Ekagra Partners, LLC v. United States ( 2022 )


Menu:
  •           In the United States Court of Federal Claims
    No. 22-1038C
    (Filed Under Seal: December 15, 2022)
    (Reissued for Publication: December 21, 2022)
    )
    EKAGRA PARTNERS, LLC,                     )
    )
    Plaintiff,
    )
    v.                               )
    )
    THE UNITED STATES,                        )
    )
    Defendant,           )
    )
    and                                       )
    )
    PARADYME MANAGEMENT,
    )
    INC.,
    )
    Defendant-           )
    Intervenor.          )
    )
    Jon D. Levin, Maynard, Cooper & Gale, P.C., Huntsville, AL, for Plaintiff. With him on
    the briefs were W. Brad English, Emily J. Chancey, Joshua B. Duvall, and Nicholas P. Greer.
    Joshua W. Moore, Commercial Litigation Branch, Civil Division, United States Department
    of Justice, Washington, D.C., for Defendant. With him on the briefs were Brian M.
    Boynton, Principal Deputy Assistant Attorney General, Patricia M. McCarthy, Director,
    and Lisa L. Donahue, Assistant Director. Of counsel was Wilmary Bernal, Office of the
    General Counsel, United States Department of Commerce, Washington, D.C.
    Christian B. Nagel, Holland & Knight, LLP, Washington, D.C., for Defendant-Intervenor.
    Of counsel were Gregory R. Hallmark, Amy L. Fuentes, Kelsey M. Hayes, and Sean Belanger.
    OPINION AND ORDER*
    SOLOMSON, Judge.
    This Court does not examine procurement decisions with an electron scanning
    microscope, searching for the slightest of imperfections. As Judge Tapp recently noted,
    “even ‘violations of law,’ let alone innocuous mistakes, should not result in setting aside
    awards unless those mistakes have some significance, for ‘[a]ny good lawyer can pick lint
    off any Government procurement.’”1 In this case, Plaintiff, Ekagra Parnters, LLC
    (“Ekagra”), has the burden to allege and then prove that Defendant, the United States —
    acting by and through the United States Census Bureau (“Census” or “USCB”) — not
    only committed some error in awarding the contract at issue to the Defendant-Intervenor,
    Paradyme Management, Inc. (“Paradyme”), but also that any such error prejudiced
    Ekagra. Ekagra, however, alleges procurement errors that are more akin to dust particles
    than troublesome lint.
    After considering Ekagra’s arguments and the administrative record, the Court
    discerns no prejudicial error in USCB’s conduct of the procurement at issue. Because
    Ekagra fails to carry its burden, the Court concludes that the government and Paradyme
    are entitled to judgment.
    I.     FACTUAL AND PROCEDURAL BACKGROUND2
    A. The Procurement
    On July 1, 2021, Census issued Solicitation No. 1333LB21Q00000010 (the
    “Solicitation” or “RFQ”), pursuant to which Census planned “to award a Single Award
    * Pursuant to the protective order in this case, the Court initially filed this opinion under seal on
    December 15, 2022, and directed the parties to propose redactions of confidential or proprietary
    information by December 20, 2022. ECF No. 38. The parties have jointly submitted proposed
    redactions to the Court. ECF No. 40. The Court adopts those redactions, as reflected in this public
    version of the opinion. Words or phrases that are redacted have been replaced with [ * * * ].
    1 Ginn Grp., Inc. v. United States, 
    159 Fed. Cl. 593
    , 608 (2022) (alteration in original) (quoting
    Andersen Consulting v. United States, 
    959 F.2d 929
    , 932 (Fed. Cir. 1992)); see also Caddell Constr. Co.
    v. United States, 
    129 Fed. Cl. 383
    , 403–04 (2016). This Court similarly observed in a recent decision
    that a plaintiff’s “questions” regarding the conduct of a procurement “do not substitute for the
    evidence necessary to succeed on the merits.” Ahtna Logistics, LLC v. United States, -- Fed. Cl. --,
    
