Systems Implementers, Inc. v. United States ( 2022 )


Menu:
  •             In the United States Court of Federal Claims
    No. 22-648
    Filed: November 15, 2022 †
    ***(SEALED)***
    SYSTEMS IMPLEMENTERS, INC.,
    Plaintiff,
    v.
    THE UNITED STATES,
    Defendant,
    and
    OM GROUP, INC.,
    Intervenor-Defendant.
    David S. Black and Gregory R. Hallmark, with Amy L. Fuentes and Danielle R. Rich, Holland &
    Knight LLP, Tysons, Virginia, for Plaintiff.
    P. Davis Oliver, Senior Trial Counsel, with Douglas K. Mickle, Assistant Director, Patricia M.
    McCarthy, Director, Commercial Litigation Branch, Brian M. Boynton, Principal Deputy
    Assistant Attorney General, Civil Division, U.S. Department of Justice, Washington, D.C.,
    Major Alissa J. K. Schrider, Acting Chief, Field Support Branch and Heidi Fischer, Attorney-
    Advisor, Acquisition & Fiscal Law Division, U.S. Air Force, for Defendant.
    Eric A. Valle, with Matthew E. Feinberg, Katherine B. Burrows, and Jacqueline K. Unger,
    PilieroMazza PLLC, Washington, D.C., for Intervenor-Defendant.
    MEMORANDUM OPINION AND ORDER
    TAPP, Judge.
    †
    This Order was originally filed under seal on October 28, 2022, (ECF No. 48). The Court
    provided parties the opportunity to review this Opinion for any proprietary, confidential, or other
    protected information and submit proposed redactions. The proposed redactions were filed on
    November 14, 2022, (ECF No. 50) and are accepted by the Court. Thus, the sealed and public
    versions of this Opinion differ only to the extent of those redactions, the publication date, and
    this footnote.
    This bid protest considers whether the United States Air Force (“Air Force”) erred when
    it awarded OM Group, Inc. (“OM Group”) an information technologies support services contract
    at Hill Air Force Base, Utah. Systems Implementers, Inc. (“Systems Implementers”), a
    disappointed offeror, challenges the United States on two core issues. First, whether the Air
    Force improperly awarded the other offerors, OM Group and Transcend Technological Systems,
    Inc. (“Transcend”), strengths for corporate experience with management of a data center,
    technologies, and cyber risk management. Second, whether the Air Force failed to comply with
    the Solicitation’s evaluation criteria regarding onboarding and technology capabilities. Systems
    Implementers requests declaratory relief providing that the Agency’s award lacks a rational basis
    and is otherwise unreasonable, arbitrary and capricious, and contrary to applicable law and
    regulation. Lastly, Systems Implementers seeks a permanent injunction requiring (1) the Air
    Force to reevaluate proposals, (2) OM Group to stop performance, and (3) termination of the
    award to OM Group. The Court finds that the Air Force’s determination fell squarely within the
    zone of reasonable decisions in reviewing and deciding awards based on a best-value tradeoff. In
    this case, the Air Force’s best-value determination did not lack a rational basis.
    Accordingly, the Court denies Systems Implementers’ Motion for Judgment on the
    Administrative Record, (Pl.’s MJAR, ECF No. 40), and grants the United States’ and OM
    Group’s Cross-Motions for Judgment on the Administrative Record. (Def.’s xMJAR, ECF No.
    43; Int.-Def.’s xMJAR, ECF No. 42).
    I.    Background
    The procurement at issue involves information technology engineering, design, security,
    and support services for the Hill Enterprise Data Center (“HEDC”) at Hill Air Force Base in
    Utah. (Administrative Record “AR” 364, ECF Nos. 30–39). 1 The Solicitation, 2 issued on January
    23, 2020, called for “Sustainment, Modernization, and Consolidation” of the HEDC and sixteen
    other “Portable Operating Data Centers” in the HEDC network. (AR 359, 364). That network
    hosts over 2,000 physical and virtual servers for over 250 applications. (AR 364). The
    Solicitation’s Performance Work Statement (“PWS”) defined the scope of work:
    The scope of this contract is to provide engineering, continual architecture
    design and sustainment, application onboarding, operations support, and
    program/project management services to continue HEDC Lifecycle support
    and evolve the HEDC’s current application hosting Platform-as-a-Service
    (PaaS), Software-as-a-Service (SaaS), traditional and cloud native
    application onboarding, architecture design, engineering modernization, and
    quality and configuration management in both the classified and unclassified
    enclaves.
    (Id.).
    1
    The Administrative Record, (ECF Nos. 31–39), is consecutively paginated, thus the Court will
    cite to the record using “(AR __).”
    2
    Request for Proposal No. FA8201-20-R-0005.
    2
    The Solicitation stated the Air Force would make a single award based on a best-value
    tradeoff. (AR 459–60). The Solicitation further explained that the Air Force would evaluate the
    value of proposals based on its “integrated assessment” of two factors: Technical and Price. (AR
    460). The Solicitation stated that Factor 1, the Technical evaluation, would consist of five
    subfactors of approximately equal importance. (Id.). Factor 1 would involve both a Technical
    Rating and a Technical Risk Rating, also of equal importance. (Id.). The Technical Rating
    considered strengths and deficiencies of proposals, while the Technical Risk Rating included
    only consideration of whether a flaw in the proposal either “increases” or “appreciably
    increases” the risk of unsuccessful performance. (Id. (see definitions of “Weakness” and
    “Significant Weakness”)). These ratings were applied to each of the five Technical subfactors:
    (1) Scenario 1 – Onboarding and Technology Capabilities; (2) Scenario 2 – Program and
    Configuration Management; (3) Corporate Experience; (4) Transition Plan; and (5)
    Cybersecurity. (Id.).
    The Air Force assigned Subfactors 1–3 Technical Ratings ranging from “Unacceptable”
    to “Outstanding” based on the “quality of the offeror’s technical solution” to the Air Force’s
    requirement:
    (AR 461). Those first three Subfactors were also assigned Technical Risk Ratings ranging from
    “Unacceptable” to “Low” risk:
    3
    (AR 461–62). Subfactors 4 and 5 were assigned either “Acceptable” or “Unacceptable”
    Technical Ratings and Technical Risk Ratings based on whether the proposal met the
    requirements of the Solicitation:
    (AR 462). The evaluation of the Technical Factor and its five subfactors was “significantly more
    important than price.” (AR 460).
    The first two Subfactors presented hypothetical scenarios; proposals would be evaluated
    based “on the degree to which the offeror demonstrates a comprehensive and in-depth approach
    to the scenario requirements[.]” (AR 462–63). For example, Subfactor 1 required offerors to
    onboard a software application called “SystemX” to the data center. (AR 454). The Solicitation
    stated the Agency would evaluate the offerors’ approaches to providing a solution overview, a
    project plan summary, a project schedule, a bill of materials summary, and a risk management
    summary. (AR 463). As mentioned above, the offerors’ approaches to the two hypothetical
    scenarios in Subfactors 1 and 2 were assigned a Technical Rating from “Unacceptable” to
    “Outstanding.” (AR 461).
    Subfactor 3—“Corporate Experience”—focused on “the degree to which the offeror’s
    examples of corporate experience within the last five years demonstrates depth and breadth of
    experience” in five areas: (1) Management of a Data Center; (2) Onboarding of Legacy
    Applications; (3) Technologies used; (4) Risk Management; and (5) Cybersecurity. (AR 464).
    The Air Force initially awarded the contract to Transcend in June 2020. (AR 6070–79).
    Systems Implementers and OM Group protested at the Government Accountability Office
    (“GAO”). (AR 12673). In response, the Air Force took corrective action which included
    terminating the award, reevaluating proposals, and making a new source selection decision. (Id.).
    While the Air Force was doing so, Systems Implementers filed a second GAO protest
    challenging the adequacy of discussions and the Air Force’s limitations on proposal revisions.
    (AR 12673–74). The GAO dismissed the second protest as premature. (AR 12674).
    4
    The Air Force reevaluated each offeror’s proposals on each of the five Technical
    subfactors. For Subfactor 1, involving the first hypothetical scenario, Systems Implementers,
    OM Group, and Transcend all received Acceptable/Low Risk ratings. (AR 9906–07). Systems
    Implementers received no strengths and one weakness, which the Air Force concluded was
    “minor.” (AR 9843). OM Group received no strengths and two weaknesses, which the Air Force
    also concluded were “minor.” (AR 9798). Transcend received no strengths or weaknesses. (AR
    9863–64). The Air Force noted that each of these three offerors reached similar end states and
