    offeror, Reservoir International, Inc. (“Reservoir”), from the competition. Def. Mot. for
    Recons. at 3–4. The government further asserts that: (1) the Court’s reliance on FAR
    19.1405(c) was erroneous because Reservoir was never eliminated from the competitive
    range, 
    id.
     at 4–5; (2) the Court exceeded its authority and ignored the APA’s standard of
    review in determining that only Seventh Dimension’s proposal is awardable (and, by
    implication, that Reservoir’s proposal is not), 
    id.
     at 5–6; and (3) the Court improperly
    ordered the Army to award the contract to Seventh Dimension, in contravention of
    “established precedent,” 
    id.
     at 6–9. Finally, the government contends that the “legally
    correct remedy” upon a finding that the Army’s proposed changes “do not warrant
    cancellation” is to “allow USASOC to . . . amend[] the [S]olicitation, receiv[e] updated
    proposals and pricing from any offeror remaining in the competitive range, and mak[e]
    an award based on value.” Def. Mot. for Recons. at 11–12.
    The problem with this entire line of argument is that the government failed to
    properly address this purportedly “clear error” in its merits briefs (supporting the
    parties’ cross-motions for judgment on the administrative record) or at oral argument on
    those motions. The government’s failure, in that regard, is particularly notable given
    Seventh Dimension’s extensive arguments on the very issues about which the
    government now complains.
    For example, Seventh Dimension asserted no less than ten times in its briefs that it
    was the only offeror remaining in the competitive range and made that point at least
    twice during oral argument. See Pl. MJAR at 4 (“The [Army] insists, without explanation,
    that other acceptable offerors exist, but the record contradicts the [Army]’s assertion. At
    the time of cancellation, the [Army] had one acceptable offeror—Seventh Dimension.”);
    id. at 34 (“At that point, Seventh Dimension was the only qualified offeror left in the . . .
    competitive range. . . . The [Army] should have awarded the contract to the winner—
    Seventh Dimension.” (citing AR 1670)); id. at 35 (describing Seventh Dimension as the
    “only remaining acceptable offeror in the competitive range”); id. at 37 (“When the dust
    resulting from the passage of time were of the Government’s own creation and cannot support
    the agency’s attempt to resolicit proposals.”).
    27For example, the government takes issue with the Court’s description of Seventh Dimension
    as: (1) “the last offeror standing,” Seventh Dimension, 160 Fed. Cl. at 8; (2) “the only remaining,
    awardable offeror following the receipt and evaluation of proposals,” id. at 21; (3) “the putative
    winner,” id. at 28; and (4) the “only . . . viable, awardable offeror remaining,” id. at 32.
    22
    settled . . . , only one competitor remained standing—Seventh Dimension.”); id. at 38
    (depicting Seventh Dimension as the “last competitor standing”); Pl. Resp. at 1 (“Internal
    [Army] documentation demonstrates the correctness of Seventh Dimension’s protest,
    leaving Seventh Dimension as the . . . sole offeror standing.” (citing AR 2974–75)); id. at 6
    (“[T]he [Army]’s argument ignores the fact that, at the time of cancellation, the [Army]
    had one acceptable offeror—Seventh Dimension.”); id. at 23 (“[H]ere, the [Army] has only
    one remaining acceptable . . . offer in its hand . . . .”); id. at 24 (labeling Seventh Dimension
    as “the last standing” offeror); id. at 25 (“[Seventh Dimension] was the only acceptable
    offeror.”); Tr. 71:3–5 (“[PLAINTIFF’S COUNSEL]: In spring 2021, after two years of
    competition, Seventh Dimension [was] the last offeror standing, the putative awardee in
    this competition . . . .”); Tr. 123:3–4 (“[PLAINTIFF’S COUNSEL]: [A]t the time of this
    cancellation, [Seventh Dimension] was [the] last offeror standing . . . .”); see also Tr. 122:18–
    20 (“[PLAINTIFF’S COUNSEL]: We know from . . . our protest of [the award to]
    Reservoir, that Reservoir was not acceptable.”). 28
    In contrast, the government never once mentioned Reservoir’s competitive status
    in the procurement. Indeed, the government referenced the number of offers — not
    offerors — only three times in its briefs and never in the body of the argument. For
    instance, in the government’s MJAR, the government noted this issue in but a single
    sentence in the statement of facts and in a footnote in the argument section. See Def. MJAR
    at 9 (“In this instance, there was not only one acceptable offer and as such, [
    13 C.F.R. § 125.2
    (a)(2) and FAR 19.1405(c)] did not apply.” (citing AR 3323)); 
    id.
     at 34 n.16 (“As the
    contracting officer noted, there is not only one acceptable offer and these provisions are
    inapplicable on that basis.” (citing AR 3323)). The government reiterated in a single
