Kgjj Engineering Solutions, LLC v. United States ( 2022 )


Menu:
  •       In the United States Court of Federal Claims
    No. 22-372
    (Filed: July 29, 2022)
    (Re-Filed: August 10, 2022)1
    **************************
    KGJJ ENGINEERING SOLUTIONS, LLC,
    Bid protest; post-
    Plaintiff,                 award bid protest;
    experience; affiliates;
    v.                                                     key personnel; safety;
    past    performance;
    THE UNITED STATES,                                     relevancy; Blue &
    Gold; injunction
    Defendant,
    and
    BERING GLOBAL SOLUTIONS, LLC,
    Intervenor.
    **************************
    Adam K. Lasky, Seattle, WA, for plaintiff, KGJJ Engineering
    Solutions, LLC, with whom were Edward V. Arnold, Bret C. Marfut, and
    Ryan C. Gilchrist, of counsel.
    Mikki Cottet, Senior Trial Counsel, United States Department of
    Justice, Civil Division, with whom were Brian M. Boynton, Principal
    Deputy Assistant Attorney General, Patricia M. McCarthy, Director, and
    Deborah A. Bynum, Assistant Director, for defendant. Andrew Campos,
    Department of the Navy, of counsel.
    1
    This opinion was originally issued under seal in order to afford the parties
    an opportunity to propose redactions of the protected material. We have
    redacted information necessary to safeguard the competitive process.
    Redactions are indicated by brackets.
    Kenneth A. Martin, McLean, VA, for intervenor, Bering Global
    Solutions, LLC, with whom was William K. Walker, of counsel.
    OPINION
    This is a post-award bid protest of the United States Department of
    the Navy’s (“agency’s”) decision to award a fixed-price and indefinite-
    delivery, indefinite-quantity contract for facility support services to Bering
    Global Solutions, LLC (“BGS” or “intervenor”).                Plaintiff, KGJJ
    Engineering Solutions, LLC (“KGJJ” or “protestor”), argues that the agency
    2
    failed to follow the solicitation’s terms in numerous respects and engaged in
    unequal and arbitrary evaluations of proposals. It seeks a permanent
    injunction against the agency’s decision. The matter is now fully briefed on
    cross-motions for judgment on the administrative record (“MJARs”). Oral
    argument was held on July 22, 2022, at the conclusion of which we
    announced our decision to sustain the protest for the reasons set out below.
    BACKGROUND
    On July 30, 2021, the agency issued a Request for Proposals (“RFP”
    or “solicitation”) for a firm-fixed price and indefinite-delivery, indefinite-
    quantity contract for facility support services at two facilities: the Marine
    Corps Air Ground Combat Center and a Naval Hospital, both located in
    Twentynine Palms, CA. The facility support services were for eight types of
    work: Facility Investment, Custodial, Pest Control, Integrated Solid Waste
    Management, Grounds Maintenance and Landscaping, Pavement Clearance,
    Water, and Environmental. The contract was to be an 8(a) small business
    set-aside. The contract period is for twelve months, with seven twelve-month
    options and one six-month option period. Proposals were due September 22,
    2021. The solicitation was amended eleven times.3
    2
    “KGJJ is an 8(a) joint venture formed under the U.S. Small Business
    Administration’s Mentor-Protégé program between King & George, LLC
    [‘King & George’] (protégé member) and J&J Maintenance, Inc., d/b/a J&J
    Worldwide Services [‘J&J’] (mentor member).” Pl.’s MJAR at 2.
    3
    References to the solicitation are to the tenth amended solicitation.
    2
    I.     Evaluation Scheme
    Proposals were to be evaluated based on six factors: Price,
    Experience, Technical Approach, Management Approach, Safety, and Past
    Performance.4 All non-price factors combined were equal in importance to
    price. Past Performance was equal in importance to all other non-price
    factors combined. Each non-price factor would be rated adjectively. The
    non-price factors, aside from Past Performance, would be rated as
    Outstanding, Good, Acceptable, Marginal, or Unacceptable.5              Past
    Performance would be rated as Substantial Confidence, Satisfactory
    Confidence, Neutral Confidence, Limited Confidence, or No Confidence.
    Past Performance’s importance to this solicitation, according to the agency,
    “require[d] a greater level of discrimination within the past performance
    evaluation,” necessitating its more detailed rating scale. AR 526. Ratings
    would be determined “through an assessment of the strengths, weaknesses,
    significant weaknesses, deficiencies, and risk of a proposal.” AR 523. A
    deficiency was a “material failure of a proposal to meet a Government
    requirement or a combination of significant weaknesses in a proposal that
    increases the risk of unsuccessful contract performance to an unacceptable
    level.” Id. at 524.
    Experience was to be evaluated based on an offeror’s “demonstrated
    experience and depth of experience in performing relevant projects” and the
    recency of those projects. AR 528. Offerors could receive higher ratings in
    Experience if their projects met certain criteria (“bonus criteria”). For
    example, offerors could receive higher ratings if they demonstrated work
    experience in Facilities Investment, Custodial, or Water as a prime contractor
    in relevant projects.6 Id. at 528–29 (listing the criteria that could result in
    higher Experience ratings for offerors).