    2022 WL 17480642
    , at *1 (Fed. Cl. Nov. 28, 2022) (describing “prejudice on the merits” as “an issue,
    in this Court’s experience, to which plaintiffs all-too-often do not pay sufficient attention, usually
    at their own peril”).
    2This background section constitutes the Court’s findings of fact drawn from the administrative
    record. Rule 52.1 of the Rules of the United States Court of Federal Claims, covering judgment
    on the administrative records, “is properly understood as intending to provide for an expedited
    2
    Blanket Purchase Agreement (BPA), as a vehicle to obtain Tools services for the
    Applications Development and Services Division (ADSD) in its support of several
    [Census] directorates and divisions.” AR 440; AR 1015 (RFQ § B.1). The contract
    awardee will provide “all on-site and off-site support management, supervision of
    contractor’s personnel, and labor to plan, coordinate, and ensure effective performance,
    for all requirements outlined in Section C of [the RFQ].” AR 1015 (RFQ § B.1). In
    particular, the selected contractor “will provide the standards and solutions necessary to
    address . . . challenges and transform the way [Census] accomplishes [information
    technology] tools management” by supporting the establishment of a Tools Support
    Center of Excellence (“TSCoE”). AR 1021 (RFQ § C.2). The TSCoE will reorganize
    support functions, moving activities “from the development and functional
    organizations throughout Census, to a centralized model of those same functions, as a
    resulting Shared Service.” AR 1021; see also AR 1019–20 (describing and depicting the
    change). Paradyme is the incumbent contractor for the services sought in the RFQ.
    AR 12. Census issued four amendments to the RFQ between July 9 and July 16, 2021.
    AR 752, 1140. The government issued its final, conformed RFQ on July 15, 2021.
    AR 1013–15 (RFQ Amend. 003). Quotes were due July 20, 2021, by 12:00 pm. AR 1141
    (RFQ Amend. 004).
    The RFQ specified that Census would “issue a Single Award BPA pursuant to the
    authority of Federal Acquisition Regulation (FAR) 8.405-3 — Blanket Purchase
    Agreements (BPAs), under General Services Administration (GSA) Multiple Award
    Schedule (MAS) Information Technology (IT) contract.” AR 1015 (RFQ § B.2). 3 The
    resulting BPA “will include an ordering period of 5 years (consisting of one 12-month
    Base Period, four 12-month Option periods),” and provide a vehicle for Census “to fulfill
    necessary requirements in the form of issued Call Orders.” AR 1015. Such call orders
    “may be issued on a Firm-Fixed-Price (FFP) [basis], Labor Hour (LH) [basis,] or any
    combination thereof as required to meet agency needs,” with the precise contract type to
    be determined at the call order level. AR 1015. The RFQ included specifications for two
    call orders to be awarded along with the BPA: (1) Call Order 0001 is for “the planning,
    development, and implementation activities necessary to create the TSCoE,” AR 676
    (RFQ Attach. J.12); (2) Call Order 0002 is for “Tools Application/Administration support
    services,” AR 711–12 (RFQ Attach. J.13).
    trial on the record” and requires the Court to “make factual findings from the record evidence as
    if it were conducting a trial on the record.” Bannum, Inc. v. United States, 
    404 F.3d 1346
    , 1354, 1356
    (Fed. Cir. 2005). Citations to the corrected administrative record, see ECF No. 24, are denoted as
    “AR” followed by the page number. Additional findings of fact are made throughout Part IV.
    3The procurement “is a 100% Total Small Business Set-Aside for Small Business (SB) MAS IT
    contract holders” such that “only quotes submitted by GSA MAS IT SB” are eligible for award.
    AR 1015 (RFQ § B.2.1).
    3
    Section L of the RFQ contains instructions to quoters. AR 1108. The RFQ required
    quoters to submit written quotes that “conform to solicitation provisions[,] . . . prepared
    in accordance with this section.” AR 1110 (RFQ § L.3). Quotes had to be “written[] [and]
    prepared in sufficient detail for effective evaluation of the . . . quote against the evaluation
    criteria,” to include “documentation [that] cover[s] all aspects of this solicitation.”
    AR 1110. The RFQ required quoters to “demonstrate how [they] intend[] to accomplish
    the project and must include convincing rationale and substantiation of all claims.”
    AR 1110. Census cautioned quoters that, as part of “its evaluation, the Government will
    consider the degree of substantiation of the quoted approaches in the quote volumes and
    in response to any technical exchanges if held.” AR 1110.
    The RFQ required the submission of two proposal volumes, which were also
    assigned correlative evaluation factors, as follows:
    Volume      Evaluation Factor                     Evaluation Subfactors
    I Technical 1 Similar Experience and              1A Similar Experience
    Past Performance                   1B Past Performance
    2 Master BPA — Technical              2A Management Approach for BPA
    2B Key Personnel for BPA
    3 Call Order 0001 —                   N/A
    Technical Approach
    4 Call Order 0002 —                    N/A
    Technical Approach
    II Price        5 Price                           5A Labor Rate Pricing for Master BPA
    5B Pricing for Call Order 0001
    5C Pricing for Call Order 0002
    AR 1113 (RFQ § L.5.1); AR 1124 (RFQ § M.1.1) (identifying “evaluation factors”).
    For evaluation subfactor 1A (Similar Experience), quoters had to “submit a
    synopsis of their similar experience for [Census] review as defined in the Similar
    Experience Citation Template.” AR 1114 (RFQ § L.6.2.1). The point of such similar
    experience citations was to “provide evidence of the Quoter’s experience on three (3)
    contracts that have been performed, or are currently being performed either federally or
    commercially, not older than three years from the RFQ release date, as it relates to the
    scope, size, and/or complexity of the RFQ.” AR 1114. Then, for evaluation subfactor 1B
    (Past Performance), quoters had to “request that all their cited similar experience
    references . . . submit written evaluations of their past performance to [Census] no later
    than the final quote submission date and time.” AR 1116 (RFQ § L.6.2.2).
    For evaluation subfactor 2A (Management Approach for BPA), the RFQ required
    quoters to
    4
    [D]escribe how the Quoter plans to manage the overall BPA,
    as well as each Call Order to be issued under this BPA.
    Quoters shall detail[] how the Quoter plans to communicate
    with Census Bureau management; describe the policies,
    procedures, and techniques to be employed to assure cost-
    effective and quality performance; and [describe] the
    Quoter[’]s approach to meet the requirements delineated in
    Section C.4 — Scope of this BPA.
    AR 1117 (RFQ § L.6.3.1).
    For evaluation subfactor 2B (Key Personnel), quoters had to identify specific
    individuals to fulfill the following three roles: (1) project manager; (2) TSCoE lead subject
    matter expert; and (3) lead tools administrator. AR 1068 (RFQ § H.2) (Key Personnel);
    AR 1117–18 (RFQ § L.6.3.2); AR 754 (RFQ Amend. 001) (correcting the list of key
    personnel); AR 1014 (RFQ Amend. 003) (further correcting the key personnel list). In
    addition to providing a resume for each proposed key personnel, quoters had to include
    “a description of the roles and responsibilities of the individual and discussion of the
    appropriateness of his/her skills and experience to successfully fulfill the requirements
    outlined in Section C of the BPA.” AR 1118 (RFQ § L.6.3.2).
    For evaluation factors 3 and 4, quoters had to submit a technical approach for Call
    Orders 0001 and 0002, respectively. AR 1118–19. For Call Order 0001, quoters had to
    “propose[] [a] technical approach for accomplishing the requirements within Call Order
    0001 (Attachment J.12).” AR 1118 (RFQ § L.6.4). Such “detailed plans” had to
    “demonstrate a clear understanding of the requirements and the challenges associated
    with this work and the Quoter[’]s role in providing technical support as specified in the
    defined objective within the Call Order requirements.” AR 1118 (RFQ § L.6.4). In
    particular, quoters had to “[c]learly and [c]oncisely describe a complete approach to
    setting up, implementing and running a TSCoE,” amongst other activities. AR 1118.
    Quoters had to provide similar information “for accomplishing the requirements within
    Call Order 0002 (Attachment J.13).” AR 1119 (RFQ § L.6.5). Specifically, quoters had to
    submit a “clear and concise approach to how the contractor will ensure that all tools that
    support work in this Call Order will follow the TSCoE standards, processes, procedures,
    etc. established and maintained in Call Order 0001.” AR 1119 (RFQ § L.6.4). The RFQ
    cautioned that “[t]he Government intends to execute a BPA and immediate[ly] award
    Call Order 0001 and Call order 0002 without further communicating with Quoters.”
    AR 1108 (RFQ § L.1).
    Evaluation factor 5 covers the pricing volume, for which quoters had to submit a
    completed price quotation worksheet. AR 1119–20 (RFQ § L.7) (referencing Attachment
    J.1 — Price Quotation Worksheet). The price volume had to be submitted “separate[ly]
    5
    from the technical quote as part of the[] proposal package” and had to “consist of overall
    pricing for the BPA to include Quoter[’]s proposed labor categories and a description for
    each GSA MAS IT labor category anticipated to be used under this BPA.” AR 1120 (RFQ
    § L.7). Thus, the quoted pricing had to “consist of pricing for the BPA,” generally, “and
    pricing for . . . Call Order 0001 and Call Order 0002 included with this solicitation.”
    AR 1120 (RFQ § L.7.1). The Call Order 0001 pricing worksheet required “a Firm Fixed
    Price for each line item for [each] performance period.” AR 1121 (RFQ § L.7.1.2); AR 1147
    (RFQ Attach. J.1). The Call Order 0002 worksheet, on the other hand, required “Labor
    Rates and Total [time and materials] Price[s] for each performance period” based only on
    “the Labor Categories and Hours provided” in the worksheet. AR 1121–22 (RFQ
    § L.7.1.3); AR 1148 (RFQ Attach. J.1).
    The RFQ instructed quoters that “[t]he Government is in need of labor categories
    that are comparable to the BPA Roles outlined in Attachment J.1 — Price Quotation
    Worksheet and Attachment J.2 — Labor Category Descriptions” and that, “[f]ollowing
    award, Attachment J.1. — Price Quotation Worksheet — will become the Master BPA
    Rate Card and shall be the basis for Call Order pricing.” AR 1015–16 (RFQ § B.3.1)
    (“Labor Rates (Rate Card)”). Thus, the labor rates “submitted in Attachment J.1 — Price
    Quotation Worksheet shall be used by the Contractor as the maximum allowable ceiling
    on labor rates when submitting price quotes in response to Call Order requests issued
    under this BPA.” AR 1016 (RFQ § B.3.3).
    Section M provided further details on the evaluation factors for this best value
    procurement:
    The Census Bureau’s evaluation will be based on Best Value
    principles. Accordingly, an award will be made to the
    responsible and technically acceptable Quoter whose quote
    provides the greatest overall value to the Government, price
    and all other factors considered.              This best value
    determination will be accomplished by comparing the value
    of the differences in the technical factors for competing offers,
    based on their strengths, weaknesses, and risks, and with
    differences in their price to the Government. In making these
    comparisons, the Government is more concerned with
    obtaining superior technical capabilities than with making an
    award at the lowest overall price to the Government. Quoters
    are advised that the technical evaluation factors are
    significantly more important than price.
    AR 1124 (RFQ § M.1.1) (emphasis added); see also AR 1131 (RFQ § M.4). The agency
    intended to make an award “based on initial quote submissions” but reserved the right
    to initiate a “dialogue with one or more Quoters” and to request revised quotes.
    6
    AR 1124–25 (RFQ § M.1.1); see also AR 1108 (RFQ § L.1) (reserving “the right to
    communicate with only [the best-suited] Quoter to address any remaining issues”).
    The RFQ weighted all technical factors and subfactors equally and “when
    combined [they] are significantly more important that the Price Factor.” AR 1124; see also
    AR 1125 (RFQ § M.2) (“Factors 1, 2, 3 and 4 are of equal importance. Subfactors within
    each technical factor are of equal importance within that factor. All Technical Factors
    when combined are significantly more important than the Price Factor.”).
    The RFQ required evaluators to assess quotes for significant strengths, strengths,
    weaknesses, and significant weaknesses. AR 1125–26 (RFQ § M.2.1). A significant
    strength “is an element of the proposal which substantially enhances the merit of the
    quote or substantially exceeds specified performance or capability requirements in a way
    that will be highly beneficial to the Government during BPA or Call Order performance.”
    AR 1125. A strength “is an element of the quote that has merit or exceeds specified
    performance or capability requirements in a way that will be advantageous to the
    Government during BPA or Call Order performance.” AR 1125. A weakness “is a flaw
    in the quotation that increases the risk of unsuccessful BPA or Call Order performance.”
    AR 1126. A significant weakness “is a flaw in the quote that substantially increases the
    risk of unsuccessful BPA or Call Order performance.” AR 1126.
    Additionally, Census had to assess quotes for risk — i.e., “the potential for
    unsuccessful BPA or Call Order performance” — using the following levels:
    High — likely to seriously disrupt the schedule, increase the
    price, or degrade the performance[;]
    Moderate — potentially cause some disruption of schedule,
    increase the price, or degrade the performance[;]
    Low — little potential to disrupt schedule, increase price or
    degrade performance.
    AR 1126 (RFQ § M.2.1).
    With respect to the first evaluation factor, similar experience and past
    performance, the RFQ required Census to “determine if the Quoter’s experience is
    appropriate for supporting organizations, programs, and/or projects with similar size,
    scope and complexity” by “determin[ing] the similarity and comprehensiveness of the
    Quoter[’]s experience.” AR 1127–28 (RFQ § M.2.2). Census committed to “evaluat[ing]
    the submissions to determine whether the Quoter consistently delivers quality services
    in a timely and cost-effective manner.” AR 1127 (RFQ § M.2.2). If a quoter lacked
    7
    evaluations from similar prior experiences, Census would give that quoter a “Neutral”
    evaluation for the past performance subfactor. AR 1127.
    For the remaining technical evaluation factors, the RFQ detailed several areas for
    Census to check for strengths, weaknesses, and risks. AR 1128–30 (RFQ §§ M.2.3–2.5).
    For example, Census needed to review the Call Order 0001 technical approach to see if
    the quoter, among other things, “demonstrate[d] a complete understanding of the
    [agency’s] requirements and the Quoter[’]s[] role” and “describe[d] a complete approach
    to setting up, implementing and running a TSCoE.” AR 1129–30 (RFQ § M.2.4). The RFQ
    further separated the evaluation of the general BPA technical approach into two
    subfactors: (1) management approach and (2) key personnel. AR 1128–29 (RFQ § M.2.3).
    For the three roles the RFQ identified as key personnel, the RFQ required USCB to
    “evaluate the information contained in the resumes submitted with the quote . . . based
    on the extent to which personnel . . . meet, or exceed, skills, experience and education
    required in performing the work.” AR 1128–29. Such an assessment included
    determining if proposed key personnel “meet minimum labor category requirements.”
    AR 1129; see also AR 1016 (RFQ § B.3.1) (referring to Attachment J.2 for labor category
    descriptions).
    For the fifth evaluation factor, price, RFQ Section M.3 provided that Census “will
    review the price schedules for completeness and accuracy” and that “[a] determination
    will be made as to whether the Quoter has properly understood the price quote
    instructions as specified in Section L and properly completed the rate schedules.”
    AR 1130 (“The . . . quote will be checked for mathematical correctness[.]”). This
    assessment also tasked Census with “determin[ing] . . . whether the price appears
    unbalanced either for the total price of the quote or [for] separately priced line items.”
    AR 1130–31 (RFQ § M.3). The RFQ defined an “unbalanced quote” as “one that
    incorporates prices that are less than cost for some services and/or prices that are
    overstated for other services.” AR 1131 (RFQ § M.3).
    On July 20, 2021, Ekagra and Paradyme submitted timely proposals. AR Tabs
    18–19. Two other quoters, [ * * * ] and [ * * * ], also submitted quotes. AR 2278 (Award
    Memorandum).
    B. USCB’s Evaluation, Corrective Action, Reevaluation, and Contract Award
    On September 22, 2021, Census made an initial BPA award to Paradyme. AR 1650
    (Notice of Contract Award to Paradyme). On September 23, 2021, Census notified Ekagra
    of the contract award to Paradyme. AR 1821 (Notice to Ekagra — Unsuccessful Offeror).
    As a result of a bid protest pre-filing notification made in this Court on October 8,
    2021, the government decided to take corrective action, to include issuing a stop work
    order, “[c]onducting a re-evaluation of award documentation with the new Contracting
    8
    Officer,” and “[m]aking an award decision based on the results of the new evaluation.”
    AR 1911–12 (Corrective Action Notice to Offerors / Request for Quote Validation).4
    Census advised both Ekagra and Paradyme (and the two other quoters) that Census
    would initiate “a secondary evaluation of [the] submitted quote[s].” AR 1911–13 (noting
    that Census “has informed all the vendors (4) that submitted proposals . . . that the USCB
    would under[take] a secondary evaluation of their initial quote submission”).
    As part of corrective action, the USCB technical evaluation team (“TET”) issued a
    new consensus report on April 4, 2022. AR 2183–2239. The TET ranked Paradyme in first
    place for its technical quotation because Paradyme “provided an adequate solution that
    met all of the solicitation requirements,” including “a few strengths, [and] no weaknesses
    or risks overall compared to the other three vendors who all had significant weaknesses
    and high risks.” AR 2231–32; see also AR 2237 (“Paradyme’s quotation provides the
    required support at no risk to the Government compared to the other vendors; all of
    whom had significant weaknesses and high risks.”).
    In contrast, the TET determined that “Ekagra’s quote was technically
    unacceptable” based on its “three significant weaknesses and high risks.” AR 2238. The
    TET similarly concluded that the other two quoters were technically unacceptable
    because of their respective significant weaknesses and high risks. AR 2238–39. Overall,
    the TET assessed the quoters as follows:
    TET Evaluation           Quoter
    Finding                    Paradyme            Ekagra        [***]           [***]
    Strengths                      3                 3             7               8
    Weaknesses                     0                 1             1               1
    Significant Weaknesses         0                 3             6               7
    AR 2231–39. All quoters received strengths, but only Paradyme received no weaknesses
    and no significant weaknesses. AR 2237–39.
    The price evaluation team (“PET”) also issued its reevaluation report on April 4,
    2022. AR 2240-2254. The report examined each quote’s total price for each of the RFQ’s
    4 See also AR 1913 (Correction Action Notice to Technical and Price Evaluation Teams) (“During
    the reevaluation, USCB [technical] and [pricing evaluation] teams would be able to thoroughly
    review the proposal again in its entirety.”); AR 1919 (Memorandum for Evaluation Team) (“Due
    to a Pre-filing Notice of Protest submitted at the Court of Federal Claims on October 8, 2021, . . .
    it was determined[] Census would conduct corrective action of this procurement.”).
    9
    two call orders. For Call Order 0001, Paradyme’s total evaluated price5 of $259,664.26
    was a small fraction of the other quotes, including Ekagra’s evaluated price of $[ * * * ]
    (the highest of the quoters). AR 2253. For Call Order 0002, Ekagra submitted the lowest
    price quote at approximately $[ * * * ] million; Paradyme’s quoted price was
    approximately $[ * * * ] million higher than Ekagra’s. AR 2254. The PET concluded that
    both Ekagra and Paradyme “understood the price quote instructions as specified in
    Section L and did accurately complete Attachment J.1-Price Quote worksheet.” AR 2242–
    43. The PET further concluded that “[c]omputations for all four price quotes were
    correct” and “were summarized correctly.” AR 2243.
    Although the PET observed that “Paradyme’s offer for Call Order 0001 is
    unbalanced,” AR 2246, the PET did not identify any performance risks; nor was the PET
    concerned that Census somehow would end up paying more than Paradyme quoted.
    That makes sense where, as here, the RFQ specified, AR 1121 (RFQ § L.7.1.2), that Call
    Order 0001 would be a firm fixed price contract, AR 2247. Moreover, “through price
    analysis, the PET was able to determine that the offer from Paradyme is fair and
    reasonable,” while acknowledging that “Paradyme’s cost for Call Order 0001 is
    significantly less than the other offerors.” AR 2245. The PET specifically addressed
    Paradyme’s Call Order 0001 pricing, explaining that Paradyme “provided information
    above and beyond what was required in the Solicitation[.]” AR 2245. Accordingly, “with
    further analysis [the PET] w[as] able to determine” how Paradyme proposed achieving
    the savings. AR 2245; see also AR 2248 (explaining in detail how Paradyme’s “overall
    price to the Government for Call Order 0001 . . . was clearly supported”).
    On April 25, 2022, the contracting officer issued his best value determination.
    AR 2258–66. After providing a detailed tradeoff analysis, the contracting officer agreed
    with the TET that “[b]ased on Ekagra’s three significant weaknesses and high risks, . . .
    Ekagra’s quote was technically unacceptable” whereas “Paradyme’s technical quote had
    no weaknesses or risks and would meet the government’s requirements.” AR 2263–64;
    AR 2258 (“I have reviewed the TET’s findings and ranking, the PET report, and agree
    with the contents therein.”).
    The reason for Ekagra’s technical unacceptability is well explained in the record:
    Ekagra was ranked below Paradyme due to the three
    significant weaknesses and high risks that spanned across
    two different factors: Factor 2B: Key Personnel and Factor 4:
    Call Order 0002. Ekagra proposed key personnel that failed
    to meet minimum requirements, which will be extremely
    5 “The total evaluated price of Call Order 0001 was calculated using the total price for the Base
    Period, Four (4) One-year Option Periods, and One (1) Six (6) Month Extension.” AR 2247; see
    also AR 2288 (Award Memorandum) (same).
    10
    detrimental to the Government and may cause the contractor
    to be unable to support day to day activities.
    Ekagra also had a significant weakness and high risk for not
    providing details on how the integrity of the security
    baselines will be maintained, which may cause unsecured
    systems, exposure of title data, and audit findings that would
    cause tools to be completely unavailable for mission critical
    work. In addition, for Factor 2A: Management Approach,
    Ekagra had a weakness and moderate risk for not describing
    their retention strategy to reduce vacancies, which may result
    in delays in the customer schedules and deliverables, quality
    issues from staff burn out, and tools support to miss
    standards as stated in the service level agreements.
    AR 2285–86 (Award Memorandum) (emphasis added) (“Based on Ekagra’s three
    significant weaknesses and high risks, the TET determined that Ekagra’s quote was
    technically unacceptable.”).
    Accordingly, the contracting officer determined that “Paradyme was the only
    Offeror that addressed and met every requirement identified in the solicitation, thus
    demonstrating a full understanding of the requirements in their technical quote and had
    no weaknesses or risks identified.” AR 2258 (emphasis added). Reviewing Paradyme’s
    technical approach to Call Order 0001, the contracting officer explained that Paradyme’s
    unique “approach led to Paradyme’s significantly reduced cost compared to the other
    Offerors” and the Independent Government Cost Estimate (“IGCE”). AR 2264 (noting
    that Paradyme’s “combination of strategies meets the Government’s requirements, while
    providing a significant cost savings for Call Order 0001”); see also AR 2265 (discussing
    Paradyme’s “approach [which] led to Paradyme’s significantly reduced cost compared
    to the other Offerors and the IGCE”).
    For Call Order 0001, the contracting officer “determined that the lower price of the
    #1 Technically Ranked Paradyme quote is the best value.” AR 2265. Similarly, because
    “Paradyme’s [Call Order 0002] technical quote had no weaknesses or risks and would
    meet the Government’s requirements,” AR 2265, the contracting officer concluded that
    Paradyme’s proposal justified paying more for Call Order 0002, as compared to Ekagra’s
    quote for Call Order 0002. AR 2265. Census concluded that, in the aggregate, Paradyme
    represented “the best value to the Government, price and other factors considered for
    the . . . requirement.” AR 2266.
    On April 25, 2022, Census informed Ekagra that, following the corrective action
    and reevaluations, Paradyme remained the selected contract awardee. AR 2267 (Notice
    to Ekagra — Unsuccessful Offeror). The next day, USCB instructed Paradyme to resume
    11
    work under the BPA and call orders.         AR 2271 (Notice to Paradyme — Resume
    Performance).
    C. GAO Protest
    On May 3, 2022, Ekagra filed a post-award protest with the Government
    Accountability Office (“GAO”) challenging USCB’s decision to award the contract to
    Paradyme. AR 2323. Ekagra presented several grounds of protest and argued USCB
    “overlook[ed] or discount[ed] [Paradyme’s] technical risk and unbalanced, irregular, and
    unreasonable pricing while also assigning weaknesses to Ekagra’s proposal for phantom
    requirements.” AR 2323, 2337–56.
    On August 9, 2022, the GAO ultimately concluded “that the agency reasonably
    evaluated [Ekagra’s] key personnel and the technical approach for call order 0002, finding
    them inadequate and Ekagra’s quotation technically unacceptable.” AR 2855; Ekagra
    Partners, LLC, B-420733, 2022 CPD ¶ 220, 
    2022 WL 4236223
    , at *3 (Comp. Gen. Aug. 9,
    2022). As a result, GAO held that “Ekagra is not an interested party” with regard to its
    remaining protest grounds, and dismissed those grounds without reaching their merits.
    AR 2855.
    D. Ekagra’s Complaint
    On August 22, 2022, Ekagra filed its initial complaint in this Court pursuant to 
    28 U.S.C. § 1491
    (b), challenging USCB’s award of the BPA and call orders to Paradyme. ECF
    No. 1. The next day, Paradyme filed an unopposed motion to intervene in the action,
    ECF No. 10, which this Court granted, ECF No. 11. On September 23, 2022, Ekagra filed
    its amended complaint. ECF No. 26 (“Am. Compl.”).
    Ekagra alleges that Census — in awarding the procurement to Paradyme — made
    five errors.
    In Count One, Ekagra asserts that Census botched its evaluation of Ekagra’s past
    performance by failing to evaluate a particular past performance reference. Am. Compl.
    ¶¶ 71–77 (Count One). According to Ekagra, “[h]ad [Census] properly evaluated all of
    Ekagra’s past performance submissions, it would have received a second strength and
    would have had more strengths than Paradyme under the past performance factor.” Id.
    ¶ 77.
    In Count Two, Ekagra avers that Census unreasonably assigned Ekagra a
    weakness due its failure to adequately explain its retention strategy to minimize
    personnel turnover. Am. Compl. ¶¶ 78–84 (Count Two). Ekagra asserts that it explained
    its retention strategy and that, in any event, it is similar to Paradyme’s proposal, which
    Census did not evaluate as a weakness. Id. ¶¶ 81–84.
    12
    In Count Three, Am. Compl. ¶¶ 85–94, Ekagra challenges the significant
    weaknesses it received “for its purported failure to meet the Solicitation’s requirements
    for its Lead Tools Administrator and Project Manager” — both key personnel positions,
    id. ¶ 86. Ekagra maintains that “[i]f not for the Agency’s arbitrary, irrational and
    unreasonable evaluation of Ekagra’s key personnel, it would have received two fewer
    significant weaknesses and would have had a much higher chance at receiving award.”
    Id. ¶ 94.
    In Count Four, Am. Compl. ¶¶ 95–101, Ekagra asserts that Paradyme’s approach
    to Call Order 0001 is not technically acceptable because Paradyme merely “relied on its
    experience with the previous TSCoE” and thus “failed to address the Solicitation’s
    express requirement for a new TSCoE,” id. at ¶ 100 (emphasis omitted). Ekagra thus
    concludes that Paradyme “should have been found to be unawardable.” Id. ¶ 101.
    The particulars of Count Five are not entirely clear, but the core assertion is that
    while Census concluded that Paradyme’s pricing was unbalanced, Am. Compl. ¶ 109,
    “the contracting officer did not consider whether [Paradyme’s pricing] constituted a risk
    or whether the Agency would pay unreasonably high prices for contract performance,”
    id. ¶ 111.
    On September 23, 2022, Ekagra filed a motion for judgment on the administrative
    record pursuant to Rule 52.1 of the Rules of the United States Court of Federal Claims
    (“RCFC”). ECF No. 27 (“Pl. MJAR”). On October 7, 2022, the government and Paradyme
    each filed a timely cross-MJAR and response to Ekagra’s MJAR. ECF No. 29 (USCB’s
    MJAR); ECF No. 30 (Paradyme’s MJAR). Two weeks later, Ekagra filed a timely
    combined reply and response brief. ECF No. 33 (“Pl. Resp.”). On October 28, 2022, the
    government and Paradyme each filed a timely reply brief. ECF No. 34 (USCB’s reply);
    ECF No. 35 (“Def.-Int. Rep.”).
    On November 8, 2022, the Court held oral argument on the parties’ cross-MJARs.
    ECF No. 37 (“Tr.”).
    II.    JURISDICTION
    The Tucker Act provides that an “interested party” may file an “action” in this
    Court “objecting [1] to a solicitation by a Federal agency for bids or proposals for a
    proposed contract or [2] to a proposed award or [3] the award of a contract or [4] any
    alleged violation of statute or regulation in connection with a procurement or a proposed
    procurement.” 
    28 U.S.C. § 1491
    (b)(1); see also Aero Spray, Inc. v. United States, 
    156 Fed. Cl. 13
    548, 559 & n.18 (2021) (“Section 1491(b) actions are typically referred to as ‘bid
    protests.’”). 6
    “Standing is an integral part of jurisdiction.” Seventh Dimension, LLC v. United
    States, 
    160 Fed. Cl. 1
    , 14 (2022) (citing Lujan v. Defs. of Wildlife, 
    504 U.S. 555
    , 560 (1992)).
    “The party invoking federal jurisdiction bears the burden of establishing standing.”
    CliniComp Int’l, Inc. v. United States, 
    904 F.3d 1353
    , 1358 (Fed. Cir. 2018) (citing Myers
    Investigative & Sec. Servs., Inc. v. United States, 
    275 F.3d 1366
    , 1369 (Fed. Cir. 2002)).
    “Where a plaintiff lacks standing, its case must be dismissed pursuant to RCFC 12(b)(1).”
    Aero Spray, Inc., 156 Fed. Cl. at 556 (citing Media Techs. Licensing, LLC v. Upper Deck Co.,
    