    footnote in its response brief the exact same assertion with no additional support or
    discussion. See Def. Resp. at 19 n.7 (“As the contracting officer noted, there is not only
    one acceptable offer and these provisions are inapplicable on that basis.” (citing AR
    3323)). Again, the government did not mention Reservoir in any of its MJAR briefs; on
    the contrary, in each instance, the government merely cited to the same sentence on a
    single page in the record to support the assertion that more than “one acceptable offer”
    exists. AR 3323 (emphasis added). The distinction between acceptable offers and offerors
    is critical, as the Court will explain below.
    When the Court raised the question of whether the government had waived this
    entire line of argument, the government failed to provide a satisfactory justification:
    THE COURT: . . . Plaintiff, in its merits briefing, spent pages
    arguing that they were the only [offeror] left [in the
    procurement]. And the only mention that we could find of
    28Notably, the Court referred to Seventh Dimension as the “presumptive winner” during an
    exchange with government’s counsel at oral argument on the merits, but the government did not
    correct or otherwise respond to the Court’s characterization. See Tr. 38:20.
    23
    the Government countering that argument were those two
    footnotes. Is there any other line in the brief that you would
    want to point to other than those footnotes?
    [GOVERNMENT’S COUNSEL]: I don’t have that off the top
    of my head, Your Honor, but I would say I don’t believe . . .
    that it was necessary to respond to that . . . [b]ecause it’s not a
    relevant question to this protest. . . .
    [THE COURT]: Well, you can believe it’s not relevant, but . . .
    Plaintiff argued at great length that it mattered that they were
    the only one left, and that FAR 19.[1]405(c), although it’s a
    “should,” meant that they should get the award because they
    were the only one left. And . . . looking back at it now, the
    only response to the idea that they are not the only one left is
    in two footnotes in your briefs. Am I wrong?
    [GOVERNMENT’S COUNSEL]: I don’t believe so, Your
    Honor.
    Recons. Tr. 56:20–57:22.
    The bottom line is that the government never meaningfully advanced the
    argument about Reservoir’s status in its MJAR or response brief. Undeveloped or
    perfunctory arguments, such as those raised in a factual background section or in the
    footnotes of a party’s brief, may be deemed forfeited or waived. See SmartGene, Inc. v.
    Advanced Biological Lab’ys, SA, 555 F. App’x 950, 954 (Fed. Cir. 2014) (“[A]rguments that
    are not appropriately developed in a party’s briefing may be deemed waived. . . . [T]he
    district court acted well within its discretion in concluding, as it explained on
    reconsideration, that . . . passing assertions did not amount to a developed argument . . . .
    We view the court’s ruling as essentially one that [the party] forfeited [the] argument.”
    (citing SmithKline Beecham Corp. v. Apotex Corp., 
    439 F.3d 1312
    , 1320 (Fed. Cir. 2006))); In
    re Baxter Int’l, Inc., 
    678 F.3d 1357
    , 1362 (Fed. Cir. 2012) (noting that arguments raised only
    in “the background of [an] opening brief” are waived); SmithKline Beecham Corp., 
    439 F.3d at 1320
     (“[A]rguments raised in footnotes are not preserved.”). 29 As the United States
    29See also Australian Therapeutic Supplies Pty. Ltd. v. Naked TM, LLC, 
    965 F.3d 1370
    , 1379 n.2 (Fed.
    Cir. 2020) (noting that arguments made “in passing” are not considered fully developed and are
    waived), cert. denied, 
    142 S. Ct. 82
     (2021); Monsanto Co. v. Scruggs, 
    459 F.3d 1328
    , 1341 (Fed. Cir.
    2006) (concluding that undeveloped arguments are “deemed waived”); Olaplex, Inc. v. L’Oréal
    USA, Inc., 855 F. App’x 701, 712 (Fed. Cir. 2021) (“If the record contains more evidence than [the
    court] ha[s] identified, [and the parties] ha[ve] not brought such additional evidence to [the
    court’s] attention, [the court] need not sift the extensive record for it on [its] own.”); United
    States v. Dunkel, 
    927 F.2d 955
    , 956 (7th Cir. 1991) (“A skeletal ‘argument,’ [is] really nothing more
    than an assertion, [and] does not preserve a claim[,] [e]specially not when the brief presents a
    passel of other arguments . . . . Judges are not like pigs, hunting for truffles buried in briefs.”
    24
    Court of Appeals for the First Circuit aptly explained, “[i]t is not enough merely to
    mention a possible argument in the most skeletal way, leaving the court to do counsel’s
    work, create the ossature for the argument, and put flesh on its bones.” United States v.
    Zannino, 
    895 F.2d 1
    , 17 (1st Cir. 1990) (“[I]ssues adverted to in a perfunctory manner,