    4
    The evaluation criteria of Technical Approach and Management Approach
    are not at issue.
    5
    If an offeror’s proposal received an Unacceptable rating in a factor, it was
    considered “unawardable.” AR 524.
    6
    Facilities Investment, Custodial, and Water represented a large portion of
    the expected work under this contract, according to the Independent
    Government Estimate.
    3
    Offerors were to submit a minimum of two prior projects and a
    maximum of four projects for the agency to evaluate. Notably, the RFP
    stated that “[t]he Government will not consider any project submitted for
    experience that was performed by a firm other than the Offeror.” AR 517.
    The RFP also contained an exception to that limitation, allowing the
    government to:
    [C]onsider otherwise relevant projects performed by parent or
    subsidiary companies, predecessor companies, or satellite
    offices (i.e. any office(s) of the Offeror other than the one
    submitting the current proposal) of the Offeror, provided the
    Offeror’s proposal clearly explains how the offered experience
    will be effectively utilized in the performance of the solicited
    contract.7
    Id. Offerors were to submit their prior project experience using a standard
    form (“Exhibit B”). This form, however, allowed the offeror to check an
    additional box for the experience of “Key Personnel.” While the RFP itself
    did not offer “key personnel” as an additional exception and Exhibit B
    referred back to the RFP for evaluation information, the agency’s responses
    to Requests for Information (“RFIs”) indicate that projects performed by key
    personnel under Exhibit B of the Experience factor would be considered.8
    7
    The RFP also contained an exception for joint ventures and first-tier small
    business subcontractors, which are not relevant to our discussion of the
    protest.
    8
    When asked whether offerors could submit projects of key personnel under
    Experience, the agency responded, “Per FAR 15.305(a)(2)(iii), ‘The
    evaluation should take into account past performance information regarding
    predecessor companies, key personnel who have relevant experience, or
    subcontractors that will perform major or critical aspects of the requirement
    when such information is relevant to the instant acquisition.’” AR 417.
    Although the FAR paragraph cited pertains to past performance, the fact that
    the agency quoted it in response to a question about Experience informs us
    that the agency intended it to apply to Experience as well. Further, when an
    offeror asked about the process of submitting key personnel experience, the
    agency answered the question rather than saying that key personnel
    experience was not permitted. AR 497.
    4
    For Safety, the agency sought “to determine that the Offeror has
    consistently demonstrated a commitment to safety.” AR 531. Safety would
    be evaluated based on “[t]he Days Away from Work, Restricted Duty, or Job
    Transfer (DART) Rate; and Total Case Rate (TCR) for [Calendar Years 2016
    – 2020], as well as a safety narrative.”9 AR 520. The rates would be
    evaluated for their risk levels (i.e., Very High Risk, High Risk, Moderate
    Risk, Low Risk, Very Low Risk), and the agency would “determine if the
    Offeror . . . has demonstrated a history of safe work practices.” AR 531. The
    RFP stated that, for both rates, “[d]eclining trends that push the risk levels
    from Moderate Risk (MR) or higher to Low Risk (LR) or Very Low Risk
    (VLR) would indicate a strength.” Id. at 531–32.
    Finally, Past Performance would be evaluated based on three
    elements: recency, relevancy, and quality. Relevancy would be evaluated
    based on the similarity of the scope, magnitude, and complexity of the
    submitted projects to the work that would be performed under the
    solicitation. Relevancy would also receive its own rating: Very Relevant,
    Relevant, Somewhat Relevant, or Not Relevant. This focus on relevancy
    was necessary, according to the RFP, because “[t]his source selection
    requires a greater level of discrimination within the past performance
    evaluation.” AR 526. Quality was not separately evaluated, instead being
    rolled into the final Confidence rating. Contractor Performance Assessment
    Reporting System (“CPARS”) evaluations or Past Performance
    Questionnaires (“PPQs”) were, however, required for each submitted project,
    and they indicated performance evaluations for these prior projects. The
    offeror was to submit the same projects for Past Performance as it did for
    Experience.
    II.    Evaluations and Award
    Nine offerors submitted proposals. All of the offers initially were
    deemed unacceptable, after which the agency held discussions with all of the
    offerors. The offerors then submitted proposal revisions on December 28,
    9
    For the DART rate, the solicitation states, “DART cases include injuries or
    illnesses resulting in death, days away from work, and/or restricted work or
    transfer to another job days beyond the day of injury/illness.” AR 520. For
    the TCR, the solicitation states, “TCR cases include injuries or illnesses
    resulting in death, days away from work, restricted work or transfer to
    another job days beyond the day of injury/illness, medical treatment beyond
    first aid, or loss of consciousness.” Id. at 521.
    5
    2021, and then final proposal revisions on February 8, 2022. The Source
    Selection Evaluation Board (“SSEB”) then analyzed each offeror’s proposal.
    Under Experience, KGJJ and BGS both received an Outstanding. The
    following chart contains the SSEB’s findings concerning KGJJ’s bonus
    criteria. The horizontal axis reflects the projects offerors submitted, while
    the vertical axis reflects the bonus criteria the agency was evaluating for each
    project:
    Project 1            Project 2              Project 3             Project 4
    [*****]              [*****]                 [*****]               [*****]
    RATED HIGHER
    Paragraph (ii)(a): Offeror
    demonstrated experience as a          [*****]                [*****]              [*****]                [*****]
    prime contractor in both
    1502000 – Facilities Investment
    and 1503010 – Custodial on two
    (2) or more relevant projects.