    334 F.3d 1366
    , 1370 (Fed. Cir. 2003)).
    To establish standing in a § 1491(b) action, a plaintiff must demonstrate that it is
    an “interested party.” Aero Spray, Inc., 156 Fed. Cl. at 559 (“[T]he Tucker Act, as amended
    by the Administrative Dispute Resolution Act of 1996, . . . defines not only this Court’s
    jurisdiction over what actions may be brought against the government, but also who has
    standing to pursue them.”). In a pre-award protest action — typically involving a
    challenge to the terms of a solicitation — a plaintiff must allege facts that “demonstrate[]
    a ‘non-trivial competitive injury which can be addressed by judicial relief.’” Weeks
    Marine, Inc. v. United States, 
    575 F.3d 1352
    , 1362 (Fed. Cir. 2009) (quoting WinStar
    Commc’ns, Inc. v. United States, 
    41 Fed. Cl. 748
    , 763 (1998)); see also Aero Spray, Inc., 156
    Fed. Cl. at 562 (explaining that “[t]he Federal Circuit . . . modified that post-award
    standing test for pre-award cases” because “applying the [post-award] ‘substantial
    chance’ test makes little or even no sense” where “an agency is in the early stages of the
    procurement process and potential offerors have not even submitted proposals yet”). In
    a post-award protest action, such as in this case, an “interested party” is “[1] an actual or
    prospective bidder or offeror [2] whose direct economic interest would be affected by the
    award of the contract or by failure to award the contract.” Am. Fed’n of Gov’t Emps., AFL-
    CIO v. United States, 
    258 F.3d 1294
    , 1302 (Fed. Cir. 2001) (quoting 
    31 U.S.C. § 3551
    (2)).
    Irrespective of the applicable “interested party” test, “the question of prejudice
    goes directly to the question of standing,” and thus “the prejudice issue must be reached
    before addressing the merits.” Info. Tech. & Applications Corp. v. United States, 
    316 F.3d 1312
    , 1319 (Fed. Cir. 2003); see also Myers, 
    275 F.3d at 1370
     (“[P]rejudice (or injury) is a
    necessary element of standing.”). In that regard, “a plaintiff must allege facts — not mere
    conclusory assertions of law — demonstrating prejudice.” Vanquish Worldwide, LLC v.
    6 Cf. Tolliver Grp., Inc. v. United States, 
    151 Fed. Cl. 70
    , 96–97 (2020) (“[A]lthough ‘[the
    Administrative Dispute Resolution Act] covers primarily pre- and post-award bid protests,’ the
    Federal Circuit in RAMCOR explicitly reversed this Court’s determination ‘that a [plaintiff] could
    only invoke § 1491(b)(1) jurisdiction by including in its action an attack on the merits of the
    underlying contract award’ or the solicitation.” (third alteration in original) (quoting RAMCOR
    Servs. Grp., Inc. v. United States, 
    185 F.3d 1286
    , 1289 (Fed. Cir. 1999))).
    14
    United States, -- Fed. Cl. --, 
    2022 WL 17087798
    , at *10 (Fed. Cl. Nov. 10, 2022) (citing Blue
    Origin Fed’n, LLC v. United States, 
    157 Fed. Cl. 74
    , 89 (2021)); see also Blue Origin Fed’n, LLC,
    157 Fed. Cl. at 89 (“[T]he court must decide whether those alleged facts show the
    protestor was prejudiced by the alleged errors.” (citing Statistica, Inc. v. Christopher, 
    102 F.3d 1577
    , 1581 (Fed. Cir. 1996))). 7
    To succeed on the merits, however, a plaintiff must prove not only that the
    government erred — i.e., that it acted arbitrarily, capriciously, or contrary to law — but
    also that any such error was prejudicial. See Ascendant Servs., LLC v. United States, 
    160 Fed. Cl. 275
    , 287–88 (2022) (“In order to be successful in a bid protest, a protestor must
    establish prejudice twice. First, it must establish prejudice as part of the standing
    inquiry. . . . Second, a protestor must also establish prejudice as part of its case on the
    merits. . . . On the merits of a bid protest, it is not enough to show that an agency has
    stepped out of bounds; rather, a protestor must further show that the offending agency’s
    conduct prejudiced it.”); L-3 Commc’ns Corp. v. United States, 
    99 Fed. Cl. 283
    , 289 (2011)
    (“[T]he prejudice determination for purposes of standing assumes all non-frivolous
    allegations to be true, whereas the post-merits prejudice determination is based only on
    those allegations which have been proven true.”). In other words, a plaintiff ultimately
    must do more than demonstrate that the government made errors in an evaluation or
    violated the terms of a solicitation or the FAR (or a statute); rather, a plaintiff must prove
    that such errors or violations actually prejudiced the plaintiff. 8
    7 “The Court assumes the facts alleged in a plaintiff’s complaint are true for the purposes of
    evaluating standing but not for the purpose of resolving whether a plaintiff has demonstrated
    prejudice on the merits.” Vanquish Worldwide, LLC, 
    2022 WL 17087798
    , at *10 (citing Blue Origin
    Fed’n, LLC, 157 Fed. Cl. at 89); see also VAS Realty, LLC v. United States, 
    26 F.4th 945
    , 950 (Fed. Cir.
    2022) (explaining that, for the purposes of standing, “a court is required to accept as true all
    factual allegations pleaded” (quoting Frankel v. United States, 
    842 F.3d 1246
    , 1249 (Fed. Cir. 2016)));
    Blue Origin Fed’n, LLC, 157 Fed. Cl. at 89 (“For the limited purpose of determining whether it has
    standing, a protestor’s allegations are assumed to be true.” (citing Am. Relocation Connections,
    L.L.C. v. United States, 789 F. App’x 221, 226 (Fed. Cir. 2019))); Am. Relocation Connections, 789 F.
    App’x at 226 (“For standing, we presume the party bringing a bid protest will succeed on the
    merits of its claim and ask whether it has alleged an injury (or prejudice) caused by the procuring
    agency’s actions.”); Yang Enters., Inc. v. United States, 
    156 Fed. Cl. 435
    , 444 (2021) (“The Court
    assumes well-pled allegations of error to be true for purposes of the standing inquiry.”).
    8In this Court’s recent decision in Ahtna Logistics, LLC, for example, the Court concluded that the
    plaintiff in that case was an interested party with standing because the complaint included
    “factual allegations that, if proven, would support a finding of prejudice.” 
    2022 WL 17480642
    , at
    *8. Even so, that same plaintiff not only failed to demonstrate that the government erred but also,
    in the alternative, failed to demonstrate that any of the putative errors would have prejudiced the
    plaintiff given its relative position in the agency’s final evaluation of proposals. Ahtna Logistics,
    LLC, 
    2022 WL 17480642
    , at *21–24.
    15
    While neither the government nor Paradyme argues that Ekagra lacks standing as
    an interested party, this Court has an independent duty to ascertain whether it possesses
    jurisdiction to decide Ekagra’s claims, including whether Ekagra has standing to pursue
    them. See FW/PBS, Inc. v. City of Dallas, 
    493 U.S. 215
    , 231 (1990) (“The federal courts are
    under an independent obligation to examine their own jurisdiction, and standing ‘is
    perhaps the most important of [the jurisdictional] doctrines.’” (alteration in original)
    (quoting Allen v. Wright, 
    468 U.S. 737
    , 750 (1984))); see also RCFC 12(h)(3).
    There is no dispute that Ekagra “is an actual bidder,” Am. Compl. ¶ 5, but Ekagra’s
    assertion that “it had a substantial chance of receiving the [contract] award” but for the
    government’s alleged errors, id. ¶ 7, is purely conclusory; Ekagra must allege facts that, if
    proven, would demonstrate prejudice. After reviewing the amended complaint for such
    factual allegations, the Court determines that Ekagra is an “interested party” pursuant to
    