    there was “little overall differentiation between offerors for the technical rating[,]” despite
    Systems Implementers’ more detailed approach. (AR 9909 (noting that Systems Implementers’
    more detailed approach was itself “not more advantageous to the Government” because each
    offeror met the end state requirement)).
    For Subfactor 2, encompassing the second hypothetical scenario, Systems Implementers
    received an Acceptable/Low Risk rating while OM Group and Transcend both received the
    higher Good/Low Risk ratings. (AR 9910). The Air Force identified two strengths and no
    weaknesses for OM Group and Transcend. (Id.). The Air Force determined that Systems
    Implementers’ proposal for Subfactor 2 presented no strengths or weaknesses. (Id.).
    For Subfactor 3, Systems Implementers, OM Group, and Transcend all earned Good/Low
    Risk ratings. (AR 9913–14). Systems Implementers demonstrated two strengths for
    “Management of a Data Center” and “Onboarding Legacy Applications.” (AR 9846–47). The
    Air Force awarded OM Group three strengths for “Management of a Data Center,”
    “Technologies,” and “Cyber Risk Management.” (AR 9802–03). Transcend received strengths in
    “Technologies” and “Cyber Risk Management.” (AR 9868–69). The Air Force concluded that
    the strengths of OM Group’s and Transcend’s proposals provided a greater overall benefit than
    Systems Implementers’ proposal with respect to Subfactor 3. (AR 9919).
    For Subfactors 4 and 5, Systems Implementers, OM Group, and Transcend each received
    “Acceptable” ratings, and the Air Force concluded there was no differentiation between the three
    proposals on either subfactor. (AR 9920–21). The Air Force summarized its Subfactor Technical
    Ratings in the following chart:
    (AR 9921). The Agency also noted that all offerors’ price proposals were complete, reasonable,
    and balanced:
    5
    (AR 9923).
    Following the reevaluation of proposals, the Air Force Contracting Officer (“CO”)
    determined that OM Group’s proposal offered the best overall value and awarded it the contract.
    (AR 12674). Although the CO found Systems Implementers’ proposal “awardable, affordable
    and executable[,]” it was ultimately more expensive and not as highly rated as the proposals from
    OM Group or Transcend. (Id.). Thus, the CO determined that System Implementers’ proposal
    was not in the best interests of the Air Force. (Id.).
    The Air Force’s Source Selection Authority determined that OM Group’s proposal
    offered the best value to the government based on OM Group’s relative technical strengths and
    low relative price. (AR 9926, 9946). The Air Force concluded that OM Group’s “strength and
    experience in applied research and development and investment in and use of innovative
    technologies and federated methodologies, including automation to expedite cloud migration . . .
    represents greater value to the Government and warrants paying the nominal price difference”
    between OM Group’s proposal and Transcend’s proposal. (AR 9949).
    After the Air Force notified Systems Implementers of the planned award to OM Group,
    Systems Implementers launched a size protest before the Small Business Administration. (AR
    10400–11238). That protest failed, and the Air Force formally awarded the contract to OM
    Group on February 8, 2022. (AR 11240, 9969). Systems Implementers renewed its protest of the
    award before the GAO but was denied on June 1, 2022. (AR 12669–99). The parties have filed
    cross-motions for judgment on the administrative record. This matter is now fully briefed and
    ripe for a decision on the merits.
    II.   Analysis
    Systems Implementers challenges the United States on two main grounds. First, Systems
    Implementers argues that the Air Force conducted flawed evaluations of the other offerors, OM
    Group and Transcend, under Subfactor 3. (Pl.’s MJAR at 19–34). Within this argument, Systems
    Implementers contends that (1) OM Group improperly received a strength for “Management of a
    Data Center,” (2) OM Group and Transcend improperly received strengths for cloud migration
    “Technologies,” and (3) OM Group improperly received a strength for “Cyber Risk
    Management.” (Id.). Second, Systems Implementers argues that the Agency failed to comply
    with the Solicitation’s evaluation criteria under Subfactor 1. (Id. at 34–38).
    Where parties move for judgment on the administrative record, RCFC 52.1 provides a
    procedure for parties to seek the equivalent of an expedited trial on a “paper record, allowing
    fact-finding by the trial court.” Bannum, Inc. v. United States, 
    404 F.3d 1346
    , 1356 (Fed. Cir.
    2005). Unlike summary judgment standards, genuine issues of material fact do not preclude
    6
    judgment on the administrative record. 
    Id.
     at 1355–56. Questions of fact are resolved by
    reference to the administrative record. 
    Id. at 1356
    .
    When presented with a challenge to a procurement award, “[t]he task of the reviewing
    court is to apply the appropriate [Administrative Procedure Act] standard of review, 
    5 U.S.C. § 706
    , to the agency decision based on the record the agency presents to the reviewing court.” Fla.
    Power & Light Co. v. Lorion, 
    470 U.S. 729
    , 743–44 (1985); 
    28 U.S.C. § 1491
    (b)(4) (citing 
    5 U.S.C. § 706
     (the “APA”)). Under the APA standard, “[i]n a bid protest case, the inquiry is
    whether the agency’s action was arbitrary, capricious, an abuse of discretion, or otherwise not in
    accordance with law and, if so, whether the error is prejudicial.” Glenn Def. Marine (ASIA), PTE
    Ltd. v. United States, 
    720 F.3d 901
    , 907 (Fed. Cir. 2013). Thus, judicial review of agency action
    under the APA proceeds on two tracks: (1) the Court might find that the agency’s decision
    lacked either a rational basis or support from the administrative record or was arbitrary and
    capricious; and/or (2) the Court could find the agency’s procurement procedure involved a
    regulatory or statutory violation. Weeks Marine, Inc. v. United States, 
    575 F.3d 1352
    , 1358 (Fed.
    Cir. 2009). When the agency’s conduct fails under this standard of review, the Court must then
    decide if the “bid protester was prejudiced by that conduct.” Bannum, Inc., 
    404 F.3d at 1351
    . The
    protester can establish prejudice by showing “that there was a ‘substantial chance’ it would have
    received the contract award but for the [agency’s] errors.” 
    Id. at 1353
    .
    To determine whether an agency decision was arbitrary or capricious, the Court should
    not substitute its own judgment for that of the agency, but should determine whether it was
    “legally permissible, reasonable, and supported by the facts.” UnitedHealth Mil. & Veterans
    Servs., LLC v. United States, 
    132 Fed. Cl. 529
    , 551 (2017). The Court’s standard of review “is
    highly deferential.” Advanced Data Concepts, Inc. v. United States, 
    216 F.3d 1054
    , 1058 (Fed.
    Cir. 2000). “If the court finds a reasonable basis for the agency’s action, the court should stay its
    hand even though it might, as an original proposition, have reached a different conclusion as to
    the proper administration and application of the procurement regulations.” Weeks Marine, Inc.,
    575 F.3d at 1371 (quoting Honeywell, Inc. v. United States, 
    870 F.2d 644
    , 648 (Fed. Cir. 1989)).
    “Procurement officials have substantial discretion to determine which proposal represents
    the best value for the government.” E.W. Bliss Co. v. United States, 
    77 F.3d 445
    , 449 (Fed. Cir.
    1996). This is particularly true regarding “the minutiae of the procurement process[.]” 
    Id.
    (“matters [such] as technical ratings . . . involve discretionary determinations of procurement
    officials that a court will not second guess.”); see also Widnall v. B3H Corp., 
    75 F.3d 1577
    , 1580
    (Fed. Cir. 1996) (the Court’s role in reviewing a best value determination is to assess whether
    “an agency’s procurement decision is grounded in reason” and complied with applicable
    procurement laws and regulations). However, if “the agency ‘entirely fail[s] to consider an
    important aspect of the problem [or] offer[s] an explanation for its decision that runs counter to
    the evidence before the agency,’” then the decision lacks a rational basis and is “arbitrary and
    capricious.” Ala. Aircraft Indus., Inc.-Birmingham v. United States, 
    586 F.3d 1372
    , 1375 (Fed.
    Cir. 2009) (quoting Motor Vehicle Mfrs. Ass’n v. State Farm Mut. Auto. Ins. Co., 
    463 U.S. 29
    , 43
    (1983)).
    The Court is bound to the administrative record and “will not put words in an agency’s
    mouth or invent supporting rationales the agency has not itself articulated . . . .” ENGlobal Gov’t
    Servs., Inc. v. United States, 
    159 Fed. Cl. 744
    , 764 (2022) (quoting IAP Worldwide Servs., 159
    