    Paragraph (ii)(b): Offeror
    demonstrated experience as a
    prime contractor for The Joint        [*****]                [*****]              [*****]                [*****]
    Commission (TJC) and/or its
    equivalent under 1503010 –
    Custodial on one (1) or more
    relevant projects.
    Paragraph (ii)(c): Offeror
    demonstrated experience as a
    prime contractor for 1606000 –
    [*****]                [*****]              [*****]                [*****]
    Water (operations, maintenance,
    and repair) on one (1) relevant
    project.
    Paragraph (ii)(d): Offeror
    submitted two (2) or more
    relevant projects as a prime          [*****]                [*****]              [*****]                [*****]
    contractor where they self-
    performed at least 65% of the
    work (as defined by dollar
    value).
    Paragraph (ii)(e): Offeror
    submitted two (2) or more
    relevant projects as a prime          [*****]                [*****]              [*****]                [*****]
    contractor with a period of
    performance of one (1) full year
    with a funded value of $8
    million or more.
    RATED LOWER
    Paragraph (ii)(o): Offeror
    failed to properly complete           [*****]                [*****]              [*****]                [*****]
    Exhibit B.
    AR 3782. The following chart contains the SSEB’s findings on BGS:
    6
    Project 1                Project 2           Project 3          Project 4
    [*****]                  [*****]             [*****]            [*****]
    RATED HIGHER
    Paragraph (ii)(a): Offeror
    demonstrated experience as a          [*****]               [*****]                  [*****]              [*****]
    prime contractor in both
    1502000 – Facilities
    Investment and 1503010 –
    Custodial on two (2) or more
    relevant projects.
    Paragraph (ii)(b): Offeror
    demonstrated experience as a
    [*****]
    prime contractor for The Joint        [*****]               [*****]                                       [*****]
    Commission (TJC) and/or its
    equivalent under 1503010 –
    Custodial on one (1) or more
    relevant projects.
    Paragraph (ii)(c): Offeror
    demonstrated experience as a
    prime contractor for 1606000 –
    [*****]               [*****]                                       [*****]
    [*****]
    Water (operations,
    maintenance, and repair) on
    one (1) relevant project.
    Paragraph (ii)(d): Offeror
    submitted two (2) or more
    [*****]
    relevant projects as a prime          [*****]               [*****]                                      [*****]
    contractor where they self-
    performed at least 65% of the
    work (as defined by dollar
    value).
    Paragraph (ii)(e): Offeror
    submitted two (2) or more
    [*****]
    relevant projects as a prime          [*****]                                                            [*****]
    contractor with a period of                                 [*****]
    performance of one (1) full
    year with a funded value of $8
    million or more.
    RATED LOWER
    Paragraph (ii)(o): Offeror
    failed to properly complete           [*****]               [*****]               [*****]                [*****]
    Exhibit B.
    AR 3768. Overall, KGJJ’s four submitted projects met more of the bonus
    criteria than did [*****], mainly in areas concerning the most relevant work.
    BGS’s submitted projects were not performed by itself but by three of
    its sister companies.10 Work by sister companies was not included within the
    10
    The three sister companies were [*****]. The common parent of BGS and
    its sister companies was Bering Straits Native Corporation (“BSNC”).
    7
    exceptions permitted in the RFP for experience. In Exhibit B to its proposal
    with respect to Factor 1, Experience, BGS identified key personnel, [*****],
    as providing BGS’s experience.11 Mr. [*****] is “[*****].” AR 3517. Mr.
    [*****] is [*****] of BGS and [*****] of the three sister companies, where
    BGS claims that he was “ultimately responsible” for the three sister
    companies’ contract performance and would be for this contract as well. AR
    3517. Mr. [*****] is [*****] of BGS and its sister companies, where he
    “manag[ed] the Phase-In Process, perform[ed] quality assurance,
    coordinat[ed] corporate resources, and support[ed] the Program Manager in
    contract execution” during the sister companies’ contracts and would do so
    for BGS under the contract at issue. Id. Notably, Mr. [*****] and Mr.
    [*****] were not listed as key personnel in BGS’s organizational chart,
    which it had to submit in response to questions related to Factor 2, Technical
    Approach. AR 3538. Further, when BGS identified its key personnel by
    name and discussed their qualifications, Mr. [*****] and Mr. [*****] were
    neither identified nor discussed. See AR at 3545–3548.
    Under Safety, both BGS and KGJJ received Acceptable ratings.