    28 U.S.C. § 1491
    (b) with standing to pursue only Counts Three, Four, and Five. 9
    With respect to Count One, the fatal problem in terms of prejudice for standing is
    that Ekagra asserts only that, had Census “properly evaluated all of Ekagra’s past
    performance submissions, it would have received a second strength and would have had
    more strengths than Paradyme under the past performance factor.” Am. Compl. ¶ 77.
    Ekagra makes no effort, however, to allege facts that show how or why such an improved
    past performance rating would have made a difference in USCB’s ultimate award
    decision, a legally significant failure given that Census evaluated Ekagra’s proposal as
    having “one weakness[] and three significant weaknesses.” Am. Compl. ¶ 66 (emphasis
    added). Accordingly, even assuming the truth of the factual statements in Count One,
    this Court cannot conclude that Ekagra would be entitled to relief.
    Count Two suffers from a similar defect. There, Ekagra alleges only that Census
    should not have assigned Ekagra a weakness for its employee retention strategy. Am.
    Compl ¶ 84. Again, however, Ekagra makes no effort to show how or why the removal
    of a single weakness would make any difference in USCB’s ultimate contract award
    decision. In other words, Ekagra’s proposal still would suffer from “three significant
    9 The Court notes that a plaintiff must show prejudice for standing (and ultimately prove
    prejudice on the merits) for each allegation of agency error (or some discrete collection of errors).
    In that regard, Ekagra’s amended complaint also contains a separate count purporting to describe
    why “Ekagra Was Prejudiced.” Am. Compl. ¶¶ 112–16 (Count Six). The issue of prejudice,
    however, is not itself an allegation of error and thus is not properly labeled as a separate count.
    Moreover, in Count Six, all of Ekagra’s prejudice allegations are conclusory, and the Court does
    not assume their truth. Similarly, with respect to prejudice on the merits, Ekagra’s MJAR argues
    that “[t]he Agency’s errors prejudiced Ekagra,” but that section merely summarizes caselaw and
    contains only conclusory statements. Pl. MJAR at 32–33. Ekagra’s reply and response brief also
    relies upon a skeletal assortment of conclusory statements to argue that “Ekagra’s proposal . . .
    should have been selected for award.” Pl. Resp. at 13–14. As discussed infra, these statements,
    with little to no support in the administrative record, do not demonstrate prejudice on the merits.
    16
    weaknesses.” Id. ¶ 66. In the absence of other alleged facts suggesting the possibility of
    a different award decision but for the putatively erroneous weakness, Ekagra’s complaint
    does not demonstrate prejudice, for standing purposes, for Count Two.
    In sum, at least for Count One and Count Two, Ekagra’s failure to allege facts
    demonstrating prejudice means that Ekagra lacks standing to pursue those counts and,
    thus, this Court lacks jurisdiction to decide them. See RCFC 12(h)(3); ZeroAvia, Inc. v.
    United States, 
    160 Fed. Cl. 505
    , 510 (2022) (“Because the Court finds that [Plaintiff’s]
    allegations of procurement errors do not contain sufficient factual support to demonstrate
    that it had a substantial chance of receiving an award, [Plaintiff] fails to meet its burden
    to establish that it has standing.”); cf. Todd Constr., L.P. v. United States, 
    656 F.3d 1306
    , 1316
    (Fed. Cir. 2011) (“[Plaintiff] has alleged nothing to indicate that the outcome of the
    performance evaluations would have been any different if the purported procedural
    errors had not occurred. . . . Therefore, [Plaintiff] lacks standing to sue [for this claim].”).
    The remaining counts provide sufficient details to establish prejudice for the
    purposes of standing — albeit barely. Count Three, for example, alleges that but for
    USCB’s erroneous assignment of two significant weaknesses for Ekagra’s key personnel,
    it “would have had a much higher chance at receiving award.” Am. Compl. ¶ 94. As
    with Counts One and Two, Ekagra does not allege facts in Count Three that, if proven,
    demonstrate a “higher chance” of award. Nor does a “higher chance” equate to a “not
    insubstantial chance” of an award; trivial odds that are doubled may still be trivial. Nor,
    for that matter, does Ekagra deal with the fact that even if it prevails on Count Three,
    Ekagra would still suffer from a remaining significant weakness. See Am. Compl. ¶ 66.
    Would the removal of two significant weaknesses be sufficient to fundamentally
    undermine the foundations of the government’s best value decision here? Or would the
    remaining significant weakness mean that Ekagra loses in any event? Ekagra’s amended
    complaint does not answer those questions with alleged facts. Nevertheless, the Court
    concludes that, reading the complaint as a whole, Ekagra has alleged sufficient facts to
    demonstrate prejudice for the purposes of standing for Count Three. Cf. Ascendant Servs.,
    LLC, 160 Fed. Cl. at 287–88 (“[I]t appears obvious that if Plaintiff were successful on all of
    its challenges to the [agency’s] evaluation it would have a substantial chance of award
    and thus the prejudice threshold for standing purposes has been satisfied.”).
    Ekagra demonstrates prejudice for standing purposes in Count Four of its
    amended complaint because if Paradyme “is not technically acceptable” and “should
    have been found . . . unawardable,” Am. Compl. ¶ 101, there is a substantial chance that
    Ekagra would be back in the hunt for an award — particularly given Ekagra’s allegation
    that it was ranked second for the technical evaluation, id. ¶ 58. VAS Realty, LLC v. United
    States, 
    26 F.4th 945
    , 949–51 (Fed. Cir. 2022) (holding that where a plaintiff demonstrates
    that an awardee’s “ineligibility for the award . . . result[s] [in the] need for [an agency] to
    rebid the contract,” the plaintiff has standing because “assuming its protest is successful,
    17
    it would have an opportunity to participate in a new procurement” (citing Tinton Falls
    Lodging Realty, LLC v. United States, 
    800 F.3d 1353
     (Fed. Cir. 2015))).
    Finally, for Count Five, Ekagra does not explain with any degree of precision how
    it is prejudiced by USCB’s alleged failure to assess risk from unbalanced pricing.
    Nevertheless, the Court is reasonably able to discern the general thrust of Ekagra’s
    complaint: if the contracting officer properly had considered such risk — i.e., “whether
    the Agency would pay unreasonably high prices for contract performance,” Am. Compl.
    ¶ 111 — Census would not have selected Paradyme for award.
    Accordingly, the Court concludes that Ekagra possesses standing to maintain its
    action because the amended complaint contains sufficient factual allegations in Counts
    Three, Four, and Five. Whether Ekagra has proven prejudicial errors via its MJAR
    briefing (and oral argument) is a merits question, which the Court addresses below.
    III.   STANDARD OF REVIEW
    Judgment on the administrative record, pursuant to RCFC 52.1, “is properly
    understood as intending to provide for an expedited trial on the record.” Bannum, Inc. v.
    United States, 
    404 F.3d 1346
    , 1356 (Fed. Cir. 2005). The Rule requires the Court “to make
    factual findings from the record evidence as if it were conducting a trial on the record.”
    
