Syneren Technologies Corporation v. United States ( 2021 )


Menu:
  •              In the United States Court of Federal Claims
    No. 20-1323
    (Filed: 26 January 2021*)
    ***************************************
    SYNEREN TECHNOLOGIES CORP.,             *
    *
    Plaintiff,            *
    *
    v.                                      *
    *                     Bid protest; National Oceanic and
    THE UNITED STATES,                      *                     Atmospheric Administration (“NOAA”);
    *                     technical approach; past performance.
    Defendant,            *
    *
    and                                     *
    *
    DOWLESS & ASSOCIATES, INC.,             *
    *
    Defendant-Intervenor. *
    *
    ***************************************
    Jon D. Levin, of Maynard, Cooper & Gale, P.C., with whom were W. Brad English, J.
    Dale Gipson, Emily J. Chancey, and Michael W. Rich, all of Huntsville, AL, for plaintiff.
    Brendan D. Jordan, Trial Attorney, Commercial Litigation Branch, Civil Division,
    Department of Justice, with whom were Jeffrey Bossert Clark, Acting Assistant Attorney
    General, Robert E. Kirschman, Jr., Director, and Steven J. Gillingham, Assistant Director, all of
    Washington, DC, for defendant.
    Isaias Alba IV, of PilieroMazza PLLC, of Washington, DC, for defendant-intervenor.
    OPINION AND ORDER
    HOLTE, Judge.
    Plaintiff, Syneren Technologies Corp. (“plaintiff” or “Syneren”), brings this bid protest
    challenging the National Oceanic and Atmospheric Administration’s (“NOAA” or “the agency”)
    award of a contract for upper air atmospheric monitoring technical and support services to
    defendant-intervenor Dowless & Associates, Inc. (“defendant-intervenor” or “Dowless”) under
    *
    This Opinion was originally filed under seal on 21 January 2021 pursuant to the protective order in this case. The
    Court provided the parties until 25 January 2021 to submit redactions, if any, before the Opinion is released for
    publication. On 25 January 2021, the parties emailed informing the Court no party seeks redaction of the Opinion.
    The Opinion is now reissued for publication in its original form.
    Solicitation No. 1305M220FNWWG0056. Pending before the Court are plaintiff’s motion for
    judgment on the administrative record and the government’s cross-motion for judgment on the
    administrative record. For the following reasons, the Court DENIES plaintiff’s motion for
    judgment on the administrative record and GRANTS the government’s cross-motion for
    judgment on the administrative record.
    I. Background
    A. The Solicitation
    After conducting market research for a “re-compete of a requirement previously fulfilled
    under . . . Task Order 0030,” NOAA issued Request for Quotation No. 1305M220FNWWG0056
    (“RFQ” or “solicitation”) for a “non-personal services task order to provide technical and
    administrative support” for its upper air programs on 17 December 2019. Admin. R. (“AR”) at
    5, 16–17. The RFQ contemplated a one-year time and materials award with three one-year
    options, along with the six-month option provided for in FAR 52.217-8. Id. at 17, 19
    (solicitation). This task order would be part of a “larger overall restructuring of contractual
    instruments from three contracts into four contracts, in which Syneren was the incumbent
    contractor.” Pl. Syneren Technologies Corporation’s Mot. for J. on the AR and Incorporated
    Brief (“Pl.’s MJAR”) at 16, ECF No. 27 (citing AR at 463 (Contracting Officer’s Statement of
    Relevant Facts)).1
    The RFQ sought technical and administrative support for the National Weather Service
    (“NWS”), Surface and Upper Air Division (“SUAD”), Office of Observations (“OSB”), to
    include “[t]he Advanced Weather Interactive Processing System (‘AWIPS’), Radiosonde
    Replacement System (‘RRS’), and other upper air programs,” “[t]he Radio Frequency Migration
    Project (‘RFMP’),” and conducting “the necessary reliability and maintainability analysis to
    monitor and evaluate system and network equipment performance.” AR at 17 (solicitation). The
    RFQ also called for “[t]echnical writing and web page maintenance support to meet the goals
    and objectives of the National Weather Service,” as well as “engineering, budgeting, budget
    tracking, and documentation support.” Id.
    The RFQ stated the contract would be awarded to the “offeror whose quote represents the
    best value to the government, price and non-price factors considered.” Id. at 19 (solicitation).