    7 Fed. Cl. 265
    , 286 (2022)). The Court must be cautious of post hoc rationale or “any rationale that
    departs from the rationale provided at the time the procuring agency made its decision.” Sys.
    Stud. & Simulation, Inc. v. United States, 
    152 Fed. Cl. 20
    , 32 (2020) (quoting Raytheon Co. v.
    United States, 
    121 Fed. Cl. 135
    , 158 (2015)), aff’d 
    809 F.3d 590
     (Fed. Cir. 2015).
    A. The Air Force’s evaluation of OM Group’s and Transcend’s proposals under
    Subfactor 3 was not flawed.
    Systems Implementers argues that the Air Force engaged in a flawed evaluation of its
    competitors’ proposals under Subfactor 3. (Pl.’s MJAR at 19–34). Importantly, the Agency
    identified Subfactor 3 as the key distinguishing factor in the award decision to OM Group. (AR
    9948 (“Subfactor 3 is what provides the differentiation in value to the Government.”)). In
    response, Systems Implementers raises three issues related to the Air Force’s evaluation criteria
    for Subfactor 3. First, Systems Implementers argues that the Solicitation sought experience in
    physical data center management, but the Agency evaluated proposals based on cloud-related
    experience. (Pl.’s MJAR at 20). Second, Systems Implementers argues OM Group and
    Transcend received strengths for “technologies” that support cloud services not listed in the
    Solicitation under Subfactor 3. (Id. at 27). Third, Systems Implementers maintains that OM
    Group improperly received a strength for its cyber risk management when it failed to
    demonstrate experience with cybersecurity. (Id. at 31). The Court addresses each issue in turn.
    i. The Air Force properly awarded a strength to OM Group for its experience
    with “Management of a Data Center.”
    Systems Implementers argues that OM Group should not have received a strength for its
    experience with “Management of a Data Center.” (Pl.’s MJAR at 20). Specifically, Systems
    Implementers contends that the Air Force violated the terms of the Solicitation because OM
    Group’s strength was based on managing a cloud environment, but such experience “[does] not
    involve a ‘data center’ at all” when data centers definitionally require a physical space. (Id.).
    Systems Implementers concludes that the Agency violated the express terms of the Solicitation
    when it awarded a strength to OM Group. (Id.).
    The United States counters that the Air Force complied with the stated evaluation criteria
    because cloud migration necessarily involves a physical data center. (Def.’s xMJAR at 16). The
    United States also argues that governmental agencies are transitioning toward cloud services
    because they provide “more efficient infrastructure” and the Solicitation’s terms reflected this
    effort to modernize. (Id.). The United States argues that Systems Implementers’
    contemporaneous understanding, when paired with the congruent understanding among its
    competitors, demonstrates that Systems Implementers believed cloud migration applied to data
    center management experience for Subfactor 3. (Id. at 18–19 (citing AR 9846, 8239–41, 9802,
    9867). For its part, OM Group notes that the Solicitation “did not define what experience would
    qualify as ‘Management of a Data Center.’” (Int.-Def.’s xMJAR at 21). Instead, OM Group
    argues, the Solicitation made clear that evaluation of corporate experience under Subfactor 3
    would be tied to PWS requirements. (Id. at 22). Those requirements, OM Group maintains,
    “clearly encompass cloud migration and management of a cloud environment such that
    experience in those areas is intrinsic to the type of management experience” the Air Force would
    8
    evaluate. (Id.). Both the United States’ and OM Group’s arguments are persuasive while Systems
    Implementers’ is not.
    The Air Force is required to evaluate all offers according to the terms and conditions of
    the Solicitation. See FAR 15.305(a) (“An agency shall evaluate competitive proposals and then
    assess their relative qualities solely on the factors and subfactors specified in the solicitation.”).
    As stated above, Subfactor 3 set forth its evaluation criteria as assessing the breadth and depth of
    each offeror’s corporate experience with “Management of a Data Center.” (AR 464). This
    experience was comprised of two subfactors: (a) “[t]ier of data center (Uptime Institute Data
    Center Site Infrastructure Tier Standard) minimum acceptability for this subfactor is Tier 1” and
    (b) “[m]ulti-tenancy characteristics of application and infrastructure[.]” (Id.).
    Systems Implementers primarily relies on Office of Management and Budget
    Memorandum M-16-19 (“OMB memo”) that is “referenced” in the Solicitation, to support its
    argument that a data center must have a physical component. 3 (Pl.’s MJAR at 4, 20–22). Systems
    Implementers argues the OMB memo defines tiered data centers under Uptime Institutes’
    classification system which expressly excludes cloud services. (Id. at 21–22). It emphasizes that
    “the data center must have a physical space with supporting physical infrastructure, such as a
    power supply, cooling system, and backup generator.” (Id. at 22 (citing Uptime Institute’s
    website)). Under this definition “private sector-provided cloud services” are explicitly distinct
    from data centers. (Id.). 4 Systems Implementers asserts that “tier of data center” under Subfactor
    3 “is the exact same classification system announced in the Solicitation” and therefore
    experience with cloud migration is necessarily excluded from management of a data center. (Id.).
    Systems Implementers’ argument is unconvincing.
    As an initial matter, the OMB memo itself stipulated that the distinction it draws between
    a tiered data center and private sector-provided cloud services is specifically “for the purposes of
    this memorandum . . . .” (AR 12637 (emphasis added)). This plainly contravenes Systems
    Implementers’ argument that the OMB memo clarifies the term “tiered data center” for purposes
    3
    Office of Management and Budget, Data Center Optimization Initiative, Memorandum M-16-
    19 (Aug. 1, 2016) (“OMB Memo M-16-19”) (available at
    https://datacenters.cio.gov/assets/files/m_16_19.pdf).
    4
    OMB Memorandum M-16-19 states:
    Data centers shall be categorized into two groups: tiered data centers and non-tiered
    data centers. Tiered data centers are defined as those that utilize each of the
    following: 1) a separate physical space for IT infrastructure; 2) an uninterruptible
    power supply; 3) a dedicated cooling system or zone; and 4) a backup power
    generator for prolonged power outages. All other data centers shall be considered
    non-tiered data centers. Private sector-provided cloud services are not considered
    data centers for the purposes of this memorandum, but must continue to be included
    in agencies’ quarterly inventory data submissions to OMB.
    (Pl.’s MJAR at 15) (emphasis removed).
    9
    of the Solicitation. Furthermore, despite Systems Implementers’ reliance on the OMB memo,
    there is no clear incorporation of its definitions in the Solicitation. (See generally AR 364–365).
    Where a protest involves the interpretation of the terms of a solicitation, it presents a question of
    law. Banknote Corp. of Am., Inc. v. United States, 
    365 F.3d 1345
    , 1353 (Fed. Cir. 2004), aff’d 
    56 Fed. Cl. 377
     (2003). As with matters of contract interpretation, the Court must give the text of
    the solicitation its plain and ordinary meaning. 
    Id.
     It “must interpret [the solicitation] as a whole”
    and in a manner that gives reasonable effect “to all parts and avoids conflict or surplusage of its
    provisions.” Gardiner, Kamya & Assocs., P.C. v. Jackson, 
    467 F.3d 1348
    , 1353 (Fed. Cir. 2006)
    (internal quotation marks and citation omitted). The Court analyzes the terms of the solicitation
    by applying the principles governing contract interpretation. Grumman Data Sys. Corp. v.
    Dalton, 
    88 F.3d 990
    , 997–98 (Fed Cir. 1996) (principles governing contract interpretation apply
    “with equal force” in interpreting solicitations).
    Incorporation by reference integrates material from other documents into a “host
    document” by clearly citing that material so they effectively become part of the host document.
    CSI Aviation, Inc. v. Dep’t of Homeland Sec., 
    31 F.4th 1349
    , 1355 (Fed. Cir. 2022) (internal
    citations omitted); Linc Gov’t Servs., LLC v. United States, 
    96 Fed. Cl. 672
    , 708 (2010)
    (applying well-established principles of contract interpretation to interpretation of government
    solicitations), abrogated on other grounds by Safeguard Base Operations, LLC v. United States,
    