    Id. at 1354
    . Accordingly, this Court asks whether, given all the disputed and undisputed
    facts, a party has met its burden of proof based on the evidence contained in the
    administrative record. 
    Id.
     at 1356–57.
    Generally, in an action brought pursuant to § 1491(b) of the Tucker Act, the Court
    reviews “the agency’s actions according to the standards set forth in the Administrative
    Procedure Act, 
    5 U.S.C. § 706
    .” See Nat’l Gov’t Servs., Inc. v. United States, 
    923 F.3d 977
    , 981
    (Fed. Cir. 2019). That APA standard, in turn, requires the Court to determine “whether
    the agency’s action was arbitrary, capricious, an abuse of discretion, or otherwise not in
    accordance with law.” 
    Id.
     (citing 
    5 U.S.C. § 706
    (2)). In other words, the Court must
    “determine whether ‘(1) the procurement official’s decision lacked a rational basis; or
    (2) the procurement procedure involved a violation of regulation or procedure.’” 
    Id.
    (quoting Weeks Marine, Inc., 575 F.3d at 1358). “When a challenge is brought on the first
    ground, the test is whether the contracting agency provided a coherent and reasonable
    explanation of its exercise of discretion, and the disappointed bidder bears a heavy
    burden of showing that the award decision had no rational basis.” Banknote Corp. of Am.,
    Inc. v. United States, 
    365 F.3d 1345
    , 1351 (Fed. Cir. 2004) (internal citation marks omitted).
    “When a challenge is brought on the second ground, the disappointed bidder must show
    ‘a clear and prejudicial violation of applicable statutes or regulations.’” Impresa
    Construzioni Geom. Domenico Garufi v. United States, 
    238 F.3d 1324
    , 1333 (Fed. Cir. 2001)
    (quoting Kentron Hawaii, Ltd. v. Warner, 
    480 F.2d 1166
    , 1169 (D.C. Cir. 1973)).
    18
    “In applying the APA standard of review, this Court affords considerable
    deference to an agency’s procurement decisions.” IAP Worldwide Servs., Inc. v. United
    States, 
    159 Fed. Cl. 265
    , 286 (2022) (citing Advanced Data Concepts, Inc. v. United States, 
    216 F.3d 1054
    , 1058 (Fed. Cir. 2000)). In particular, protests involving “the minutiae of the
    procurement process in such matters as technical ratings . . . involve discretionary
    determinations of procurement officials that a court will not second guess.” E.W. Bliss
    Co. v. United States, 
    77 F.3d 445
    , 449 (Fed. Cir. 1996). Thus, in reviewing an agency’s
    procurement decision, the Court shall merely “determine whether ‘the contracting
    agency provided a coherent and reasonable explanation of its exercise of discretion.’”
    Impresa, 
    238 F.3d at
    1332–33 (quoting Latecoere Int’l, Inc. v. U.S. Dep’t of Navy, 
    19 F.3d 1342
    ,
    1356 (11th Cir. 1994)). Accordingly, the Court “will uphold a decision of less than ideal
    clarity if the agency’s path may reasonably be discerned.” Bowman Transp., Inc. v.
    Arkansas-Best Freight Sys., Inc., 
    419 U.S. 281
    , 286 (1974) (citing Colo. Interstate Gas Co. v. Fed.
    Power Comm’n, 
    324 U.S. 581
    , 595 (1945)). “On the other hand, the Court will not put words
    in an agency’s mouth or invent supporting rationales the agency has not itself articulated
    in the administrative record; post hoc explanations for agency decisions ordinarily will be
    rejected.” IAP Worldwide Servs., 159 Fed. Cl. at 286.
    To establish prejudice on the merits in a post-award challenge, a plaintiff must
    show with record evidence that, but for the agency’s error, “the protestor’s chance of
    securing the award [would] not have been insubstantial.” Info. Tech. & Applications Corp.,
    
    316 F.3d at 1319
    ; see also Oak Grove Techs., LLC v. United States, 
    155 Fed. Cl. 84
    , 98 (2021)
    (discussing standard of review and prejudice requirements).
    IV.    DISCUSSION
    A. Census Reasonably Evaluated Ekagra’s Proposed Key Personnel (Count
    Three)
    Ekagra argues that Census improperly “inject[ed] [RFQ] Attachment J.2 into [the]
    evaluation criterion” for key personnel. Pl. MJAR at 23. In particular, Ekagra complains
    that Census improperly assigned two significant weaknesses to Ekagra because its
    proposed program manager and lead tools administrator — both key personnel positions
    — lacked experience with Agile software development. 
    Id.
     at 22–23 (also challenging
    Ekagra’s associated “high risk” evaluation); AR 1068 (RFQ § H.2) (identifying key
    personnel). 10
    10 As explained in Active Network, LLC v. United States, “Agile software methodology is an
    alternative approach to traditional project management.” 
    130 Fed. Cl. 421
    , 425 n.2 (2017); see also
    Agile, Carnegie Mellon Univ. Software Eng’g Inst., https://www.sei.cmu.edu/our-work/agile/
    (last visited Dec. 15, 2022) (“Agile is an iterative approach to software delivery that builds and
    delivers software incrementally from the start of a project instead of trying to deliver it all at once
    near the end.”).
    19
    Ekagra does not argue that its proposed project manager and lead tools
    administrator possess the Agile experience at issue. 11 Nor does Ekagra contend that RFQ
    Attachment J.2 lacks an Agile experience requirement for the two key personnel positions
    at issue. Thus, Ekagra’s entire argument depends on the erroneous premise that Census
    could not properly consider the labor category descriptions specified in RFQ Attachment
    J.2, merely because Section M “doesn’t use the word ‘J.2.’” Tr. 16:21–23; see also Tr. 17:4-
    6 (arguing that Census could not consider Attachment J.2 because the RFQ did not
    “explicitly mention[] J.2”). The Court concludes that Ekagra’s argument has zero merit.
    As noted above, Section M.2.3 of the RFQ covers the evaluation of key personnel
    (subfactor 2B) for the BPA as a whole. AR 1128. The RFQ required Census to “evaluate
    the information contained in the resumes submitted with the quote.” AR 1128. In doing
    so, Census had to base its evaluation “on the extent to which personnel submitted by the
    Quoter meet, or exceed, skills, experience and education required in performing the work.”
    AR 1128–29 (emphasis added). The RFQ additionally specified that “[k]ey [p]ersonnel
    will be evaluated on[,]” among other criteria, “[k]nowledge, skills and abilities of the
    proposed key personnel to meet minimum labor category requirements.” AR 1129 (emphasis
    added).
    Ekagra maintains that Census could not consider the labor category requirements
    in Attachment J.2. See Pl. MJAR at 22 (arguing RFQ § M.2.3 does not “include”
    Attachment J.2). But Ekagra makes no effort to identify where else in the RFQ one might
    find “minimum labor category requirements.” AR 1129. The only — and rather obvious
    — location for such requirements is in Attachment J.2, which is titled “Labor Category
    Descriptions.” AR 1149; see also Pl. MJAR at 22 (“The Government is in need of labor
    categories that are comparable to the BPA Roles outlined in . . . Attachment J.2 — Labor
    Category Descriptions.” (emphasis added) (quoting AR 1016 (RFQ § B.3.1))). For example,
    Attachment J.2 specifies that the “[a]nticipated [r]ole [r]equirements and [s]kills” of the
    project manager include “Knowledge of Agile and/or SAFe Frameworks — Minimum 2–
    3 years.” AR 1149 (emphasis added). Reading the RFQ as a whole — which is the only
    way to read it correctly 12 — Census properly considered Attachment J.2 in evaluating
    Ekagra’s proposal.
    11Ekagra noted that its TSCoE subject matter expert had Agile experience, Pl. MJAR at 23, but the
    significant weaknesses concerned the other two people the quote identified as key personnel.
    AR 1166 (Ekagra Quote — Technical Volume) (identifying proposed key personnel).
    12See, e.g., Safeguard Base Operations, LLC v. United States, 
    989 F.3d 1326
    , 1344 (Fed. Cir. 2021) (“We
    must consider the Solicitation as a whole and interpret ‘it in a manner that harmonizes and gives
    reasonable meaning to all of its provisions.’” (quoting Banknote Corp. of America, Inc., 
    365 F.3d at 1353
    )); Golden IT, LLC v. United States, 
    157 Fed. Cl. 680
    , 696–97 (2022) (concluding that an RFQ
    attachment’s requirements under “labor category descriptions” provided measures for assessing
    strengths, weaknesses, and risks).
    20
    Moreover, during oral argument, Ekagra all but acquiesced to the government’s
    (and this Court’s) reading of the RFQ:
    THE COURT: Where are those minimum labor category
    requirements?
    [EKAGRA COUNSEL]: We don’t believe that they’re in the
    solicitation, Your Honor. They’re in J.2, which is not a
    requirement.
    THE COURT: . . . [B]ut where do I find them? . . . I mean,
    these mean something. There’s no pre-award protest
    objecting to their ambiguity. Where are they?
    [EKAGRA COUNSEL]:               There   are   labor   category
    requirements in J.2.
    Tr. 14:15–25; see also Tr. 16:8–14 (Ekagra agreeing that “J.2 is where there are minimum
    requirements” and that “agile experience[] [is a requirement] in both of the labor
    categories at issue”). At a minimum, then, Ekagra’s reading of the RFQ suffers from a
    fatal timeliness defect pursuant to Blue & Gold Fleet, L.P. v. United States, 
    492 F.3d 1308
    (Fed. Cir. 2007). That is because Section M.2.3 requires that Census evaluate quotes
    against the “minimum labor category requirements.” AR 1129. If Attachment J.2 cannot
    be employed for that purpose and Ekagra cannot identify any other source for such
    “minimum” requirements, then the RFQ is patently ambiguous. Ekagra cannot complain
    about such an ambiguity this late in the game. See Blue & Gold Fleet, 
    492 F.3d at
    1313–14.
    Although Ekagra invokes “the rule of contra proferentem” to support its reading of the
    RFQ, Pl. Resp. at 7, “[t]he doctrine of patent ambiguity is an exception to the general rule
    of contra proferentem,” Blue & Gold Fleet, 
    492 F.3d at 1313
     (quoting E.L. Hamm & Assocs.,
    Inc. v. England, 
    379 F.3d 1334
    , 1342 (Fed. Cir. 2004)). Thus, even if the RFQ were
    ambiguous, contra proferentem does not save Ekagra’s argument.
    Finally, in the alternative, the Court finds that Ekagra has not demonstrated
    prejudice on the merits of Count Three, even if Census erred in applying the RFQ’s
    requirements. Ekagra pays prejudice scant attention in its briefs, making only two
    assertions regarding prejudice for this count. First, Ekagra argues that had Census
    properly evaluated Ekagra’s proposed key personnel, it “would have received two less
    significant weaknesses and no high risks” for the key personnel evaluation subfactor. Pl.
    MJAR at 23–24. Thus, Ekagra reasons, it would have “increas[ed] its opportunity to
    receive [the] award.” Id. at 24. Second, Ekagra asserts that “a proper evaluation would
    have resulted [in] different ratings” and, thus, the “best value analysis also would have
    changed.” Pl. Resp. at 7.
    21
    At the outset, the Court notes that Ekagra cites no caselaw whatsoever supporting
    the proposition that prejudice can be proven merely by demonstrating that Ekagra should
    have received a better evaluation than it did — i.e., without showing how that better
    evaluation might translate to the increased likelihood of contract award. Although “the
    substantial chance requirement does not mean that [a] plaintiff must prove it was next in
    line for the award but for the government’s errors[,] . . . [d]emonstrating prejudice does
    require . . . that the plaintiff show more than a bare possibility of receiving the award.”
    Precision Asset Mgmt. Corp. v. United States, 
    125 Fed. Cl. 228
    , 233–34 (2016) (finding “no
    evidence on which to base a finding that [the] plaintiff had not only a chance to receive
    the award, but a substantial chance” when the plaintiff’s success would leave a higher-
    rated, lower-cost alternative offer); see Info. Tech. & Applications Corp., 
    316 F.3d at 1319
    (concluding that, to establish prejudice on the merits in a post-award challenge, a plaintiff
    must show with record evidence that, but for the agency’s error, “the protestor’s chance
    of securing the award [would] not have been insubstantial”); Am. Relocation Connections,
    L.L.C. v. United States, 789 F. App’x 221, 228 (Fed. Cir. 2019) (“[T]o prevail in its bid
    protest, [Plaintiff] must ‘show a significant, prejudicial error in the procurement process,
    meaning it must show that there is a greater-than-insignificant chance” that the agency
    would have awarded the contract to the plaintiff “had [the agency] not committed the
    alleged errors.” (quoting Alfa Laval Separation, Inc. v. United States, 
    175 F.3d 1365
    , 1367
    (Fed. Cir. 1999))). 13
    Ekagra’s primary difficulty in proving prejudice on the merits is that Census
    assigned an independent “significant weakness and high risk” to Ekagra’s quote for the
    fourth evaluation factor: “Call Order 0002 Technical Approach.” AR 2262–63. Indeed,
    the administrative record suggests that this finding was an entirely separate basis
    underpinning USCB’s selection of Paradyme over Ekagra:
    For Call Order 0002, Ekagra had a significant weakness and
    high risk for not providing details on how the integrity of the
    baselines will be maintained, resulting in unsecured systems,
    exposure of title data, and audit findings that would cause
    tools to be completely unavailable for mission critical work.
    There are too many critical service risks for the Federal staff
    to mitigate, which would cause either a lapse in service or
    critical security risk. These significant weaknesses and high risks
    increase the overall risk of unsuccessful BPA and Call Order
    performance and is therefore not the best value to the Government.
    13See also WellPoint Mil. Care Corp. v. United States, 
    953 F.3d 1373
    , 1380 (Fed. Cir. 2020) (“[A]n error
    in the TET report, standing alone, is not prejudicial. . . . To show prejudicial error, [Plaintiff] must
    show a ‘substantial chance’ that the [decisionmaker] . . . would have made a different award
    decision but for the alleged error[.]” (quoting Info. Tech. & Applications Corp., 
    316 F.3d at 1319
    )).
    22
    Thus, Paradyme’s quote for Call Order 0002 is the best value to the
    Government.
    AR 2263 (Contracting Officer Best Value Determination) (emphasis added) (explaining
    that “[w]hile Ekagra did propose the lowest price for Call Order 0002, Ekagra’s technical
    quote has significant weaknesses and high risks, especially regarding the high risk
    associated with not describing how the integrity of the baselines will be maintained”
    (emphasis added)). Moreover, the contracting officer found that “Paradyme’s technical
    quote had no weaknesses or risks and would meet the government’s requirements, thus
    justifying the increase in cost of $[ * * * ]” specifically for Call Order 0002. AR 2263–64.
    Given the Court’s factual findings described above, Ekagra had the burden to
    demonstrate that eliminating its two significant weaknesses (and associated high risks)
    for key personnel would have undermined (1) the contracting officer’s finding that
    Ekagra’s quote was technically unacceptable, and, in turn, (2) the best value decision.
    Aside from conclusory assertions that Ekagra’s position for award would have improved,
    however, Ekagra makes no effort to tackle the difficult questions regarding its technical
    acceptability or the contracting officer’s willingness to pay Paradyme more than Ekagra’s
    proposed price for Call Order 0002. See, e.g., Sys. Stud. & Simulation, Inc. v. United States,
    