    Neither received any strengths for this aspect of their proposals. Both BGS
    and KGJJ consistently had relatively low risk levels for their rates. The
    following chart reflects BGS’s safety rating information:
    Safety Data Submitted for Factor 4
    Reference    Criteria                              Proposal Data                     Analysis
    DART per year                     Risk level
    Paragraph                                               2016              [*****]   N/A
    OSHA Days Away from work, job              2017               [*****]   Very Low Risk
    (i)(a)
    transfer, or Restriction Rate
    (DART)
    2018               [*****]   Very Low Risk
    2019               [*****]   Low Risk
    2020               [*****]   Low Risk
    TCR per year                      Risk level
    Paragraph   Total Case Rate (TCR)                       2016              [*****]   N/A
    (i)(b)                                               2017               [*****]   Very Low Risk
    2018               [*****]   Very Low Risk
    2019               [*****]   Very Low Risk
    2020               [*****]   Very Low Risk
    11
    BGS also identified other BSNC personnel and departments that would be
    supporting this project.
    8
    AR 3863. The following charts reflect KGJJ’s safety rating information.
    The first chart contains the rates of the protégé member, King & George:
    Safety Data Submitted for Factor 4
    Reference     Criteria                              Proposal Data                     Analysis
    DART per year                     Risk level
    Paragraph                                               2016               [*****]   Very Low Risk
    OSHA Days Away from work, job              2017               [*****]   Very Low Risk
    (i)(a)
    transfer, or Restriction Rate
    (DART)
    2018               [*****]   Very Low Risk
    2019               [*****]   Low Risk
    2020               [*****]   Very Low Risk
    TCR per year                      Risk level
    Paragraph    Total Case Rate (TCR)                      2016               [*****]   Very Low Risk
    (i)(b)                                                2017               [*****]   Very Low Risk
    2018               [*****]   Very Low Risk
    2019               [*****]   Very Low Risk
    2020               [*****]   Very Low Risk
    AR 3873. The second chart contains the rates of the mentor member, J&J:
    Safety Data Submitted for Factor 4
    Reference     Criteria                              Proposal Data                     Analysis
    DART per year                     Risk level
    Paragraph                                                2016              [*****]   Very Low Risk
    OSHA Days Away from work, job               2017              [*****]   Very Low Risk
    (i)(a)
    transfer, or Restriction Rate
    (DART)
    2018              [*****]   Low Risk
    2019              [*****]   Very Low Risk
    2020              [*****]   Very Low Risk
    TCR per year                      Risk level
    Paragraph    Total Case Rate (TCR)                       2016              [*****]   Very Low Risk
    (i)(b)                                                 2017              [*****]   Very Low Risk
    2018              [*****]   Very Low Risk
    2019              [*****]   Very Low Risk
    2020              [*****]   Very Low Risk
    Id.
    Under Past Performance, BGS and KGJJ, along with all other
    offerors, save one, received Substantial Confidence ratings. The SSEB’s
    reasoning for its ratings was repeated essentially verbatim for all offerors
    receiving a Substantial Confidence rating:
    [The projects] reviewed by the Government demonstrated a
    pattern of successful completion of tasks; a pattern of
    deliverables that are timely and of good quality; a pattern of
    cooperativeness and teamwork with the Government at all
    levels; and the recency of tasks performed are similar to the
    work requirements in the solicitation.
    9
    AR 2874. As plaintiff points out, this conclusion was reached despite the
    fact that the agency evaluated the relevancy of projects and found varying
    levels of relevance under Experience.
    All offerors’ submitted projects were found to be either Very Relevant
    or Not Relevant. In total, 21 projects were rated as Very Relevant. The only
    explanation given by the SSEB for its relevance ratings was repeated
    verbatim for each offeror: “[T]asks performed are similar to work
    requirements in the solicitation.” E.g., AR 2570 (emphasis supplied).
    Further, although quality was not separately rated, CPARS evaluations and
    PPQs for the offerors’ projects indicated varying levels of satisfaction with
    the offerors’ respective performances.
    Overall, the SSEB rated BGS’s offer as having the best value to the
    government. It received the top technical ranking, and its price was third
    lowest.12 KGJJ, on the other hand, had the second-highest overall ranking.
    It had the third-highest technical ranking and fourth-lowest price.13 The
    SSEB found BGS’s proposal to be worth the relatively modest price premium
    and recommended award to BGS. The Source Selection Authority agreed
    with the SSEB’s evaluation and awarded the contract to BGS.
    On March 31, 2022, KGJJ protested the agency’s award decision. The
    government filed the administrative record, and the parties submitted their
    cross-motions for judgment on the administrative record. The motions are
    fully briefed, and oral argument was held on July 22, 2022. After argument,
    we granted the protestor’s motion and denied the government’s and
    intervenor’s motions. Judgment was deferred pending this opinion.
    DISCUSSION
    We review bid protests in accordance with the standards laid out in the
    Administrative Procedure Act. Advanced Data Concepts, Inc. v. United States,
    
    216 F.3d 1054
    , 1057 (Fed. Cir. 2000) (citing 
    28 U.S.C. § 1491
    (b)(1) (1996)).
    Unless the agency’s actions were “arbitrary, capricious, an abuse of
    discretion, or otherwise not in accordance with law,” we will not interfere
    12
    The lowest price came from an offeror whose proposal was unacceptable.
    The second-lowest price was 0.64% lower than BGS’s price.
    13
    KGJJ’s price was 0.39% higher than BGS’s.
    10
    with them. 
    5 U.S.C. § 706
    (2)(A) (2018). Moreover, an agency’s error is not
    enough by itself to merit relief; that error must also be prejudicial to the
    protestor. Office Design Grp. v. United States, 
    951 F.3d 1366
    , 1373 (Fed.