    989 F.3d 1326
    , 1342 (Fed. Cir. 2021). The Federal Circuit held that although there are no “magic
    words” of reference or incorporation, parties should still adopt clear language to indicate
    incorporation, such as “is hereby incorporated by reference” or “is hereby incorporated as though
    fully set forth herein.” Northrop Grumman Info. Tech., Inc. v. United States, 
    535 F.3d 1339
    ,
    1346 (Fed Cir. 2008) (determining other identifying information, including “title, date, parties to,
    and section headings of any document to be incorporated” should be present in contract); see
    also Callaway Golf Co. v. Acuschnet Co., 
    576 F.3d 1331
    , 1346 (Fed. Cir. 2009) (a “mere
    reference to another [document] is not an incorporation of anything therein.” (internal citation
    omitted)).
    Here, no clear language of incorporation was used. The OMB memo is not referenced or
    otherwise identified in the evaluation criteria section for Subfactor 3. Instead, it was mentioned
    only once in the PWS’s Scope of Work which stated, “The Data Center Optimization Initiative
    (DCOI) established in OMB Memorandum M-16-19 supersedes the [Federal Data Center
    Consolidation Initiative] and fulfills the data center requirements of the Federal Information
    Technology Acquisition Reform Act (FITARA).” (AR 365). The PWS further provides that the
    DCOI requires agencies to develop and report data center strategies, “[t]ransition to more
    efficient infrastructure, such as cloud services and inter-agency shared services[,]” utilize
    technological advancements to improve efficiency, and provide quality services for the public.
    (Id.). Thus, the plain language of the PWS contradicts Systems Implementers’ argument. It
    frames the memo as advocating for modernization of cloud services, rather than excluding cloud
    migration from data centers. As OM Group convincingly asserts, the PWS advocates for
    modernization and cloud migration. (Int.-Def.’s xMAR at 22).
    Further, the Solicitation describes the HEDC as “comprised of world-class data centers
    managed by the 75 ABW/SC hosting over 2000 physical and virtual servers servicing 250+
    applications.” (AR 364). This language regarding physical and virtual servers does not preclude
    cloud services as Systems Implementers asserts. Rather, it merely indicates there is a physical
    10
    aspect to a data center. This point is not contested by the United States. (Def.’s xMJAR at 17
    (labeling physical distinction between data centers and cloud environment “non-
    controversial[.]”)). Accordingly, the United States does not challenge that “data centers are
    physically distinct from a cloud environment[,]” but emphasizes that throughout the Solicitation
    the Air Force referenced cloud migration in relation to data center management. (Id.). Therefore,
    the Solicitation was subject to the mandate to modernize and consolidate data centers which
    necessarily involved cloud migration as part of the management of data centers.
    Systems Implementers’ reliance on the OMB memo is further misplaced because the
    Solicitation must be read as a whole. Ginn Grp., Inc. v. United States, 
    159 Fed. Cl. 593
    , 602
    (2022) (citing Banknote Corp. of Am., 365 F.3d at 1353 (“[W]e must consider the solicitation as
    a whole, interpreting it in a manner that harmonizes and gives reasonable meaning to all of its
    provisions.”) (internal citations omitted)). As described above, the PWS merely mentions the
    memo in the context of utilizing more efficient cloud services. (AR 365). This type of language
    is used throughout the Solicitation. For example, the Solicitation’s section “[HEDC] Hosting
    Sustainment,” requires contractors to engineer solutions “utilizing industry best practices . . .
    [which] involves re-factoring customer systems to be successfully deployed into the HEDC
    [Platform As a Service], a designated cloud environment, or a hybrid of the two.” (AR 372). The
    United States correctly asserts that under the “mandate to modernize and consolidate data
    centers,” cloud migration is linked to data center management. (Def.’s xMJAR at 17).
    Systems Implementers also contends that OM Group’s strength based on past cloud
    migration experience ran counter to the evidence before the Agency. (Pl.’s MJAR at 23).
    Specifically, Systems Implementers highlights that OM Group’s proposal touted its
    “[m]anagement of a [c]loud [e]nvironment.” (Id. (emphasis removed)). As such, Systems
    Implementers argues, OM Group’s proposal contained no information or claims that it managed
    a tiered data center for the Headquarters, Department of the Army (“HQDA”). (Id. at 25). This
    argument is rooted in Systems Implementers’ interpretation that tiered data centers exclude cloud
    services. It follows that Systems Implementers believes OM Group’s experience is irrelevant and
    does not warrant a strength. As stated above, the Court found Systems Implementers’ claim that
    tiered data centers exclude cloud services to be unsubstantiated. This finding renders this related
    argument ineffectual.
    For its part, OM Group argues that it earned this strength because it demonstrated
    experience with both physical data centers and cloud migration in its project with the HQDA.
    (Int.-Def.’s xMJAR at 19). Specifically, OM Group emphasizes that cloud migration involved
    “transitioning hundreds of systems and applications from the Pentagon Joint Service Provider
    on-premises data center into a cloud environment. . . .” (Id. at 24 (noting appropriate strength
    award even under Systems Implementers’ understanding of evaluation criteria)). Therefore, OM
    Group concludes its experience warranted a strength under management of a data center. (Id.).
    This disputed experience was highlighted in the Air Force’s Source Selection Evaluation
    Board’s (“SSEB”) final report. The report determined that OM Group’s experience migrating
    over 150 systems to a cloud environment for the HQDA demonstrated experience exceeding
    requirements for data center management. (AR 9802). By asking the Court to discount OM
    Group’s experience with cloud migration as an aspect of data center management, Systems
    Implementers asks the Court to substitute its discretion for that of the Agency. As the Court
    11
    previously held, “agencies retain great discretion in determining the scope of a given evaluation
    factor.” Harmonia Holdings Grp., LLC v. United States, 
    153 Fed. Cl. 245
    , 255 (2021) (internal
    citation omitted); Commc’n Constr. Servs., Inc. v. United States, 
    116 Fed. Cl. 233
    , 266 (2014)
    (“As the Federal Circuit has recognized, challenges to the technical scoring involve the minutiae
    of the procurement process, discretionary determinations of procurement officials that a court
    will not second guess.”) (internal citations and quotation marks omitted). The Court declines to
    do so.
    Furthermore, Systems Implementers concedes that its own strength award under
    Subfactor 3 was granted, in part, because of its “hybrid cloud migration” experience. (Pl.’s Repl.
    at 15 (citing AR 9846), ECF No. 44). Systems Implementers argues its strength was awarded due
    to four enumerated items, only one of which addressed the cloud. (Id. at 15). However, such a
    concession indicates that Systems Implementers contemporaneously understood that the Air
    Force took cloud migration into account when evaluating experience managing a data center. As
    the Court previously stated, “[t]he integrity of the protest process does not permit a protester to
    espouse one interpretation or position during the procurement, and then argue during a protest
    that the interpretation or position is unreasonable or otherwise improper.” IAP World Servs., Inc.
    v. United States, 
    152 Fed. Cl. 384
    , 400 (2021) (internal citations omitted).
    To further distinguish its own experience, Systems Implementers highlights that while
    previously managing the HEDC it performed tasks such as transforming a Tier I data center to a
    Tier IV data center. (Pl.’s MJAR at 48; Pl.’s Repl. at 15 (Tier IV data centers with same basic
    requirements)). Under the definition of “tiered” set forth in the OMB memo, “tiered” requires a
    “separate physical space for [information technology] infrastructure.” (AR 12386). Accordingly,
    Systems Implementers is emphasizing that one facet of its experience with data center
    management is solely based in a physical space. However, this distinction is unavailing. Even if