    unaccompanied by some effort at developed argumentation, are deemed waived.”).
    “Judges are not expected to be mindreaders[;] . . . a [party] has an obligation ‘to spell out
    its arguments squarely and distinctly’ or else forever hold its peace.” Rivera-Gomez v. de
    Castro, 
    843 F.2d 631
    , 635 (1st Cir. 1988) (quoting Paterson-Leitch Co. v. Mass. Mun. Wholesale
    Elec. Co., 
    840 F.2d 985
    , 990 (1st Cir. 1988)).
    In this case, as noted supra, Seventh Dimension repeatedly argued, and at great
    length, that its proposal remained as the only awardable proposal. The government did
    not respond with anything more than a vague footnote, merely alluding to the existence
    of another offer (not offeror), and without even mentioning Reservoir by name. Nor did
    the government explain why Seventh Dimension was not the only viable offeror
    remaining; that is, the government never asserted that Reservoir remained in the
    competition. The government’s argument for a broad rewrite of this Court’s injunction
    based on Reservoir’s remaining in the competition is thus waived. 30
    Putting aside the fact that the government buried its cryptic point in footnotes, the
    government, as a substantive matter, offered nothing more than the naked assertion that
    there is not “only one acceptable offer,” Def. MJAR at 9, 34 n.16; Def. Resp. at 19 n.7,
    without any further information or explanation supporting that assertion. See
    Raghunathan v. Holder, 
    604 F.3d 371
    , 378 (7th Cir. 2010) (“[S]tating blankly what one’s
    argument is and actually arguing a position are different things.”). It is not the Court’s
    responsibility to litigate a matter on behalf of the parties. See Carducci v. Regan, 
    714 F.2d 171
    , 177 (D.C. Cir. 1983) (Scalia, J.) (“The premise of our adversarial system is that
    [federal] courts do not sit as self-directed boards of legal inquiry and research, but
    essentially as arbiters of legal questions presented and argued by the parties before
    them.”); United States v. Lanzotti, 
    205 F.3d 951
    , 957 (7th Cir. 2000) (“It is not th[e] court’s
    (citation omitted)); DeJonghe v. City of Dearborn Heights, 
    2021 WL 4894613
    , at *8 (E.D. Mich. Oct.
    20, 2021) (“Because the Court cannot develop Plaintiff’s arguments sua sponte, Plaintiff’s challenge
    is waived.”).
    30 This result is likely no surprise to the government as it apparently attempted to avoid waiver
    in its motion for reconsideration by masking the issue. There — once again, in a footnote,
    ironically — the government asserts that it raised this argument in its briefs. Def. Mot. for Recons.
    at 5 n.3 (“We repeated this caveat in our motion for judgment on the administrative record and
    response.”). The government, however, incorrectly cites to full pages of its briefs (i.e., above-the-
    line) and omits that these vague assertions were made only in footnotes. 
    Id.
     (asserting that the
    government previously made this argument in “ECF No. 20 at 34” and “ECF No. 22 at 19”). The
    government does not acknowledge in its motion for reconsideration that it mentioned this issue
    only in the footnotes and background section of its MJAR briefs.
    25
    responsibility to research and construct the parties’ arguments.”); Resol. Tr. Corp. v.
    Dunmar Corp., 
    43 F.3d 587
    , 599 (11th Cir. 1995) (“[T]he onus is upon the parties to
    formulate arguments . . . .”). The Court, therefore, had no obligation to decipher such a
    vague and unsupported assertion and transform it into a coherent argument in response
    to Seventh Dimension’s extensively briefed position. See Carducci, 
    714 F.2d at 177
     (“We
    . . . decline to entertain [the party]’s asserted but unanalyzed . . . claim.”).
    Moreover, this Court considered the contracting officer’s conclusory assertion in
    the Addendum that “FAR 19.1405(c) is not applicable in this case, as there is an incorrect
    assumption that only one acceptable offer exists,” AR 3323 (emphasis added), but this
    statement does not support the proposition for which the government now cites it. In
    particular, the Addendum indicates only that more than “one acceptable offer exists,” not
    that there was more than one acceptable offeror remaining in the competitive range. See
    AR 3323 (emphasis added). Ordinarily, of course, the existence of more than one
    acceptable offer would necessarily mean that there is more than one offeror in the
    competitive range. The problem for the Army is that, in the absence of any further
    explanation in the government’s briefs or the Addendum, the Court agreed with, and
    continues to agree with, Seventh Dimension that only one acceptable offer in fact remains
    — the one belonging to Seventh Dimension. In contrast, Reservoir’s offer is manifestly