    Cir. 2020) (citing Glenn Def. Marine (ASIA), PTE Ltd. v. United States, 
    720 F.3d 901
    , 907 (Fed. Cir. 2013)). “To establish prejudicial error, a protestor
    must show that but for that error, the protestor had a substantial chance of
    receiving a contract award.” 
    Id.
     at 1373–74 (citing Alfa Laval Separation,
    Inc. v. United States 
    175 F.3d 1365
    , 1367 (Fed. Cir. 1999)).
    KGJJ presents multiple grounds of protest. First, it argues that the
    agency, contrary to the terms of the solicitation, accepted the experience of
    BGS’s sister companies under the first factor, Experience. KGJJ also attacks
    the agency’s evaluation of the Safety factor. KGJJ contends that the agency
    did not evaluate its safety narrative for strengths and essentially evaluated all
    offers on a pass/fail basis, contrary to the terms of the solicitation. The
    protestor also argues that the agency did not evaluate its DART rate and TCR
    reasonably or in accordance with the solicitation’s terms.
    KGJJ next turns its focus to the agency’s evaluation of Past
    Performance. KGJJ contends that the agency unreasonably, and in violation
    of the terms of the solicitation, assigned all offerors’ relevant projects ratings
    of “Very Relevant.”        KGJJ also argues that the agency unreasonably
    assigned offerors a “Substantial Confidence” rating for Past Performance
    despite varying quality of offerors’ prior performance. Finally, KGJJ argues
    that the agency did not adequately document its best value decision and
    rationale, instead relying solely on adjectival ratings. KGJJ seeks to enjoin
    the award to BGS. We agree with plaintiff’s arguments concerning the
    agency’s evaluation of the Experience and Past Performance factors. We
    also find arbitrary the agency’s evaluation of risk levels under Factor 4,
    Safety, but we are unpersuaded that it prejudiced the protestor. We take each
    of plaintiff’s arguments in turn.
    I.     Experience
    KGJJ’s first argument is that the agency should not have credited BGS
    with its sister companies’ experience, as the solicitation specifically limited
    consideration to prior work of the offeror itself. Although there were
    11
    exceptions, none permitted the consideration of projects performed by sister
    or affiliate companies, according to KGJJ.14
    The government and BGS argue that the solicitation should be read to
    permit consideration of work done by “affiliate companies” and the
    experience of key personnel shared by the offeror and other companies.
    Thus, the agency did nothing wrong in considering the experience of
    intervenor’s sister companies, per the government. We agree with the
    protestor.
    A. Affiliate Company Experience
    The government and BGS offer multiple reasons why projects
    performed by affiliates were properly accepted under the Experience factor.
    First, they both argue that reliance on the work of affiliate companies was
    not explicitly precluded by the solicitation and that, in the absence of such an
    explicit exclusion, prior decisions suggest affiliate company experience can
    be considered. They also point to the fact that information about affiliate
    companies had to be submitted under the Price and Past Performance factors.
    The government also argues that, because BGS’s sister companies had
    teaming agreements with BGS for this project, the solicitation should be read
    to permit consideration of their experience. Finally, both parties argue that
    there was a patent ambiguity in the solicitation, and KGJJ should have
    brought a pre-award protest to challenge the solicitation’s terms.15 KGJJ
    responds that none of the government’s or intervenor’s arguments can be
    squared with the terms of the solicitation. We agree with KGJJ.
    14
    The parties are in general agreement that affiliate companies would include
    sister companies.
    15
    BGS also presents separate arguments on the issue. It argues that the
    exception for subsidiaries referred to the parent company’s subsidiaries, not
    the offeror’s. It further contends that not allowing affiliate company
    experience is unduly restrictive of competition. We are unconvinced by
    these arguments. The solicitation contains no indication that “subsidiary”
    meant subsidiaries of the parent of the offeror. Further, if a term was unduly
    restrictive of competition, BGS was required to protest that term before
    proposals were due. Blue & Gold Fleet, L.P. v. United States, 
    492 F.3d 1308
    ,
    1313 (Fed. Cir. 2007).
    12
    The government and intervenor are correct that, in general, an agency
    is free to consider the experience of an offeror’s parent, subsidiary, or
    affiliated companies unless there is an express exclusion in the solicitation.
    Femme Comp Inc., v. United States, 
    83 Fed. Cl. 704
    , 746 (2008) (quoting
    Hot Shot Express, Inc., B-290482, 2002 C.P.D. ¶ 139, 
    2002 WL 1831022
    (Aug. 2, 2002).
    Here, however, the solicitation begins with an express exclusion of
    experience from any entity other than the offeror: “The Government will not
    consider any project submitted for experience that was performed by a firm
    other than the Offeror.” AR 517. There are exceptions allowed—first-tier
    small business subcontractors, joint ventures, parent companies, subsidiary
    companies, predecessor companies, or satellite offices of the offeror—but
    there is no exception for work done by affiliate or sister companies. 
    Id.
     at
    516–17. The solicitation did not need to go further to explicitly single out
    affiliate company experience for exclusion.