    the bulk of Systems Implementers’ experience is with management of a physical data center, that
    does not diminish OM Group’s experience with the HQDA. OM Group’s experience was still
    relevant and determined to be advantageous to the Government. (AR 9802). “The deference
    afforded to an agency’s decision must be even greater when a trial court is asked to review a
    technical evaluation.” L-3 Commc’ns EOTech, Inc. v. United States, 
    83 Fed. Cl. 643
    , 650 (2008).
    Therefore, the Air Force’s decision to award a strength to OM Group for its corporate experience
    with cloud migration did not violate the terms of the Solicitation.
    ii. The Air Force properly awarded strengths to OM Group and Transcend for
    experience with cloud migration “Technologies.”
    Systems Implementers argues that the Air Force violated the terms of the Solicitation and
    acted arbitrarily and capriciously by improperly awarding strengths to OM Group and Transcend
    for experience with cloud-related “technologies.” (Pl.’s MJAR at 27). Systems Implementers
    underscores that Subfactor 3 was “very specific” about which technologies qualified within the
    scope of corporate experience and that this list did not include cloud services. (Id. at 28). The
    United States counters the strength awards were consistent with the plain language of the
    Solicitation, and Systems Implementers merely “misread” that language. (Def.’s Repl. at 18,
    ECF No. 45). Similarly, OM Group argues that the Solicitation “identified minimum
    technologies” but did not impose other limitations on those technologies. (Int.-Def.’s xMJAR at
    12
    27) (emphasis in original). The plain language of the Solicitation does not support Systems
    Implementers’ argument.
    As stated above, all proposals must be evaluated according to the terms and conditions of
    the Solicitation. See FAR 15.305(a). Here, Subfactor 3 provided that offerors would be evaluated
    on the breadth and depth of each offeror’s experience in “technologies used in support of the
    following:” (a) operating systems, (b) databases, (c) application servers, (d) virtualization, (e)
    storage, and (f) networking. (AR 464). Each listed area provided two or three technologies
    considered as “minimum acceptability for [the] subfactor[.]” The United States contends that
    each listed area is supported by technologies but is not a “technology” itself. (Def.’s xMJAR at
    19–20). This is supported by the Administrative Record.
    First, the phrase “technologies used in support of” indicates the six areas listed above are
    not the technologies themselves. (AR 464). As the United States convincingly illustrated,
    “‘operating systems’ is not a ‘technology’ under this subfactor, rather the offeror was required to
    demonstrate its use of technology to support operating systems.” (Def.’s xMJAR at 20). The
    Court must, wherever possible, “giv[e] effect to the plain meaning of each word, clause or
    sentence.” ManTech Telecomms. & Info. Sys. Corp. v. United States, 
    49 Fed. Cl. 57
    , 67 (2011)
    (internal citations omitted). Here, the plain meaning of the Solicitation supports the United
    States’ interpretation that the six enumerated items require the support of such technologies but
    are not the “technologies” to be evaluated. It does not support Systems Implementers’ argument
    that there are “six technologies listed in Subfactor 3” and cloud migration was not one of the
    enumerated “types of technologies[.]” (Pl.’s MJAR at 29, 31).
    Second, some of the technologies identified under this subfactor explicitly include cloud
    services. For example, the virtualization prong’s minimum acceptable technologies, VMware
    and Microsoft, both include cloud products. (AR 464). These products are listed in the PWS
    which provided more detailed explanations under “Contractor Tasking Requirements.” (AR
    360). Regarding VMware, contractors were required to have personnel with expertise and
    knowledge of VMware products, including “VMWare Cloud Platform (VMC)[,]” “VMware
    products supporting the vCloud Air Network (vCAN) program[,]” and “VMware vRealize Suite
    Cloud Management Platform.” (AR 377). Similarly, contractors were required to have expertise
    and knowledge of Microsoft products, including “Microsoft Azure,” a cloud environment. (AR
    376; see Pl.’s MJAR at 28–29 (highlighting Microsoft Azure as outside evaluation criteria)). The
    text of the PWS indicates the virtualization technologies included cloud-related products. See
    Severson Grp., LLC v. United States, 
    152 Fed. Cl. 601
    , 608–09 (2021) (relying on language from
    the PWS to interpret purpose of subfactor). Accordingly, the technologies required to support
    virtualization directly contravene Systems Implementers’ argument that the Air Force violated
    the evaluation by awarding strengths to Transcend and OM Group for experience with Amazon
    Web Services and Microsoft Azure technologies. 5 (Pl.’s MJAR at 30).
    5
    Before the GAO, the CO stated that “Microsoft Azure and Amazon Web Services (AWS) are
    technologies generally used in support of virtualization . . . because they support and enable
    13
    Systems Implementers also argues that the Air Force evaluated proposals on a different,
    unstated basis because the types of technology cited as advantageous to the Government were
    “used in sustaining and modernizing a tiered data center[.]” (Pl. MJAR at 29–30). However, “a
    solicitation need not identify criteria intrinsic to the stated evaluation factors, and agencies retain
    great discretion in determining the scope of a given evaluation factor.” Summit Techs., LLC v.
    United States, 
    151 Fed. Cl. 171
    , 180 (2020) (quoting PlanetSpace, Inc. v. United States, 
    92 Fed. Cl. 520
    , 536 (2010)). Here, the Air Force determined the scope of “technologies” included cloud
    services. In the SSEB report for OM Group, the Air Force explained the depth and breadth of
    OM Group’s experience, specifically with “migrating applications into a [c]loud environment
    using both Microsoft Azure and Amazon Web Services [] provides a strength in technologies
    skillsets and capabilities.” (AR 9803). The Air Force determined this was advantageous because
    the cloud would likely play a role in the HEDC’s future as it “anticipates increased onboarding
    and consolidation of customer applications and systems to a cloud environment during
    performance of the contract.” (Id.). This language was echoed in the SSEB report on Transcend’s
    experience. (AR 9868).
    Systems Implementers’ argument hinges on its improper interpretation of what
    constitutes a data center. As explained above, the terms of the Solicitation did not exclude cloud
    migration from data centers and their corresponding technology. When read as a whole, the
    Solicitation indicates that cloud “technologies” were not excluded by the Air Force because they
    support modernization and efforts to consolidate data centers. See Banknote Corp. of Am., 365
    F.3d at 1353. The Air Force’s strength awards to OM Group and Transcend were consistent with
    the stated evaluation criteria and not arbitrary, capricious, an abuse of discretion, or otherwise
    contrary to applicable law or regulation.
    iii. The Air Force’s strength award to OM Group for “Cyber Risk Management”
    was not arbitrary or capricious.
    Systems Implementers maintains that OM Group improperly received a strength under
    Subfactor 3 for its cyber risk management when it failed to demonstrate experience with
    cybersecurity through a Level 3 Capability Maturity Model Integration (“CMMI”) certification
    and Information Technology Infrastructure Library (“ITIL”) framework. 6 (Pl.’s MJAR at 31–
    32). First, Systems Implementers contends the CMMI certification is unrelated to managing
    cyber risk because it does not concern cybersecurity. (Id. at 31). Second, Systems Implementers
    operating systems, databases, application servers, etc. to be used in a virtual cloud environment.”
    (AR 12543).
    6
    CMMI is “[a] process improvement approach that provides organization with the essential
    elements or effective processes that ultimately improve their performance.” (AR 1064 (quoting
    glossary from Systems Implementers’ proposal)). ITIL is “[a]n Information Technology (IT)
    management framework that provides practices for Information Technology Services
    Management (ITSM), IT development and IT operations. ITIL gives detailed descriptions of
    several important IT practices and provides comprehensive checklists, tasks and procedures that