    unacceptable and noncompliant with the Solicitation, which, in fact, is why the Army
    ultimately rejected it and, indeed, terminated Reservoir’s contract award based on that
    offer. See Pl. Resp. to Mot. at 7–10; Recons. Tr. 58:14–15.
    In other words, the Court rejects the Addendum’s unsupported conclusion that
    there is another acceptable offer pending for the Army’s consideration. Had the
    contracting officer in the Addendum explained how Reservoir’s proposal could be
    salvaged or that the Army retained Reservoir in the competitive range for further
    consideration, perhaps this Court would have understood the government’s point. But
    the Army’s Addendum contained only a single, manifestly incorrect statement about
    current, pending offers.
    In sum, the government’s MJAR opposed Seventh Dimension’s request for
    injunctive relief only in the most general terms but did not provide any specifics and is
    devoid of any indication that the Army sought the opportunity to amend the Solicitation
    in the event the Court enjoined the cancellation and returned the matter to the Army.
    Even more egregious, the government’s response brief entirely failed to address
    injunctive relief or potential remedies. 31 Accordingly, the government’s arguments for
    31 In that regard, the government admitted that it did not respond to Seventh Dimension’s
    argument because the government did “not anticipat[e] that the Court would” make factual
    findings concerning which offerors remained in the competition, even though Seventh
    Dimension asked this Court to do just that. Recons. Tr. 64:11–18 (government arguing, for the
    first time, that such findings are “beyond the Court’s authority”).
    26
    reconsideration of the relief the Court ordered are waived. Nevertheless, this Court
    exercises its discretion to modify its previous injunction, for the reasons explained below.
    C. The Court Modifies Its Prior Injunction
    Although the government waived its arguments regarding the scope of injunctive
    relief, the Court nevertheless exercises its discretion to modify the previously ordered
    injunction for the simple reason that the government is correct that it apparently never
    formally eliminated Reservoir from the competitive range. See AR 2975; AR 3321 (noting
    that that when the Army reinstated the Solicitation, the Army “sent separate notices to
    both offerors within the competitive range”). 32 Indeed, FAR 15.306(c)(3) and FAR 15.503
    require agencies to provide notice to offerors that are eliminated from consideration. See
    Def. Mot. for Recons. at 4 n.2. There is no evidence, however, that Reservoir was sent any
    such notification. To be clear, as noted above, none of these points were included in the
    government’s merits briefs, nor did the government argue in the first instance that the
    Court should afford the Army the opportunity to amend the Solicitation. The Court,
    nevertheless, will reconsider, in part, its prior opinion and order. See Potter v. District of
    Columbia, 
    558 F.3d 542
    , 553 (D.C. Cir. 2009) (Williams, J., concurring) (“While a judge isn’t
    a pig hunting for truffles in the parties’ papers, neither is he a potted plant.”).
    Although the Court’s original (and currently-stayed) injunction effectively
    required the Army to choose between a new solicitation cancellation decision and
    awarding the contract to Seventh Dimension, the Court instead returns the procurement
    to the Army to meet its original corrective action obligations. Cf. D.C. Hosp. Ass’n v.
    District of Columbia, 
    73 F. Supp. 2d 8
    , 13 (D.D.C. 1999) (holding that where a “prior lawsuit
    was dismissed pursuant to an order of this court that the case was moot[,] . . . this court
    could rely on its inherent power to vindicate its authority and effectuate its prior order”
    particularly where it was “based . . . on the defendants’ representations that the plaintiffs’
    concerns had been met”), aff’d, 
    224 F.3d 776
     (D.C. Cir. 2000). Accordingly, as specified
    below, the Army must determine “whether USASOC’s objective can be accomplished by
    making an award on existing proposals or amending, rather than cancelling, the
    [S]olicitation.” Def. Notice of Corr. Action at 1. The Court at this stage expresses no
    opinion on whether the latter approach — i.e., amending the Solicitation — is permissible
    if awarding a contract based upon a pending proposal can meet the Army’s needs. Nor,
    for that matter, does the Court express a view as to whether FAR 15.206 requires the
    issuance of a solicitation amendment whenever a post-award contract modification is
    32 Specifically, the Army sent Reservoir letters concerning (1) the first cancellation of the
    Solicitation, AR 3027, (2) the reinstatement of the Solicitation, AR 3319, and (3) the second