    22 F.4th 994
    , 996–98 (Fed. Cir. 2021) (“[T]he challenger of [an] agency action generally
    bears the burden of showing that an error was harmful — that is, that it was
    prejudicial. . . . We hold that there is no presumption of prejudice when a protestor
    demonstrates irrationality in an agency decision. The protestor must show prejudice
    under the usual standard.”); Ahtna Logistics, LLC, 
    2022 WL 17480642
    , at *8 (“To succeed
    on the merits, however, including prejudice, a plaintiff must prove its allegations.”);
    Ascendant Servs., LLC, 160 Fed. Cl. at 288 (“On the merits of a bid protest, it is not enough
    to show that an agency has stepped out of bounds; rather, a protestor must further show
    that the offending agency’s conduct prejudiced it.”); ACI Techs., Inc. v. United States, 
    162 Fed. Cl. 39
    , 46 (2022) (“A plaintiff has the burden to prove prejudice and thus must offer
    an actual prejudice argument for all but the most self-obvious propositions[.]”).
    To be clear, the Court does not deny that Ekagra perhaps could have made a
    plausible prejudice argument on this record. But Ekagra did not do so. Having failed to
    prove that it was prejudiced by any error in the key personnel evaluation (even assuming
    the government made one), Ekagra cannot succeed on Count Three.
    B. Census Reasonably Evaluated Paradyme’s Call Order 0001 Quote (Count
    Four)
    Unlike Ekagra’s first three counts in its complaint that challenge USCB’s
    evaluation of Ekagra’s quote, Count Four challenges the evaluation of Paradyme’s quote.
    In Count Four, Ekagra contends that Census should have found Paradyme’s quote
    “unawardable” because: (1) the RFQ required a “new TSCoE” under Call Order 0001 and
    23
    Paradyme’s quote proposed building on its previous USCB work to perform that call
    order; and (2) Paradyme otherwise failed to demonstrate an understanding of the RFQ’s
    requirements. Pl. MJAR at 24–26. This argument is devoid of support in the
    administrative record.
    The primary premise of Ekagra’s argument is that Paradyme’s extensive work as
    an incumbent contractor is not relevant to the new BPA and call orders at issue. Ekagra
    thus contends that Paradyme did not provide an awardable quote because it “heavily
    relied on [Paradyme’s] previous experience working on TSCoE.” Pl. MJAR at 24.
    Ekagra is partially correct: Paradyme did rely on its incumbent work for Census.
    For example, Paradyme included this previous work as one of its similar experiences.
    AR 1255–56 (describing that project as “the current incumbent work being competed”
    where Paradyme “helped [a part of Census] stand up [that project’s] TSCoE”).
    Paradyme’s quote further elaborated on what it had done for USCB’s Enterprise
    Development Tools Support Branch (“EDTSB”):
    Since 2016, [Paradyme] has run and managed the [EDTSB
    TSCoE] . . . . The initial goal of the TSCoE was to assist the
    Branch in addressing the lack of standardization of tools
    throughout the Census enterprise. When the contract began,
    many of the tools used throughout the Census Bureau were
    in different versions, [and] implemented very differently . . . .
    [W]e have significantly improved the state of tools
    implementation at the Census, standardizing the version and
    implementation of various tools deployed throughout the Bureau.
    AR 1279 (emphasis added); cf. AR 1021 (RFQ § C.2) (“The TSCoE objective is to provide
    processes, procedures, standards, policies, . . . and best practices[.]”); AR 677 (RFQ
    Attach. J.12) (listing several tasks the contract awardee “shall provide” for Call Order
    0001 that involve EDTSB). And Census noted in its award decision that “[t]he Enterprise
    Tools requirement is currently being provided by Paradyme” under the previous work
    order. AR 2276 (Award Memorandum).
    Ekagra is also correct that the RFQ obligated Census to assess Call Order 0001
    quotes against Attachment J.12’s requirements, see Pl. MJAR at 8, 24, including “the
    degree to which the Quoter’s technical approach . . . demonstrates a clear understanding
    of the support required,” AR 1129 (RFQ § M.2.4) (listing evaluation criteria). Attachment
    J.12, in turn, explained that “[t]he purpose of this Call Order . . . is to procure contractor
    services to plan, develop, implement and then manage a new TSCoE and provide [BPA-
    level] program and project management.” AR 675 (RFQ Attach. J.12).
    24
    But the premise of Ekagra’s argument does not prove its conclusion. To the
    contrary, Census reasonably found that Paradyme’s quote met the RFQ requirements. In
    addition to describing Paradyme’s previous Census TSCoE work, Paradyme explained
    that it would implement “the improved TSCoE . . . through the finalization and
    codification of [Paradyme’s] processes,” AR 1279 (Paradyme Quote — Technical
    Volume), apparently referring to Paradyme’s incumbent work for the EDTSB. Citing this
    section of Paradyme’s quote, the contracting officer’s best value determination noted
    Paradyme’s plan to leverage its “existing artifacts” and “knowledge of USCB business,”
    and concluded that “[t]his combination of strategies meets the Government’s
    requirements, while providing a significant cost savings for Call Order 0001.” AR 2264.
    The contracting officer’s determination in that regard reflected the TET’s earlier, similarly
    positive view of Paradyme’s technical approach: “Paradyme provided a quotation with
    an approach that would . . . set up, implement and run a TSCoE. . . . Paradyme’s
    proposed approach will provide the capabilities that meet the EDTSB’s requirements.”
    AR 2230–31 (Technical Re-Evaluation Consensus Report); AR 2265 (Contracting Officer
    Best Value Determination) (same). The contracting officer’s final award memorandum
    repeated those findings. AR 2285.
    Given this context, Ekagra attempts to manufacture a non-existent RFQ
    requirement: that the awardee must provide a completely new TSCoE, totally
    uninfluenced by, and having no connection with, USCB’s (and Paradyme’s) previous
    work. Quoting the RFQ’s references to a “new TSCoE” and the planned change to the
    TSCoE’s organizational model, Ekagra argues that Paradyme’s proposed use of materials
    from its existing USCB TSCoE work reveals Paradyme’s quote would not deliver a “new”
    TSCoE. Pl. MJAR at 24–26; Pl. Resp. at 7–8; Tr. 40:18–23 (“If the Government rejects the
    old center of excellence that Paradyme was using, . . . then using those documents [from
    the old center] . . . is not sufficient. And the contracting officer did not grapple with
    that.”). But Ekagra makes an unsubstantiated leap from the RFQ’s description of a new
    TSCoE structure — i.e., siloed versus centralized, AR 1019–20 — to conclude that the RFQ
    demanded “an all new TSCoE,” Pl. MJAR at 24 (emphasis added); see also Pl. Resp. at 8.
    Ekagra’s argument does not land for the simple reason that the RFQ does not impose
    some artificial firewall between USCB’s and Paradyme’s past work, on the one hand, and
    the new contract, on the other. See AR 1021 (RFQ § C.2) (“The TSCoE will migrate Tools
    Administration, Support, and Services from the traditional ‘silo’ model to a centralized
    model. Tools support functions will move . . . to a centralized model[.]” (emphasis
    added)); AR 1279 (Paradyme Quote — Technical Volume) (describing how Paradyme
    would improve the existing TSCoE).
    Even Ekagra recognized that no part of the RFQ barred use of existing materials or
    prior work, and the agency had reasonable discretion to consider past work. See Tr. 37:2–
    25
    13. 14 As described above, Paradyme’s proposal provided a reasonable basis on which the
    contracting officer determined that Paradyme’s experience and related materials would
    help Paradyme implement the TSCoE per the RFQ’s terms.
    Ekagra’s argument that Paradyme failed to demonstrate an understanding of the
    RFQ’s requirements fares no better. Ekagra cites Paradyme’s allegedly “vague, non-
    specific, irrelevant plans” and Paradyme’s comparatively low Call Order 0001 price. Pl.
    MJAR at 24–25; see Tr. 63:7–9, 64:2–3. But Paradyme’s quote described its proposed
    technical approach to Call Order 0001 at length, including details about Paradyme’s
    proposed TSCoE. See AR 1279–90. During oral argument, Ekagra argued “the
    Government should have considered whether or not [unbalanced pricing] created
    substantial risk in light of [Paradyme’s] technical approach,” Tr. 61:16–19, and that
    Paradyme “does not add any explanation for how [Call Order 0001] tasks will be
    performed” in its basis of estimate, Tr. 64:1–3. But when Ekagra sought to “point [the
    Court] to some specific pages” in Paradyme’s proposal, Ekagra referenced only a pricing
    spreadsheet. See Tr. 63:7–20 (discussing AR 1358–59). But the pricing spreadsheet,
    standing alone, cannot demonstrate Paradyme lacked an understanding of the RFQ’s
    requirements. In short, the TET and contracting officer had a sufficient basis in
    Paradyme’s quote from which to distill and approve of its technical approach.15
    Similarly, in claiming that Paradyme’s Call Order 0001 price was so low that “it is
    clear that Paradyme did not understand this requirement,” Pl. MJAR at 25, Ekagra
    ignores much of Paradyme’s quote. Paradyme explained its low price. See, e.g., AR 1279
    14Ekagra agreed that the RFQ did not preclude per se the USCB’s consideration of Paradyme’s
    past work:
    THE COURT: So you’re saying [the RFQ] bars the use of any prior work?
    [EKAGRA COUNSEL]: It makes it less relevant.
    ....
    THE COURT: Well, if it doesn’t bar it, then it’s just up to the agency’s discretion
    [and] whether or not it reasonably considered [Paradyme’s] past work.
    [EKAGRA COUNSEL]: Subject to reasonableness, you’re right[.]
    Tr. 37:2–13.
    15 See, e.g., AR 2230–31 (Technical Re-Evaluation Consensus Report) (“Paradyme proposed to
    leverage experience, documentation, and success to quickly plan, draft, and finalize the TSCoE
    Vision Document and the TSCoE Enterprise Architecture.”); AR 2264 (Contracting Officer Best
    Value Determination) (“Overall Paradyme’s approach includes: (1) leveraging existing artifacts
    for similar work they performed at USCB; (2) pricing Call Order 0001 based on each deliverable
    and by assuming these artifacts provide the basis for developing the deliverables in this
    Solicitation[;] and (3) their knowledge of USCB business.”).
    26
    (“Rather than starting from scratch, Paradyme can scale and enhance [its prior work
    product] through the finalization and codification of our processes[.]”); AR 1282–84
    (“Paradyme has a collection of [standard operational procedures], best practices, and
    other documentation that it has used to provide TSCoE support that we can leverage to
    create [new TSCoE deliverables] . . . . Our team will review and streamline these
    documents into an easy to consume set of processes and best practices[.]”).
    The PET, in turn, found Paradyme “provided information above and beyond what
    was required in the [RFQ].” AR 2245 (Price Evaluation Team Report). From this
    information, the PET was “able to determine that Paradyme’s overall [Call Order 0001]
    costs differ considerably from the IGCE because of the number of hours they assumed it
    would take.” Id.; see also AR 2250 (Price Evaluation Team Report) (“The IGCE assumed
    that a vendor would complete the work with no prior experience at USCB. The estimate
    included time for discovery, development, and implementation. Paradyme’s approach
    differed considerably from that used to develop the IGCE.”).
    Additionally, Paradyme assumed in its price quote that “the Basis of Estimate
    (BOE) for Call Order 0001 is based on ‘actuals from the current tools program that
    Paradyme is the incumbent on.’” AR 2245 (quoting a Paradyme pricing spreadsheet).
    The contracting officer reasonably concluded that Paradyme — the company that had
    experience developing a standard-supporting Census TSCoE — could “minimize the
    research and development needed to create and implement a [TSCoE]” and “provide[]
    the best technical quote.” AR 2264; AR 2289 (Award Memorandum) (same). The Court
    thus rejects Ekagra’s effort to manufacture a shortcoming in Paradyme’s proposal out of
    its lower price; Ekagra cannot so easily gloss over the substance of Paradyme’s quote and
    how Paradyme proposed to leverage its prior Census experience.
    C. Census Reasonably Considered Unbalanced Pricing (Count Five)
    The Court addresses Ekagra’s unbalanced pricing argument by first making clear
    what the RFQ does — and does not — provide. The RFQ contains the following provision
    in Section M.3 (Factor 5 — Price Quotation) under the heading “Price Evaluation”:
    A determination will be made regarding whether the price
    appears unbalanced either for the total price of the quote or
    separately priced line items. An analysis will be made by
    item, resource, quantity, and year to identify any irregular or
    unusual pricing patterns. An unbalanced quote is one that
    incorporates prices that are less than cost for some services
    and/or prices that are overstated for other services.
    AR 1131. The RFQ says nothing more about unbalanced pricing.
    27
    Thus, the RFQ does not incorporate, either expressly or by reference,
    FAR 15.404-1(g) (“Unbalanced pricing”). And because this is a FAR part 8 procurement,
    AR 1015 (RFQ § B.2), FAR part 15 provisions do not automatically apply. See
    FAR 8.404(a). Accordingly, the RFQ does not specify any consequence for an unbalanced
    pricing finding.16 Nevertheless, the Court assumes, without deciding, that a finding of
    unbalanced pricing requires the contracting officer to “[c]onsider the risks to the
    Government associated with the unbalanced pricing” and “whether award of the contract
    will result in paying unreasonably high prices for contract performance.” FAR
    15.404-1(g)(2)(i)-(ii). Even under FAR 15.404-1(g), however, there is no requirement for
    the contracting officer to exclude an offeror from an award due to unbalanced pricing.
    See FAR 15.404-1(g)(3) (providing only that “[a]n offer may be rejected if the contracting
    officer determines that the lack of balance poses an unacceptable risk to the Government”
    (emphasis added)); FAR 2.101 (“May denotes the permissive.”).
    Here, there is no dispute that the PET found Paradyme’s Call Order 0001 price
    unbalanced. AR 2246. The only question, therefore, is whether “[t]he contracting officer
    failed in his duty to analyze balance” — or, more precisely, to consider any associated
    risks or consequences of the PET’s unbalanced price finding. Pl. MJAR at 31. According
    to Ekagra, the contracting officer failed to “address — implicitly or explicitly — the risks
    and concerns the PET raised” and “did not consider whether award of the contract would
    result in paying unreasonably high prices.” Id. Ekagra does not suggest how Paradyme’s
    low fixed price for Call Order 0001 might somehow result in the government’s ultimately
    paying a higher price; thus, Ekagra simply asserts, in essence, that the contracting officer
    failed to consider the possibility of some unidentified, unarticulated risks. Contrary to
    Ekagra’s assertions, however, the PET, the TET, and the contracting officer all considered
    Paradyme’s Call Order 0001 pricing — in light of its technical approach — and did not
    assign any weaknesses or risks.
    The PET specifically found Paradyme’s offer, overall, reasonable and supported:
    Paradyme Management, Inc., proposed rates and prices do
    not appear unbalanced for Master BPA labor rates and Call
    Order 0002. . . . Paradyme’s cost for Call Order 0001 is
    significantly less than the other offerors. Therefore, through
    price analysis, the PET was able to determine that the offer
    from Paradyme is fair and reasonable. The fair and
    reasonable price was determined based on this procurement
    being competed via the General Services Administration
    16The Court further notes that the RFQ’s unbalanced pricing provision differs in material respects
    from FAR 15.404-1(g).
    28
    (GSA Schedule where the rates are pre-negotiated, as well as
    the prices already being determined fair and reasonable).
    AR 2245. Indeed, the PET found that Paradyme’s “price quote for Call [O]rder 0001
    provided information above and beyond what was required in the Solicitation” and “with
    further analysis . . . [the PET] determine[d] that Paradyme’s overall costs differ
    considerably from the IGCE because of the number of hours they assumed it would take
    to complete all tasks associated with Call Order 0001.” AR 2245 (emphasis added)
    (crediting Paradyme’s “assumption provided in their price quote” based on “actuals”
    from Paradyme’s incumbent experience). The PET specifically noted the TET’s express
    determination “that Paradyme accounted for all deliverables and requirements in their
    basis of estimate” and that Paradyme’s “overall total price to Government for Call Order
    0001 . . . was clearly supported” in the price quotation worksheet. AR 2248.
    The PET expressly considered that the TET had identified three “deliverables” for
    which “Paradyme underestimated the level of effort to complete in the required
    timeframe.” AR 2248.17 But the PET clearly addressed those concerns, finding that:
    (1) “Paradyme’s approach differed considerably from that used to develop the IGCE”;
    and (2) while “[t]he other Offerors[’] estimates appear to have accounted for the need for
    discovery, development, and implementation,” Paradyme, “[w]ith its prior experience,
    . . . was able to reduce the overall cost to accomplish the same work.” AR 2250; see also
    AR 2253 (discussing Paradyme’s approach to Call Order 0001 and concluding that “all
    quoters[’] proposed prices for Call Order 0001 are deemed fair and reasonable in
    comparison to the IGCE”); AR 2254 (“The [PET] determined that all quoters . . . provided
    acceptable price quotes[,] . . . . the price submission have been deemed fair and
    reasonable, and the technical factors must be considered to make a best value
    determination.”).
    Accordingly, neither the PET nor the TET failed to address risks associated with
    Paradyme’s low price for Call Order 0001. The PET and TET clearly were comfortable
    that a contract award to Paradyme would not result in poor performance or the
    government’s paying an unreasonably high price. Indeed, given the above-quoted
    excerpts from the procurement record, the Court is not sure what Ekagra is complaining
    about. Although Ekagra argues otherwise, see Pl. Resp. at 11–12, the contracting officer
    adequately considered and addressed the TET’s and PET’s respective consensus reports
    in determining that Paradyme’s offer did not present any risks. See AR 2258 (“I have
    17In addition to identifying [ * * * ] deliverables for which Paradyme underestimated the required
    hours, the PET also identified [ * * * ] other deliverables for which it found Paradyme
    overestimated the hours required by a total of [ * * * ] hours. AR 2245. As discussed infra, Census
    considered all of these facts in determining that Paradyme’s quote was technically superior,
    without performance risks, and would not result in the government’s paying a higher price.
    29
    reviewed the TET’s findings and ranking[] [and] the PET report, and agree with the
    contents therein.”). 18
    For example, the contracting officer concluded that “Paradyme was the only
    Offeror that addressed and met every requirement identified in the solicitation, thus
    demonstrating a full understanding of the requirements in their technical quote and had
    no weaknesses or risks identified.” AR 2258 (emphasis added). The contracting officer
    specifically found that “the PET provided [the] TET with the [BOE] submitted with the
    Paradyme price quote and . . . [the] TET determined that Paradyme accounted for all
    deliverables and requirements in their BOE.” AR 2264. Indeed, the contracting officer
    concluded that Paradyme’s unique approach to Call Order 0001 “led to Paradyme’s
    significantly reduced cost compared to the Offerors and the IGCE.” AR 2264. According
    to the contracting officer, Paradyme’s “combination of strategies meets the Government’s
    requirements, while providing a significant cost savings for Call Order 0001.” AR 2264.
    The contracting officer further concurred with the PET that Paradyme’s price for Call
    Order 0001 was “fair and reasonable” and “deemed beneficial to the Government, as the
    proposed technical solution offered by Paradyme accounted for all deliverables and
    requirements.” AR 2265.19 In sum, unlike the decision in CW Government Travel, Inc. v.
    United States, 
    154 Fed. Cl. 721
     (2021), upon which Ekagra relies, this simply is not a case
    in which the administrative record “is bereft of any apparent evidence” demonstrating
    that the government considered the impact of unbalanced pricing, Pl. MJAR at 32
    (quoting CW Gov’t Travel, Inc., 154 Fed. Cl. at 746).
    Finally, the Court agrees with Judge Meyers in IAP World Services, Inc. v. United
    States, 
    152 Fed. Cl. 384
    , 409 (2021), that an offeror may demonstrate prejudice simply
    “from [an agency’s] failure to perform an unbalanced pricing analysis.” Unless the risks
    18During oral argument, Ekagra asserted for the first time that the contracting officer’s adoption
    of the TET’s and PET’s findings was improper because they contain “factually incorrect
    statements.” Tr. 35:23–24; see also Tr. 36:1–2 (arguing that TET and PET mistakenly found that
    Paradyme will be “leveraging existing artifacts for similar work they’ve performed at USCB”).
    Ekagra conceded, however, that it did not make this argument in its briefs (at least not with
    respect to unbalanced pricing). Tr. 36:11–12. The Court accordingly concluded the argument is
    waived. Tr. 36:13; see also, e.g., Takeda Pharms. U.S.A., Inc. v. Mylan Pharms. Inc., 
    967 F.3d 1339
    ,
    1348 n.5 (Fed. Cir. 2020) (new argument presented for the first time at oral argument is waived);
    Sistek v. Dep’t of Veterans Affs., 
    955 F.3d 948
    , 957 (Fed. Cir. 2020) (concluding that legal theory
    presented for the first time during oral argument and not “in [an] opening brief” is waived); Office
    Depot, Inc. v. United States, 
    95 Fed. Cl. 517
    , 530–31 (2010) (“Because plaintiff’s argument was not
    presented to the court until oral argument, the court considers this argument waived.”); Insight
    Pub. Sector, Inc. v. United States, 
    157 Fed. Cl. 416
    , 427 n.8 (2021) (same).
    19Although during oral argument Ekagra clarified that its argument is that Census failed to
    consider the risk that Paradyme “didn’t propose sufficient labor to perform the work,” Tr. 25:21–
    22, the contracting officer clearly considered that precise issue.
    30
    from unbalanced pricing appear obvious from the record, however, a plaintiff bears some
    minimal burden of explaining what risks the government ignored such that, had they
    been properly considered, the contracting officer’s best value determination may have
    been altered. Sys. Stud. & Simulation, Inc., 22 F.4th at 998 (holding that “there is no starting
    point of presumed prejudice,” but acknowledging that “[t]he Supreme Court has noted
    that, at least in some contexts, prejudice will be easily shown because the circumstances
    will make prejudice readily apparent” (citing Shinseki v. Sanders, 
    556 U.S. 396
    , 410
    (2009))). 20
    In this case, Ekagra made no effort to explain what risks Census ignored in its
    analysis the Court summarized above. Assuming FAR 15.404-1(g) applies to this
    procurement, that provision explains:
    The greatest risks associated with unbalanced pricing occur
    when — (i) Startup work, mobilization, first articles, or first
    article testing are separate line items; (ii) Base quantities and
    option quantities are separate line items; or (iii) The evaluated
    price is the aggregate of estimated quantities to be ordered
    under separate line items of an indefinite-delivery contract.
    FAR 15.404-1(g)(1). Ekagra does not address why any of those risks exist here, nor does
    Ekagra even suggest any other, presumably more minor risks Census should have
    considered. Indeed, the Court cannot even guess what risks Ekagra has in mind, given
    that Call Order 0001 is a firm fixed price contract. AR 1121 (RFQ § L.7.1.2).
    In general, “to prevail on an allegation of unbalanced pricing, a protester must first
    show that one or more line item prices are significantly overstated since the risk in a line
    item price being overstated is that the Government will not receive the benefit of its
    bargain because other line items (for example, option quantities) will not be purchased.”
    AECOM Mgmt. Servs., Inc., B-417506.12, 2019 CPD ¶ 342, 
    2019 WL 5207000
    , at *19 (Comp.
    Gen. Sept. 18, 2019) (concluding that “the protester has not explained — and it is not
    20 Cf. IAP Worldwide Servs., Inc. v. United States, 
    159 Fed. Cl. 265
    , 318 (2022) (“[T]he [agency’s]
    failure here to perform the correct analysis or to reach a reasonable conclusion — at least given
    the administrative record as it currently stands — constitutes prejudicial error.”); IAP Worldwide
    Servs., Inc. v. United States, 
    160 Fed. Cl. 57
    , 87–88 (2022) (discussing “APA prejudice rules,” and
    explaining that “[i]n Mid Continent Nail Corp. v. United States, [
    846 F.3d 1364
    , 1384–85 (Fed. Cir.
    2017),] the Federal Circuit held that an agency’s ‘failure to comply with the APA was not a mere
    technical defect,’ reasoning that although ‘[t]here [wa]s considerable uncertainty as to the effect
    of this failure,’ the mere fact that it ‘could well have affected the result’ of the agency’s challenged
    determination was sufficient to constitute prejudice” (alterations in original)). In this case, as
    explained below, Ekagra has not persuaded the Court that, even if this Court were to instruct
    Census to conduct a new unbalanced pricing analysis, the result of the procurement has any
    likelihood of changing.
    31
    apparent to us — how it may have been prejudiced by the agency’s alleged failure to
    perform an unbalanced pricing analysis as between the fixed-price elements and cost-
    reimbursable elements”). Put differently, “the principal risk associated with accepting
    an unbalanced price proposal is that the government will not obtain the benefit of its
    bargain because it will purchase some line items but not others.” Id.; see also The Green
    Tech. Grp., LLC, B-417368, 2019 CPD ¶ 219, 
    2019 WL 2635435
    , at *4 (Comp. Gen. June 14,
    2019) (denying protest where “the protester has not challenged the accuracy of the
    solicitation’s quantity or hour estimates, or asserted that the contract price would have to
    be adjusted for some other reason” and, thus, “on these facts, we see no reason to
    conclude that [the awardee’s] CLIN pricing will result in [the government’s] facing
    payment of a contract price above and beyond the fixed price quoted”). Moreover,
    “[w]hile both understated and overstated prices are relevant to the question of whether
    unbalanced pricing exists, the primary risk to be assessed in an unbalanced pricing
    context is the risk posed by overstated prices.” AECOM Mgmt. Servs., Inc., 
    2019 WL 5207000
    , at *19.
    The Court further agrees — in line with other decisions of this Court and the GAO
    — that there is little risk from unbalanced pricing in firm fixed price contracts. See Munilla
    Constr. Mgmt., LLC v. United States, 
    130 Fed. Cl. 635
    , 652 (2017) (“[I]n the context of a firm
    fixed-price contract, the risk to the government of unbalanced prices does not hinge upon
    whether specific line items are overpriced or underpriced within a single performance
    period. Instead, the risk depends upon whether there is ‘front loading’: unbalanced
    pricing between the initial years and subsequent option years.” (footnote omitted)). That
    is because, “[w]ith a firm fixed-price contract like the present one, the price ‘is not subject
    to any adjustment on the basis of the contractor’s cost experience,’ so that the contractor
    bears ‘maximum risk and full responsibility for all costs and resulting profit or loss.’” 
    Id.
    at 652 n.11 (quoting FAR 16.202-1). 21
    Here, the Census evaluation teams did not register any concern regarding “front
    loading” in Call Order 0001. Moreover, Census concluded that Paradyme’s quote did not
    pose any pricing or technical performance risks. AR 2264–65 (Contracting Officer Best
    Value Determination) (“Paradyme provided an adequate solution that . . . had a few
    strengths, with no weaknesses or risks overall compared to the other three vendors . . . .
    [B]ased on the evaluation of the quotes submitted . . . Paradyme would provide the
    highest likelihood of success[.]”); see CrowderGulf, LLC, et al., B-418693, 2022 CPD ¶ 90,
    21 See also First Enter. v. United States, 
    61 Fed. Cl. 109
    , 125 (2004) (“Because this protest involves a
    fixed-price contract — not, for example, a cost reimbursement or indefinite delivery/indefinite
    quantity contract — [the contractor] would be unable to alter the contract price after award and,
    therefore, unable to recoup losses from the government.” (footnote omitted)); CrowderGulf, LLC,
    et al., B-418693, 2022 CPD ¶ 90, 
    2022 WL 1135061
    , at *9 (Comp. Gen. Mar. 25, 2022) (“[L]ow prices
    (even below-cost prices) are not improper and do not themselves establish (or create the risk
    inherent in) unbalanced pricing.”).
    32
    