    It is not inconsistent that offerors were required by the Price and Past
    Performance factors to submit certain information from affiliates if those
    affiliates would be working on the project or supporting the offeror during
    the project. This information included the affiliates’ DUNS Number and
    CAGE Code.16 This is because, under the Past Performance factor, the
    solicitation stated that the agency reserved the right to review affiliate past
    performance information using the DUNS Numbers and CAGE Codes
    provided under the Price factor. Requiring information to evaluate affiliates’
    past performance is routine but it does not thereby expand what constitutes
    qualifying experience under Factor 1.
    The government’s assertion that BGS’s sister companies were
    members of BGS’s “team” and therefore were properly considered for
    supporting the offeror’s experience is incorrect. Although affiliates
    supporting the offeror’s performance were referred to as “Team Members”
    in the Price and Past Performance factors, the Definitions subsection of the
    solicitation describes Experience as “[p]ertain[ing] to work performed by an
    Offeror and Offeror’s Team.” AR 524. That section in turn specifically
    defines “Offeror’s Team” as the offeror and its “first-tier small business
    subcontractor(s) only.” 
    Id.
     (emphasis added). Nowhere in the solicitation
    16
    The DUNS Number and CAGE Code allow the government to identify
    vendors and review their performance information.
    13
    does it state that an affiliate’s experience will be considered, either by itself
    or as a member of the offeror’s team.
    Lastly, the government’s and BGS’s argument that KGJJ waived the
    right to challenge the agency’s inclusion of BGS’s affiliates’ experience fails
    for two reasons. First, there was no patent ambiguity. KGJJ’s reading of the
    limitations of the solicitation are correct. In addition, however, KGJJ was
    under no obligation to anticipate, much less know about the agency’s
    convoluted justification for including BGS’s other experience
    B. Key Personnel
    The government also argues that BGS properly submitted and the
    agency properly credited the experience of its shared key personnel for the
    Experience factor. It contends that the option to check the key personnel
    “box” on Exhibit B created an additional exception, allowing offerors to
    submit contracts on which the offeror’s key personnel had worked.17 Indeed,
    BGS, in filling out Exhibit B, listed the experience of Mssrs. [*****] and
    [*****], individuals it characterized as key personnel because of their work
    as executives of the parent company of both BGS and its sister entities.
    KGJJ responds that the inclusion of a box labeled “Key Personnel” on
    Exhibit B could not create a separate exception given the explicit limiting
    language of the solicitation itself and the reference back to that language in
    Exhibit B. It is unnecessary for us to resolve the question,18 however,
    because, as KGJJ points out, BGS played fast and loose with its use of the
    term “Key Personnel.” Offerors were required in the Technical Approach
    and Management Approach Factors to explicitly identify their key personnel,
    and BGS did not list Mr. [*****] or Mr. [*****]. The solicitation offers
    examples of key personnel as project managers, on-site supervisors, quality
    control managers, site safety and health officer, and environmental/energy
    manager, and offerors could add others. High level executives like Mssrs.
    [*****] hold very different positions, and, in any event, BGS did not include
    17
    The government also argues that the presence of this box means the
    exceptions in the solicitation are illustrative, not exhaustive. Given the
    explicit limitations in the solicitation, this argument is unconvincing.
    18
    Although inconsistent with the language of the solicitation, the RFIs in the
    administrative record show that the agency meant to include the box and
    intended offerors to use key personnel experience if they wished.
    14
    them in its management chart, which clearly indicates which personnel were
    “key.”     Under Technical Approach, an offeror had to submit an
    organizational chart that identified its key personnel. BGS’s organizational
    chart had Mr. [*****] and Mr. [*****] on it, but it did not list them as key
    personnel, a term of art in procurement. When it identified its key personnel
    by name later and expounded upon their qualifications, Mr. [*****] and Mr.
    [*****] were again not included. BGS did not consider them key personnel
    and neither do we.
    The agency should not have considered the experience of BGS’s sister
    companies or that of Mr. [*****] or Mr. [*****]. Because the only
    experience BGS submitted was that of its sister companies, it did not meet
    the minimum number of necessary projects and should have been excluded
    from the competition.
    C. Prejudice
    Excluding BGS from award consideration would have given KGJJ a
    substantial chance of receiving the award. KGJJ was rated the second overall
    offeror, behind BGS. It had the third-highest technical ranking and fourth-
    lowest price (only .39% higher than BGS’s price). KGJJ, therefore, would
    have a substantial chance for award after BGS’s exclusion.
    II.    The Safety Factor
    KGJJ also makes the independent argument that the agency erred in
    its evaluation of the safety factor by only assigning strengths if an offeror’s
    DART Rate and Total Case Rate risk levels decreased during the relevant
    time period. The agency promised to evaluate the rates for whether the
    offeror had a “demonstrated a commitment to safety.” AR 531. Only
    assigning strengths for decreases in those risk levels, as opposed to crediting
    offerors such as KGJJ with a strength for consistently maintaining low risk
    levels during the entire relevant period, is inconsistent with the advertised
    focus on safety. BGS and the government respond that the agency was acting
    consistently with the solicitation, which only promised a strength in the event
    an offeror showed decreasing risk levels.