    any IT organization can tailor to its needs.” (AR 1076 (same)).
    14
    argues that OM Group’s proposal framed its ITIL experience in the future tense, so the strength
    award “r[an] counter to the evidence” before the Air Force. (Id.).
    The United States argues CMMI does “address an organization’s cybersecurity maturity.”
    (Def.’s xMJAR at 21). OM Group counters that CMMI reduces cyber risk through process
    maturity and argues Systems Implementers “misconstrue[s]” the evaluation criteria by confusing
    “cybersecurity” with “cyber.” (Int.-Def.’s xMJAR at 28–30; Int.-Def.’s Repl. at 14, ECF No. 46).
    OM Group also argues its proposal used the present tense when describing its experience using
    ITIL. (Int.-Def.’s xMJAR at 30). The Court finds that the Air Force reasonably awarded OM
    Group’s strength for cyber risk management.
    The Court reviews agency action to determine if “the contracting agency provided a
    coherent and reasonable explanation of its exercise of discretion.” Impresa Construzioni Geom.
    Domenico Garufi v. United States, 
    238 F.3d 1324
    , 1333 (Fed. Cir. 2001) (quoting Latecoere
    Int’l, Inc. v. Dep’t of Navy, 
    19 F.3d 1342
    , 1356 (11th Cir. 1994)). Here, Systems Implementers
    has failed to demonstrate that the Air Force violated the terms of the Solicitation. See Galen
    Med. Assocs., Inc. v. United States, 
    369 F.3d 1324
    , 1330 (Fed. Cir. 2004) (protestor with burden
    of proof in negotiated procurement bid protest). As recited above, for Subfactor 3 the Agency
    evaluated the breadth and depth of offerors’ examples of corporate experience with cyber risk
    management. (AR 464 (specifically stating “[r]isk management in the following categories: . . .
    (c) [c]yber”)). “Cyber” is presented as a category of risk management. This is distinct from
    cybersecurity, presented as its own area under Subfactor 3 – Corporate Experience, with equal
    importance to “[r]isk management.” Therefore, they are distinct concepts and may not be used
    interchangeably based on the terms of the Solicitation.
    Importantly, Systems Implementers confuses cyber risk management with cybersecurity.
    For example, in its motion, Systems Implementers argues that OM Group’s CMMI certification
    does not address an organization’s cybersecurity maturity, practices, or controls. (Pl.’s MJAR at
    32). It further contends that CMMI is unrelated to an organization’s “cybersecurity procedures or
    implementation of cybersecurity controls, much less its experience in managing cyber risk.” (Id.
    at 27) (emphasis in original). The Oxford dictionary defines “cyber” as “[o]f, relating to, or
    involving (the culture of) computers, virtual reality, or the internet; futuristic.” Oxford English
    Dictionary Online, https://www.oed.com/view/Entry/250878?rskey=y6HBxc&result=1&is
    Advanced=false#eid (last visited Oct. 11, 2022). Conversely, the Oxford dictionary defines
    “cybersecurity” as security also relating to computers or the internet, but especially “that
    intended to protect against viruses or fraud.” Oxford English Dictionary Online,
    https://www.oed.com/view/Entry/250879?redirectedFrom=cybersecurity#eid117229282 (last
    visited Oct. 11. 2022). The dictionary definitions demonstrate the terms are distinct. “Cyber” is
    more expansive encompassing computers and technology generally, whereas “cybersecurity” is
    specific and directly addresses the protection of computers. This distinction is key to the
    reasonableness of the Air Force’s strength award.
    Regarding Systems Implementers’ first argument, the record demonstrates it was
    reasonable for the Air Force to determine the CMMI certification illustrated experience with
    cyber risk management. As the Air Force explained, CMMI is a maturity model that can gauge
    cyber security risk and determine an organization’s preparedness to address threats. (AR 9803).
    Therefore, the Air Force concluded, OM Group’s CMMI certification complies with and exceeds
    15
    the minimum requirements to decrease cyber risk. (Id.). Systems Implementers further argues
    there is no connection between ITIL and cyber risk management experience. (Pl.’s MJAR at 33).
    However, Systems Implementers fails to support this assertion with evidence. It merely spells
    out the acronym and states that, like CMMI, ITIL is a set of detailed practices, so it does not
    address cyber risk. (Id.). Such an explanation fails to engage with the Air Force’s determination
    that “strong compliance assurance processes” decrease cyber risk. (AR 9803). Both
    determinations are within the Air Force’s discretion. When the Court reviews an agency’s
    technical evaluation, it applies “another separate level of deference, as it falls within a special
    category of ‘discretionary determinations’ that the Court ‘will not second guess.’” Ginn Grp.,
    Inc., 159 Fed. Cl. at 601 (quoting E.W. Bliss Co., 
    77 F.3d at 449
    )).
    The United States also highlights that Systems Implementers’ proposal invoked its own
    CMMI certification under “Corporate Experience: Cybersecurity” to demonstrate it could
    “manage processes, manage risk, and integrate cybersecurity considerations into every aspect of
    the org[anization].” (Def.’s Repl. at 17–18 (citing AR 8247)). Again, Systems Implementers
    cannot rely on one understanding of a term or phrase during the procurement and in the same
    breath argue that the same interpretation is unreasonable during its protest before this Court. See
    IAP World Servs., Inc., 152 Fed. Cl. at 400. Based on the language of its proposal, Systems
    Implementers understood CMMI’s “structured framework” helped risk management. (AR 8247).
    This persuasively demonstrates that Systems Implementers’ contemporaneous understanding of
    “cybersecurity” and “cyber risk management” incorporate CMMI certification.
    Systems Implementers further asserts that OM Group does not have current experience
    with ITIL because “it intends to use ITIL in the future.” (Pl.’s MJAR at 34 (emphasis removed)).
    This argument hinges on the fact that OM Group said it “will” adopt ITIL framework for IT
    services. (AR 7804). Systems Implementers argues that this language demonstrates OM Group’s
    proposal failed to show its experience using ITIL during the procurement process. (Pl.’s MJAR
    at 34). However, this cherry-picked language is unpersuasive.
    The United States and OM Group convincingly contend that Systems Implementers
    “misread[]” OM Group’s proposal to disregard its current experience with ITIL. (Def.’s Repl. at
    18; Int.-Def.’s xMJAR at 30). OM Group’s proposal stated, “[w]e leverage ITSM [Information
    Technology Service Management], such as ITIL.” (AR 7804). It further stated “[w]e have
    successfully used our people, processes and technology to address Data Center changes . . . .”
    (AR 7790). This clearly demonstrates OM Group’s current experience, not lack thereof. OM
    Group also argues that its proposal used the present tense when discussing ITIL. It points out that
    throughout its proposal it used terms such as “[w]e leverage[,]” “[o]ur team leverages
    ITIL/ITSM . . . .” (Int.-Def.’s Repl. at 15 (citing AR 7804)). Systems Implementers took OM
    Group’s language out of context to challenge its experience, but the proposal indicates OM
    Group’s intent to deploy this framework during contract performance.
    The administrative record establishes that the Air Force reasonably exercised its
    discretion by awarding OM Group a strength for its “Cyber Risk Management. See UnitedHealth
    Mil. & Veterans Servs., LLC, 
    132 Fed. Cl. at 551
    . Systems Implementers fails to demonstrate
    that the award was arbitrary or capricious. See Galen Med. Assocs., Inc., 
    369 F.3d at 1330
    (“higher burden exists because the contracting officer engages in what is ‘inherently a
    judgmental process.’”). Therefore, the Air Force properly awarded a strength to OM Group.
    16
    B. The Air Force’s evaluation of Subfactor 1 was rational.
    Systems Implementers argues that the Air Force disregarded the evaluation standards set
    forth in the Solicitation under Subfactor 1. (Pl.’s MJAR at 34). Specifically, Systems
    Implementers claims its more comprehensive, in-depth approach to the hypothetical scenario
    should have received a strength because the Solicitation provided it would evaluate each
    proposal “on the degree to which the offeror demonstrates a comprehensive and in-depth
    approach to the scenario requirements[.]” (Id.; AR 462–63). Systems Implementers contends the