    Quotes were to be evaluated on the basis of the following three factors in descending order of
    weight: (1) technical approach, (2) past performance, and (3) price. Id. at 18–19 (solicitation).
    As part of technical approach, the government required quotes to address “incumbent
    capture methodology, the vendor’s phase-in strategy and approach to performing the work
    without disrupting or compromising effective and efficient operations.” Id. at 18 (solicitation).
    Quotes were also required to include “all associated schedules [offerors] believe are required
    from the start of phase-in to the full assumption of task order responsibilities.” Id. The
    1
    During oral argument, defendant-intervenor reiterated “this contracting effort was part of a descoping. So Syneren
    was the incumbent, but the contracts were not identical to the solicitation they were performing before.” Tr. at
    21:21–22:1. Plaintiff concurred “to the extent there is a change and there’s a descoping, we agree.” Tr. at 42:21–22.
    -2-
    government’s final technical approach requirement was to “[i]dentify any risks associated with
    [the offeror’s] approach and proposed mitigation methods.” Id. Under past performance, the
    government required quotes to “provide information on no more than three (3) of the firm’s most
    recently completed contracts/orders . . . for like or similar work.” AR at 18 (solicitation). The
    RFQ instructed past performance references to “provide a detailed explanation demonstrating the
    relevance of the contract/order to the requirements of the solicitation.” Id. To assess past
    performance, the RFQ explicitly stated the government could consider information from the
    Contractor Performance Assessment Reporting System (“CPARS”). Id. at 18–19.
    The RFQ stated the contractor would be required to provide five full-time positions, each
    at 1,880 hours per year: a Subject Matter Expert (SME IV), an Engineer (Eng IV), a Tech Writer
    (Tech Writer IV), a Web Master (Web Programmer II), and a Technician II (Tech Spec II). Id. at
    39. The RFQ required quotes be submitted by 10 January 2020. Id. at 20.
    B. Plaintiff’s Proposal
    Two offerors, Syneren and Dowless, submitted quotes. Id. at 131 (First TET Consensus
    Report). Since this task order would be “part of a larger overall restructuring of contractual
    instruments from three contracts into four contracts, in which Syneren was the incumbent
    contractor,” plaintiff emphasized the superiority of its incumbency capture “no fewer than 20
    times.” Pl.’s MJAR at 14, 16 (citing AR 463 (Contracting Officer’s Statement of Relevant
    Facts)). To illustrate its incumbency capture ability, plaintiff described “5 out of 5 required
    incumbent Syneren staff to start on Day 1.” AR at 95 (plaintiff’s proposal). Plaintiff also
    proposed a phase-in strategy consisting of salary escalations and a one-day transition. Id. at 96–
    100. Plaintiff’s final price estimate was $3,458,275.60. Id. at 117.
    C. Defendant-Intervenor’s Proposal
    Defendant-intervenor was “currently performing similar services within the NWS,” and
    since the RFQ prioritized incumbent capture, defendant-intervenor proposed to ensure incumbent
    staff “salaries and benefits are as good or better than they currently are,” and “selected
    employees will get improved salaries and benefits.” Id. at 65 (defendant-intervenor’s proposal).
    To guarantee successful transition, defendant-intervenor proposed a phase-in process to
    “seamlessly transition the current staff to Team Dowless while maintaining operations without
    disruption.” Id. Defendant-intervenor proposed to enlist Tesla Laboratories (“Tesla”) and
    ITegrity as subcontractors to fulfill the government’s task order. Id. According to defendant-
    intervenor, both “are very knowledgeable about NWS upper air observations management,
    understand the administration and operations of NOAA, plus they greatly expand the socio-
    economic diversity” of the offering. Id. Tesla and ITegrity submitted past performance
    references to support defendant-intervenor’s bid. Id. 79–82. Defendant-intervenor’s final price
    estimate was $3,053,376.85. Id. at 87.
    D. First Award Decision
    Following the two quote submissions, a technical evaluation team (“TET”) rated both
    plaintiff and defendant-intervenor as acceptable in both the technical approach and past
    -3-
    performance categories. AR at 135 (First TET Consensus Report). Plaintiff’s price estimate was
    $404,898.75 more than defendant-intervenor’s. Id. at 145 (First Award Selection
    Memorandum). The CO noted “[t]he TET concluded that there were no notable difference [sic]
    in either quote. The TET believes both vendors would perform successfully if either company
    was awarded the task order.” Id. at 146. The CO found “a very minor discernable difference
    between the two quotes in the area of past performance,” with defendant-intervenor “having
    slightly higher quality.” Id. The CO then awarded the contract to defendant-intervenor on the
    grounds “there is no additional value received from Syneren to justify the price premium
    associated with their quote.” Id.