    We are sympathetic with plaintiff’s argument. It seems irrational to
    limit award of a strength to entities which had poor but decreasing risk levels
    when others were consistently in the lowest risk category, and KGJJ is
    correct that the solicitation does not bind the agency’s hands in that respect.
    15
    In the final analysis, however, we are not convinced that KGJJ can show
    prejudice. KGJJ is not the only offeror with low risk ratings. Other offerors,
    including BGS, also consistently had low risk levels. KGJJ has not shown
    how a proper Safety evaluation would lead to KGJJ having a substantial
    chance at receiving award. In any event, we need not resolve the issue, as
    other problems with the solicitation exist.
    III.   Past Performance
    Lastly, KGJJ argues that the agency made errors in its Past
    Performance evaluation. First, it argues that the agency unreasonably
    assigned Very Relevant ratings to all submitted projects, even if they were
    merely “relevant” by the agency’s standard. Next, it argues that the agency
    then compounded the error by unreasonably assigning a Substantial
    Confidence rating to each offeror despite varying levels of quality of
    performance in the offerors’ submitted projects. We take these arguments in
    turn.
    A. Very Relevant Ratings
    KGJJ presents three arguments as to why the agency erroneously
    assigned a Very Relevant rating to all merely “relevant” projects. First, it
    points out that the SSEB’s evaluation mistakenly characterized all offerors’
    submitted projects as Very Relevant when they were merely “similar to the
    work requirements in the solicitation.” E.g., AR 3892. This was the agency’s
    own requirement to achieve a Relevant rating, not Very Relevant, which
    required that the work had to be “essentially the same” as the contracted
    work. AR 526. KGJJ then argues that it was particularly irrational to find
    that that every project deserved the same rating when, in evaluating the
    Experience factor, the agency had found that the submitted projects, common
    to both factors, displayed widely varying levels of relevance. Third, KGJJ
    contends that the agency did not consider a project’s magnitude or
    complexity during relevance determinations.
    The government and intervenor urge us not to dive into what they
    characterize as the minutiae of the evaluation process because of the great
    deference we owe the agency in evaluating an offeror’s past performance.
    And the government adds that application of the wrong definition was
    harmless error, as it affected every offeror. There are limits to deference,
    however, and we draw the line at irrationality. Mortg. Contracting Servs.,
    LLC v. United States, 
    153 Fed. Cl. 89
    , 129 (2021).
    16
    Despite the much-touted importance the agency claimed to place on
    distinguishing degrees of relevant past performance, there is no indication
    that the agency actually evaluated or distinguished the relevancy of projects.
    The only assessment of relevance, repeated verbatim in each offeror’s
    evaluation, was that the work performed “was similar to the work
    requirements in the solicitation.” E.g., AR 3892. There was no mention of
    complexity or magnitude. While BGS argues that the agency already
    considered magnitude and complexity under Experience, BGS does not point
    to how the agency applied those findings when evaluating the relevancy of
    specific projects.19
    Further, the ratings for the projects under relevancy are inconsistent
    with the relevancy findings under Experience. Relevancy under both factors
    was evaluated for the same qualities: scope, complexity, and magnitude.20
    The Experience evaluation showed that not all of the projects the offerors
    submitted met all of the Experience bonus criteria. Projects offered by BGS
    and other offerors, for example, did not meet certain bonus criteria for the
    most relevant types of work performed. Yet, despite these differences in
    relevancy findings under Factor 1, all projects deemed relevant were rated as
    Very Relevant under Factor 5. Although the findings in Experience were
    based on bonus criteria, they show that there were differentiators in relevancy
    among projects. The agency made no attempt to reconcile these differences
    or explain how projects with very different relevancy treatment under Factor
    1 nevertheless all lead to a collective “Very Relevant” rating under Factor 5.
    While agencies do have a large amount of deference in making past
    performance determinations, that deference is not unlimited. The agency
    specifically said that for this contract, relevancy was important enough to
    necessitate its own rating scale so that the agency could accurately
    differentiate between offerors. While the projects could have all been Very
    19
    As plaintiff mentions, the Experience bonus criteria showed differences in
    projects’ magnitude. Further, although intervenor argues that the assignment
    of strengths and weaknesses under Experience showed the agency considered
    magnitude, scope, and complexity of projects, plaintiff argues, and we agree,
    that the strengths and weaknesses considered offerors’ projects collectively,
    while projects had to be evaluated for relevance individually under Past
    Performance.
    20
    “Magnitude” was referred to as “Size” under Experience. AR 527.
    17
    Relevant, the evaluation does not reflect how the agency came to that
    conclusion. There is no indication that the agency truly evaluated relevancy,
    and the discrepancies between relevancy under Experience and relevancy
    under Past Performance are jarring and unexplained. Therefore, we find that
    the agency acted unreasonably in its evaluation of relevancy in Past
    Performance.
    B. Quality and Past Performance Rating
    KGJJ then argues that the agency unreasonably evaluated Past
    Performance overall. It contends that the agency irrationally assigned a
    Substantial Confidence rating to all offerors despite varying levels of quality
    in their submitted projects. Again, both the government and BGS merely
    caution that we should not delve into the minutiae of the Past Performance
    evaluations. We agree with the protestor.