    Air Force instead focused on whether offerors achieved the scenario’s “end state requirement[.]”
    (Pl.’s Repl. at 24).
    The United States counters that although the Solicitation provided proposals would be
    evaluated on comprehensiveness, strengths are only awarded when the proposal is advantageous
    to the Government during contract performance. (Def.’s xMJAR at 23). The United States argues
    the Air Force determined that Systems Implementers’ approach was not more advantageous, so it
    did not warrant a strength. (Id. at 24). Similarly, OM Group argues Systems Implementers fails
    to identify any detail that warrants a strength or rating above “Acceptable.” (Int.-Def.’s xMJAR
    at 33–34). It highlights the Air Force determined such details “are not relevant or necessary for
    the requirements of the scenario.” (Id. at 34 (citing AR 12564) (emphasis removed)).
    “The [C]ourt should not substitute its judgment for that of a procuring agency.” Cincom
    Sys., Inc. v. United States, 
    37 Fed. Cl. 663
    , 672 (1997). This is especially true regarding “the
    minutiae of the procurement process” where procurement officials are making discretionary
    determinations. 
    Id.
     The Court must afford the agency “even greater” deference when reviewing a
    technical evaluation. L-3 Commc’ns EOTech, Inc., 
    83 Fed. Cl. at 650
    . Here, the Solicitation
    stated a strength was “an aspect of an offeror’s proposal that has merit or exceeds specified
    performance or capability requirements in a way that will be advantageous to the Government
    during contract performance.” (AR 460). When evaluating the proposals, the Air Force
    determined that although Systems Implementers provided a “more detailed approach” to the
    hypothetical scenario, this was not more advantageous to the Government. (AR 9909).
    Specifically, the Comprehensive Analysis Report (“CAR”) explained that the scenario’s
    requirements “guided” all three offerors to “the same or similar end states.” (Id.). Accordingly,
    there was little differentiation between the offerors. (Id.).
    The agency is required to articulate a “rational connection between the facts found and
    the choice made.” Burlington Truck Lines, Inc. v. United States, 
    371 U.S. 156
    , 168 (1962). The
    Court’s role is to determine whether the agency’s explanation of its exercise of discretion was
    both coherent and reasonable. Impresa Construzioni, 
    238 F.3d at
    1332–33. Therefore,
    disappointed bidders must meet a heavy burden to show the decision lacked a rational basis.
    Orion Tech., Inc. v. United States, 
    704 F.3d 1344
    , 1351 (Fed. Cir. 2013) (internal citation
    omitted). To challenge a best-value determination, specifically, the protester must offer more
    than mere disagreements with the agency’s overall assessment of the adequacy of different
    proposals. Banknote Corp. of Am., Inc., 
    56 Fed. Cl. at 384
    .
    Here, OM Group, Systems Implementers, and Transcend each received Acceptable/Low
    Risk ratings for their solutions under Subfactor 1. (AR 9906–07). Within these ratings, the Air
    Force distinguished between the proposals. For example, OM Group received two weaknesses
    17
    that the Air Force believed were “likely to be correctable with normal Government monitoring . .
    . .” (AR 9906). More specifically, OM Group’s proposal failed to account for “server racks
    (housing), cabling and power components to support a [Continuity of Operations/Portable
    Operating Datacenter] environment” and was not as detailed as the Air Force “would have liked
    to see.” (AR 9907). For its part, Systems Implementers had a single weakness that the Air Force
    determined “would likely be corrected by normal Government oversight/monitoring.” (AR
    9907). 7 Systems Implementers’ weakness involved the “incorrect sequencing of tasks” for the
    project schedule’s Work Breakdown Structure. (AR 9908).
    The Air Force’s rationale for each offeror rating is reasonable and coherent. See Impresa
    Construzioni, 
    238 F.3d at
    1332–33. It reflects a considered assessment of each proposal’s
    adequacy and the final determination that these minor weaknesses warranted the same
    Acceptable/Low Risk ratings. Merely adding detail to an explanation does not warrant a strength
    award. Therefore, the Air Force’s evaluation of Subfactor 1 was not arbitrary or capricious, an
    abuse of discretion, or otherwise contrary to applicable law or regulation.
    C. Systems Implementers has standing.
    To possess standing to bring a bid protest, a plaintiff must be an “interested party,” or “an
    actual or prospective bidder” who possesses a “direct economic interest” in the procurement.
    CliniComp Int’l, Inc. v. United States, 
    904 F.3d 1353
    , 1358 (Fed. Cir. 2018). “In a post-award
    bid protest, the relevant inquiry is whether the bidder had a ‘substantial chance’ of winning the
    award.” Eskridge & Assocs. v. United States, 
    955 F.3d 1339
    , 1345 (Fed. Cir. 2020) (quoting
    Statistica, Inc. v. Christopher, 
    102 F.3d 1577
    , 1582 (Fed. Cir. 1996)). The protestor must
    establish “not only some significant error in the procurement process, but also that there was a
    substantial chance it would have received the contract award but for that error.” 
    Id.
    OM Group argues that Systems Implementers lacks standing to bring this bid protest.
    (Int.-Def.’s xMJAR at 12–17). Specifically, it asserts that even if Systems Implementers
    succeeds on the substantive merits, it does not have a substantial chance of award because its bid
    was approximately $30 million more than Transcend’s bid. (Id. at 36; AR 9923). Systems
    Implementers contends that if a combination of its arguments regarding Subfactors 1 and 3
    succeed, then it necessarily meets the substantial chance standard. (Pl.’s Repl. at 30–31). 8
    Here, Systems Implementers was one of four offerors considered by the Air Force. (AR
    9906–30 (providing comparative analysis between four offerors)). In the Solicitation, the Air
    Force provided that the evaluation of the Technical Factor and its five subfactors was
    “significantly more important than price.” (AR 460). Further, the CO determined that Systems
    Implementers’ proposal was “awardable, affordable and executable[.]” (AR 12674). Its proposal
    was ultimately rejected because OM Group’s and Transcend’s were less expensive and more
    highly rated. (Id.). But for the Air Force’s emphasis on modernization and innovative
    7
    Transcend received no strengths or weaknesses under Subfactor 1.
    8
    The United States does not address this argument in its briefing. (See Def.’s xMJAR; Def’s
    Repl.).
    18
    technologies, Systems Implementers—one of four offerors whose proposal was “awardable”—
    had a substantial chance of winning the contract. Therefore, the Court determines that Systems
    Implementers has standing to bring this bid protest.
    D. Systems Implementers failed to satisfy the requirements for relief.
    Systems Implementers also seeks as relief a permanent injunction requiring the Air Force
    to reevaluate proposals, stop OM Group’s performance of the contract, and terminate the award
    to OM Group. (Pl.’s MJAR at 1–2). For the Court to grant injunctive relief, the plaintiff must
    succeed on the merits of the case. PGBA, LLC v. United States, 
    389 F.3d 1219
    , 1228–29 (Fed.
    Cir. 2004) (discussing the four-part test for injunctive relief, including a determination of
    whether “the plaintiff has succeeded on the merits of the case”). Here, Systems Implementers has
    not succeeded on the merits, so the Court is unable to award injunctive relief and need not
    analyze the remaining factors for injunctive relief. Int’l Res. Recovery, Inc. v. United States, 
    64 Fed. Cl. 150
    , 164 (2005) (“A plaintiff that cannot show that it will actually succeed on the merits
    of its claim cannot prevail on its motion for injunctive relief.”).
    III.   Conclusion
    Accordingly, the Court DENIES Systems Implementers’ Motion for Judgment on the
    Administrative Record, (ECF No. 40), and GRANTS the United States’ and OM Group’s Cross-
    Motions for Judgment on the Administrative Record. (ECF Nos. 42, 43).
    The parties shall meet and confer and file a joint status report proposing redactions to the
    memorandum opinion by November 14, 2022, to allow the Court to file a public version of the
    opinion.
    The Clerk is DIRECTED to enter judgment for Defendants. Each party shall bear their
    own costs.
    IT IS SO ORDERED.
    s/  David A. Tapp
    DAVID A. TAPP, Judge
    19
    