    cancellation of the Solicitation, AR 3367–70, which suggests that the Army considered Reservoir
    a contending offeror and still in the competitive range. See Def. Mot. for Recons. at 4 (citing AR
    3027–28, 3319–20, 3367–70, 3374–77).
    27
    contemplated by an agency before the results of a procurement process are concluded. 33
    Those are questions reserved for the next stage of this case, if any, assuming Seventh
    Dimension or another interested party has an objection to the Army’s procurement
    decision(s) following this modified injunction and remand. 34
    IV.    CONCLUSION
    For the reasons discussed above, the Court GRANTS IN PART and DENIES IN
    PART the government’s motion for reconsideration. The Court’s previous injunction and
    remand is hereby modified and replaced as follows:
    (1)     The Army shall determine whether its objectives can be accomplished by
    making an award on existing proposals or amending, rather than
    cancelling, the Solicitation.
    (2)     The government shall file a status report no later than August 10, 2022,
    informing the Court whether the Army has decided: (a) to award a contract
    based on a currently pending proposal; or (b) to amend the Solicitation and,
    if so, how the Army intends to amend it and what subsequent steps the
    Army intends to take; or (c) to cancel the Solicitation. Along with the status
    report, the government shall file a statement from the contracting officer
    explaining the Army’s selected course of action with particularity, how the
    Army intends to implement it, as well as any supporting rationale.
    (3)     The Army’s second cancellation decision, as reflected in the Addendum,
    remains VACATED, and the government remains ENJOINED from
    proceeding with any and all reprocurement efforts for the work sought
    under the Solicitation until further notice.
    33Compare Pro. Serv. Indus., 129 Fed. Cl. at 206 (criticizing agency’s corrective action that “gives
    the appearance of securing a result that is precisely the opposite of what the procurement rules
    ordinarily require” because “rather than ensuring that an offeror’s proposal conform strictly to
    the requirements of the solicitation, the agency has changed the solicitation to conform to an
    offeror’s proposal”), with Booz Allen Hamilton Eng’g Servs., LLC, B-411065, 2015 CPD ¶ 138, 
    2015 WL 2329290
    , at *6 (Comp. Gen. May 1, 2015) (finding that while an agency did not “act[]
    unreasonably in not amended the solicitation prior to award,” that does not mean an agency may
    award a task order “with the intention of modifying it after award”).
    34This result moots the other grounds in for the government’s reconsideration motion, including:
    (1) that the Court’s previous injunction ignored the requirements of FAR 15.206(a) and (c); (2) that
    the Court improperly interfered with discretionary procurement decisions; and (3) that the Court
    erroneously relied on FAR 19.1405(c) in crafting its original injunction. Def. Mot. for Recons. at
    4–5, 10–14. The government, however, is not necessarily entitled to “infinite remands.” IAP
    Worldwide Servs., Inc. v. United States, 
    160 Fed. Cl. 57
    , 85 (2022).
    28
    If the government indicates in its status report that the Army intends to take any
    action other than awarding a contract to Seventh Dimension, then (1) Seventh Dimension
    shall be entitled to its bid and proposal costs in an amount to be determined in further
    proceedings, 35 and (2) Seventh Dimension shall file a response to the government’s status
    report on or before August 17, 2022, indicating whether Seventh Dimension intends to
    challenge any of the Army’s procurement decisions stemming from this remand (i.e., to
    amend or cancel the Solicitation, or any other associated decision(s)).
    Accordingly, pursuant to RCFC 52.2, the Court retains jurisdiction of this matter
    pending the Army’s compliance with this injunction and remand. The Court will delay
    the entry of final judgment given the possibility of further proceedings. 36
    Notwithstanding RCFC 52.2(b)(2), the Clerk of the Court need not serve this
    opinion and order; rather, counsel for the United States is directed to provide a copy of
    this opinion and order to the cognizant contracting officer, which shall constitute service
    pursuant to that Rule.
    IT IS SO ORDERED.
    s/Matthew H. Solomson
    Matthew H. Solomson
    Judge
    35See Q Integrated Cos., LLC v. United States, 
    126 Fed. Cl. 124
    , 148 (2016) (“In light of this grant of
    limited injunctive relief, [the plaintiff] is entitled to recover its reasonable costs incurred in bid
    preparation and proposal.”); CNA Corp. v. United States, 
    83 Fed. Cl. 1
    , 10–11 (2008), aff’d, 332 Fed.
    App’x 638 (Fed. Cir. 2009).
    36   See ARxIUM, Inc. v. United States, 
    136 Fed. Cl. 188
    , 210 (2018).
    29
    