    2022 WL 1135061
    , at *12 (Comp. Gen. Mar. 25, 2022) (“[W]e see no basis to conclude that
    the agency should have evaluated understated line-item prices for performance risk and
    deny this ground of protest.”).
    In addition, while Census expressly recognized that Paradyme’s Call Order 0002
    price was higher than Ekagra’s quote for Call Order 0002, the contracting officer
    rationally concluded that Paradyme’s quote represented the best value because “Ekagra’s
    technical quote has significant weaknesses and high risks” and “was technically
    unacceptable.” AR 2265. In contrast, “Paradyme’s technical quote had no weaknesses or
    risks and would meet the Government’s requirements, thus justifying the increase in
    cost” of approximately $1.267 million for Call Order 0002. AR 2265. Accordingly, the
    contracting officer fully appreciated Paradyme’s higher cost for Call Order 0002 but
    nevertheless preferred Paradyme. Relatedly, the contracting officer was not misled by
    Paradyme’s much lower (fixed) price for Call Order 0001; even within Call Order 0001,
    the contracting officer reasonably concluded that Paradyme adequately explained its
    technical approach to achieve its lower price. AR 2264 (summarizing Paradyme’s
    approach and finding that “[t]his approach led to Paradyme’s significantly reduced cost
    . . . . [and] meets the Government’s requirements, while providing a significant cost
    savings for Call Order 0001.”).
    In sum, Ekagra’s unbalanced pricing argument fails even if FAR 15.404-1(g)
    applies because Census considered and addressed Paradyme’s pricing and neither
    Ekagra nor the administrative record itself22 suggests any risks that the contracting officer
    failed to consider and that might have impacted the contract award decision.
    D. Ekagra Fails to Demonstrate Prejudice on the Merits for Count One and
    Count Two, Even Assuming Ekagra Had Standing to Pursue those Counts
    Even if Ekagra had alleged sufficient facts in its complaint to establish standing for
    Counts One and Two — and even assuming Ekagra could prove the government erred
    as generally alleged in those counts — they nevertheless flounder on the rocky shoals of
    prejudice. Indeed, Ekagra does not prove that USCB’s putative errors prejudiced Ekagra.
    Take Count One. Ekagra argues in its MJAR that, had Census correctly evaluated
    past performance, Ekagra would have received an additional strength. Pl. MJAR at 20.
    22 Judge Meyers’ decision regarding unbalanced pricing in IAP World Services is distinguishable
    because, there, “the Government’s argument ignore[d] that the [agency] itself understood” that
    at least part of the contract did “not operate as a firm fixed-price contract” and “[t]hus, within
    each period of performance, there could certainly be a risk associated with unbalanced pricing —
    i.e., some tasks being overpriced while others are underpriced.” 152 Fed. Cl. at 407 (emphasis
    added). In this case, no such risks are apparent from the record before the Court involving the
    firm fixed price call order at issue.
    33
    Ekagra makes literally zero effort to show how the additional strength might translate to
    a different best value decision. Count Two — challenging a single weakness assigned to
    Ekagra’s technical proposal — is similarly defective. See Pl. MJAR at 20–21. Even if the
    Court assumes Census erred in assigning Ekagra a weakness for its personnel retention
    strategy, Ekagra does not demonstrate why receiving “one less weakness,” id., would at
    all undermine the validity of the best value decision Ekagra challenges.
    There is no evidence that additional strengths or the removal of a weakness could
    somehow counterbalance the finding that Ekagra’s quote was technically unacceptable
    and, indeed, Ekagra makes no effort to argue otherwise. Although the Court need not
    say more to dispose of Counts One and Count Two, the Court nevertheless notes that the
    administrative record conclusively shows that even a slew of strengths cannot overcome
    significant weaknesses. In that regard, Census rejected [ * * * ]’s and [ * * * ]’s respective
    quotes — both of which had more strengths than either Paradyme or Ekagra — as
    technically unacceptable. AR 2231–39. Thus, total strength count was not dispositive of
    whether Census found an offer technically acceptable. Ekagra’s technical unacceptability
    resulted from its significant weaknesses rather than a dearth of strengths. 23
    ****
    In sum, the pathway to victory for Ekagra here was limited. Ekagra had to
    demonstrate either (1) that Census erred in finding Ekagra’s quote technically
    unacceptable; or (2) that Paradyme’s quote should have been disqualified. Having done
    neither, Ekagra’s challenge to this procurement fails.
    V.     CONCLUSION
    For the above reasons, the Court DENIES Plaintiff’s motion for judgment on the
    administrative record and GRANTS Defendant’s and Defendant-Intervenor’s respective
    motions for judgment on the administrative record. Accordingly, the Clerk of the Court
    is directed to enter JUDGMENT for Defendant and Defendant-Intervenor, terminating
    this case.
    IT IS SO ORDERED.
    s/ Matthew H. Solomson
    Matthew H. Solomson
    Judge
    23See Def.-Int. Rep. at 12 (“The [USCB’s] determination that Ekagra was technically unacceptable
    was premised entirely on the three Significant Weaknesses in its technical proposal. Ekagra has
    not even challenged one of its three Significant Weaknesses[.]” (administrative record citations
    omitted)); Tr. 9:3–4 (Ekagra conceding that it “was technically unacceptable because of the
    weaknesses”).
    34
    