    E. First GAO Protest and Corrective Action
    On 5 March 2020, plaintiff protested the award at the Government Accountability Office
    (“GAO”). Id. at 216 (First GAO Protest). Plaintiff asserted the following grounds: (1) “its
    mitigation risk should have been zero”; (2) “the Agency failed to consider risk associated with
    relying entirely on subcontractor performance”; and (3) “the Agency leveled quotations and
    considered price, essentially turning the competition into a low price technically acceptable
    evaluation.” AR at 222–24. After “careful consideration of the issues raised in Syneren’s
    protest,” the government decided to take corrective action and reevaluate the proposals. Id. at
    314 (Corrective Action Notice). If necessary, the government would “terminate the award to
    Dowless and award a new contract if appropriate.” Id. The government further indicates “when
    an agency action undertakes a new evaluation of proposals, the agency action renders a protest of
    the original evaluation and award decision academic.” Id. (internal citation omitted). Following
    the government’s decision to take corrective action, the GAO dismissed plaintiff’s protest as
    moot. Id. at 316 (First GAO Decision).
    F. Reevaluation of Proposals
    1. The Government’s Reevaluation of Plaintiff’s Proposal
    The government tasked a different TET to perform the reevaluation of the offerors’ non–
    price proposal volumes. AR at 317 (Second TET Consensus Report). The government found
    plaintiff had an acceptable technical approach and outstanding past performance. Id. at 330–36.
    The government assessed plaintiff one significant strength, three strengths, four weaknesses, and
    one significant weakness. Id. at 330–331. Plaintiff’s significant strength was for its position as
    the incumbent contractor, as the government stated:
    The fact that Syneren is the incumbent contractor provides benefit to the
    Government and Upper Air Program by retaining team members with corporate
    knowledge, vital skills and relevant abilities in order to support Upper Air
    program requirements. This also will eliminate the detrimental effects of low
    incumbent capture and employment-related anxiety on Upper Air Program Team
    Members’ morale that may result from a loss of expertise.
    Id. at 330. Plaintiff’s significant weakness was due to plaintiff proposing “two part-time
    individuals as SME IVs” to provide direction to the staff and communication with the
    -4-
    government. Id. The government decided plaintiff’s proposal to split this responsibility between
    two people represented a “significant risk to the Government that the tracking, reporting,
    monitoring, and checking of deliverables would not be consistent amongst the two part-time
    team leads.” Id.
    The government assigned a weakness for plaintiff’s plan to give its employees an annual
    pay raise, which the government believed represented a “cost control” problem. AR at 331
    (Second TET Consensus Report). The government noted plaintiff provided “no mention of how
    the company will manage and control cost of the increases in pay and benefits from current
    prices to the new prices.” Id. The government also assigned a weakness for plaintiff’s proposed
    one-day transition period, which the government determined to be risky. Id. The government
    assigned a third weakness because it believed plaintiff failed to: (1) provide analysis of the risk
    associated with transition; (2) describe its plan for mitigating the risk; (3) explain how it would
    implement the planned mitigation; and (4) propose to track the mitigation. Id.
    The TET rated plaintiff’s incumbent status a “significant strength.” Id. at 330. The TET
    also observed plaintiff’s “very high employee retention rate,” “well-documented and tested
    Phase-In Plan,” and use of standard operating procedures were strengths. Id.
    2. The Government’s Reevaluation of Defendant-Intervenor’s Proposal
    The TET rated defendant-intervenor’s proposal “good” in the technical approach factor,
    assigning it a significant strength, five strengths, and two weaknesses. AR at 322–23 (Second
    TET Consensus Report). Defendant-intervenor’s significant strength was related to its
    incumbent capture methodology. Id. at 322. The government also stated “the salaries and
    benefits offered by [defendant-intervenor] will be in all cases as good or better than the
    incumbent employee’s current company will.” Id.
    The government rated defendant-intervenor’s past performance acceptable. Id. at 325.