Document Info

Docket Number: 21-2275

Judges: Matthew H. Solomson

Filed Date: 7/27/2022

Precedential Status: Precedential

Modified Date: 7/28/2022

Authorities (48)

Patriot Cinemas, Inc. v. General Cinema Corp. , 834 F.2d 208 ( 1987 )

United States v. Ilario M.A. Zannino , 895 F.2d 1 ( 1990 )

Resolution Trust Corp. v. Dunmar Corp. , 43 F.3d 587 ( 1995 )

Sequa Corp. v. GBJ Corp. , 156 F.3d 136 ( 1998 )

Martin Rivera-Gomez v. Rafael Adolfo De Castro , 843 F.2d 631 ( 1988 )

Paterson-Leitch Company, Inc. v. Massachusetts Municipal ... , 840 F.2d 985 ( 1988 )

Tripoli Rocketry v. Bur ATF , 437 F.3d 75 ( 2006 )

Atlantic City Electric Co. v. Federal Energy Regulatory ... , 295 F.3d 1 ( 2002 )

Louis A. Carducci v. Donald T. Regan, Secretary, U.S. ... , 714 F.2d 171 ( 1983 )

Natl Fam Plng Hlth v. Gonzales, Alberto , 468 F.3d 826 ( 2006 )

United States v. Bobby Ray McCaskey A/K/A Snake and Lionel ... , 9 F.3d 368 ( 1993 )

United States v. David Lanzotti and Connie L. Hughes , 205 F.3d 951 ( 2000 )

United States v. James C. Dunkel , 927 F.2d 955 ( 1991 )

Raghunathan v. Holder , 604 F.3d 371 ( 2010 )

Bannum, Inc. v. United States , 404 F.3d 1346 ( 2005 )

Parcel 49c Limited Partnership v. United States , 31 F.3d 1147 ( 1994 )

Monsanto Company v. Scruggs , 459 F.3d 1328 ( 2006 )

In Re Robert J. Gartside and Richard C. Norton , 203 F.3d 1305 ( 2000 )

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

Potter v. District of Columbia , 558 F.3d 542 ( 2009 )

View All Authorities »