Document Info

Docket Number: 22-1038

Judges: Matthew H. Solomson

Filed Date: 12/21/2022

Precedential Status: Precedential

Modified Date: 12/21/2022

Authorities (25)

Kentron Hawaii, Ltd. v. Warner , 480 F.2d 1166 ( 1973 )

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

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

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

Blue & Gold Fleet, LP v. United States , 492 F.3d 1308 ( 2007 )

Banknote Corp. of America, Inc. v. United States , 365 F.3d 1345 ( 2004 )

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

Statistica, Inc. v. Warren G. Christopher, Secretary of ... , 102 F.3d 1577 ( 1996 )

Andersen Consulting v. The United States, and Computer ... , 959 F.2d 929 ( 1992 )

Ramcor Services Group, Inc. v. United States , 185 F.3d 1286 ( 1999 )

Myers Investigative and Security Services, Inc. v. United ... , 275 F.3d 1366 ( 2002 )

Advanced Data Concepts, Incorporated v. United States , 216 F.3d 1054 ( 2000 )

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

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

Shinseki, Secretary of Veterans Affairs v. Sanders , 129 S. Ct. 1696 ( 2009 )

E.L. Hamm & Associates, Inc. v. Gordon R. England, ... , 379 F.3d 1334 ( 2004 )

Colorado Interstate Gas Co. v. Federal Power Commission , 65 S. Ct. 829 ( 1945 )

FW/PBS, Inc. v. City of Dallas , 110 S. Ct. 596 ( 1990 )

Lujan v. Defenders of Wildlife , 112 S. Ct. 2130 ( 1992 )

Allen v. Wright , 104 S. Ct. 3315 ( 1984 )

View All Authorities »