Document Info

Docket Number: 22-648

Judges: David A. Tapp

Filed Date: 11/15/2022

Precedential Status: Precedential

Modified Date: 11/16/2022

Authorities (24)

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

Pgba, LLC v. United States, and Wisconsin Physicians ... , 389 F.3d 1219 ( 2004 )

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

Widnall v. B3H Corp. , 75 F.3d 1577 ( 1996 )

Gardiner, Kamya & Associates, P.C. v. Secretary of Housing ... , 467 F.3d 1348 ( 2006 )

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

Galen Medical Associates, Inc. v. United States, and ... , 369 F.3d 1324 ( 2004 )

Callaway Golf Co. v. Acushnet Co. , 576 F.3d 1331 ( 2009 )

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

Grumman Data Systems Corporation v. John H. Dalton, ... , 88 F.3d 990 ( 1996 )

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

Northrop Grumman Information Technology, Inc. v. United ... , 535 F.3d 1339 ( 2008 )

Alabama Aircraft Industries, Inc.—Birmingham v. United ... , 586 F.3d 1372 ( 2009 )

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

UnitedHealth Military & Veterans Services, LLC v. United ... , 132 Fed. Cl. 529 ( 2017 )

Cincom Systems, Inc. v. United States , 37 Fed. Cl. 663 ( 1997 )

Banknote Corp. of America, Inc. v. United States , 56 Fed. Cl. 377 ( 2003 )

Motor Vehicle Mfrs. Assn. of United States, Inc. v. State ... , 103 S. Ct. 2856 ( 1983 )

Burlington Truck Lines, Inc. v. United States , 83 S. Ct. 239 ( 1962 )

Florida Power & Light Co. v. Lorion , 105 S. Ct. 1598 ( 1985 )

View All Authorities »