    The agency did not properly evaluate Past Performance. The
    solicitation stated, along with relevance, that the evaluation of Past
    Performance necessitated a rating scale that would allow for discrimination
    between offerors. Once again, as with relevance, this importance was cast
    aside during evaluation. The agency gave every offeror, save one, a
    Substantial Confidence rating despite varying levels of quality of
    performance on past projects. For example, BGS and other offerors received
    satisfactory ratings in some projects, while other offerors received only Very
    Good or Exceptional ratings. Perhaps all offerors did deserve Substantial
    Confidence ratings, and the quality ratings could be offset by other
    considerations. The administrative record, however, shows no effort from
    the agency to wrestle with these differences, nor does it show how the agency
    concluded that every offeror was entitled to the same rating. The agency
    merely repeated the same justification essentially verbatim for all offerors,
    despite the fact that, according to the solicitation, Past Performance was the
    most important non-price factor, indeed prompting adoption of tailored
    rating systems to substantively differentiate offerors. Yet, the agency treated
    the factor in a cursory manner and therefore acted unreasonably.
    C. Prejudice
    If the agency had evaluated Past Performance reasonably, there is a
    substantial chance KGJJ would have received award. KGJJ was rated the
    second-highest overall offeror, and Past Performance, as the most important
    non-price factor, could greatly affect the outcome of the solicitation. KGJJ’s
    18
    projects met several bonus criteria for relevance under Experience, making
    it likely that those projects would retain high relevancy scores under Past
    Performance. Further, it received exclusively Very Good and Exceptional
    ratings for its projects. A proper evaluation of Past Performance might have
    resulted in other offerors being downgraded due to decreases in relevance
    ratings or quality considerations, allowing KGJJ to receive the award.
    IV.    Injunctive Relief
    The court must consider four factors before granting injunctive relief:
    “(1) [W]hether, as it must, the plaintiff has succeeded on the
    merits of the case; (2) whether the plaintiff will suffer
    irreparable harm if the court withholds injunctive relief; (3)
    whether the balance of hardships to the respective parties
    favors the grant of injunctive relief; and (4) whether it is in the
    public interest to grant injunctive relief.”
    PGBA, LLC v. United States, 
    389 F.3d 1219
    , 1228–29 (Fed. Cir. 2004)
    (citing Amoco Prod. Co. v. Vill. of Gambell, Alaska, U.S. 531, 546 n.12
    (1987)). KGJJ argues that all factors favor granting permanent injunction.
    We agree. As discussed above, KGJJ succeeded on the merits. We,
    therefore, consider the rest of the factors.21
    For the second factor, KGJJ argues that it would suffer irreparable
    harm if it could not fairly compete for this contract. It contends that the loss
    of potential revenue and profits from being unable to fairly compete for this
    procurement is an irreparable harm and that bid preparation costs are not an
    adequate remedy for this harm. The government and BGS do not argue
    otherwise. We agree with the protestor. Although the contract’s revenue and
    profits themselves are remote, given that award to the protestor is not
    assured, the loss of opportunity to compete is sufficient harm to support an
    injunction.
    For the third factor, KGJJ contends that the balance of hardship
    between the parties also favors injunctive relief. It argues that most of the
    work within the scope of this contract is currently being performed by other
    21
    Neither the government nor BGS dispute KGJJ’s arguments concerning
    the rest of the factors.
    19
    contractors through contracts that will not expire until 2023 or 2024.22 The
    government does not suggest that it would suffer any independent harm if a
    permanent injunction was entered, and so we agree with plaintiff. The
    government indicated in our initial status conference that it would stay
    contract performance insofar as it related to this protest until August 31,
    2022. The balance of hardships clearly favors plaintiff.
    Finally, for the fourth factor, KGJJ argues that it is in the public
    interest to grant injunctive relief. Correct application of procurement laws,
    according to KGJJ, would benefit the public interest. We agree. The public
    has an obvious interest in fair and lawful procurements. The public interest
    favors an injunction.
    CONCLUSION
    The agency acted unreasonably in awarding the contract to BGS. The
    awardee should not have been considered due to its inclusion of affiliate
    projects under the Experience factor. Further, the agency unreasonably
    evaluated Past Performance and project relevancy, and it did not properly
    document its conclusions. The four factors weigh in favor of granting
    injunctive relief. Plaintiff’s motion for judgment on the administrative
    record is thus granted, and defendant’s and intervenor’s cross-motions are
    denied. Accordingly, the following is ordered:
    1. The agency is hereby enjoined from proceeding with performance
    of the contract awarded to the intervenor.23
    2. Assuming the agency moves forward with the solicitation, it will
    do so consistently with the terms of this opinion.
    3. The Clerk of Court is direct to enter judgment for plaintiff.
    4. Costs to plaintiff.
    22
    Part of the work has been transferred to BGS, according to plaintiff, who
    argues that a bridge contract would be sufficient if an injunction were to be
    entered. The government makes no argument otherwise.
    23
    The sealed opinion contained an error in the injunction. This public
    opinion has been edited to correct the error. See ECF No. 49.
    20
    s/Eric G. Bruggink
    ERIC G. BRUGGINK
    Senior Judge
    21