    The government also prepared a table comparing the two offerors’ overall pricing and hourly
    rates, which showed defendant-intervenor’s proposed rates were lower than plaintiff’s in every
    labor category. AR at 345 (Second Best Value Determination Memorandum).
    G. Second Award Decision
    The CO’s tradeoff analysis selected defendant-intervenor over plaintiff and found the
    TET report “contain[ed] sufficient information to make a sound, supportable, business award
    decision.” Id. at 346–48. According to the CO, plaintiff’s technical approach “introduced a
    level of moderate risk associated with their insufficient time to transition and failure to address a
    mitigation strategy should the transition take longer than anticipated.” Id. at 340 (Second Best
    Value Source Selection Trade-Off Memorandum). The government’s restructuring of
    contractual instruments would “[a]t a minimum, . . . require an adjustment on Syneren’s part to
    realign resource [sic] to provide support specifically to the Upper Air Program.” Id. at 347
    (Second Best Value Determination Memorandum). Based on the TET’s findings and the CO’s
    own independent judgment of non-price and price factors, defendant-intervenor’s quote
    -5-
    represented the best value to the government. Id. at 348. The CO informed defendant-intervenor
    of its contract award on 12 June 2020. Id. at 351 (second notification of award).
    H. Second GAO Protest
    Plaintiff filed a second GAO protest on 18 June 2020, challenging “the agency’s
    evaluation of quotations and the best-value tradeoff decision.” AR at 552 (Second GAO
    Decision). First, plaintiff argued the government erred in assigning a significant weakness to its
    proposal of splitting a subject matter expert (“SME”) IV team lead position between two part-
    time staff employees because the solicitation did not explicitly require a single point of contact.
    Id. at 553. The government contended it was reasonable to conclude the assignment of a
    leadership role to two different people could pose a risk to unity of effort, and the GAO agreed.
    Id. at 553–54. Defendant-intervenor’s proposal, on the other hand, proposed to fill the team lead
    position with one full-time employee. Id. at 553. The GAO concluded “the quotations were not
    meaningfully the same in this respect, and the protestor’s arguments are not consistent with the
    record.” Id. at 555.
    Plaintiff further challenged the government’s assignment of a weakness to its proposed
    one-day transition period, arguing one day “was entirely reasonable because the UAOS
    requirements of the current task order are substantially the same as the relevant portions of the
    previous task order.” Id. at 555–56. The government explained the requirements related to
    several programs supported under the prior task order were not within the scope of the current
    task order; accordingly, the assigned weakness represented a concern that plaintiff may have
    underestimated the work required to transition employees. AR at 556 (Second GAO Decision).
    Having considered the contemporaneous record, the GAO concluded the government’s concern
    was reasonable and plaintiff’s disagreement with the government’s judgment was insufficient to
    establish unreasonableness. Id.
    Plaintiff also challenged the government’s assignment of a cost control risk weakness to
    its plan of providing two percent annual salary escalation for two reasons. Id. at 556–57. First,
    plaintiff argued the government is only bound to pay the agreed-upon rates for time and
    materials contracts; and second, plaintiff argued the government’s assertion it could not assess
    how plaintiff would manage and control salary costs is irrational because plaintiff outlined exact
    rates in its proposal. Id. at 556–57. The GAO noted even if plaintiff was correct in arguing
    error, “it is not clear that the protestor was prejudiced by this error.” Id. at 557. The GAO also
    noted the best-value determination made no reference to either proposal’s cost control
    weaknesses, so it was unlikely that the CO considered or adopted the alleged erroneous
    weakness. Id.
    The GAO found the government’s response to each challenge to be consistent with the
    record and applicable law. Id. at 559. The GAO denied plaintiff’s protest on 25 September
    2020. Id. at 551.
    I. Procedural History Before This Court
    -6-
    On 5 October 2020, plaintiff filed its complaint in this bid protest, a motion to file the
    complaint under seal, and a motion for protective order. See Compl., ECF No. 1; Pl.’s Mot. for
    Leave to File Under Seal, ECF No. 2; Pl.’s Mot. for a Protective Order, ECF No. 3. Pursuant to
    the Court’s 7 October 2020 Order, later on 7 October 2020, the parties filed a joint status report
    with a proposed schedule. See Order, ECF No. 9; Joint Status Report, ECF No. 10. Also on 7
    October 2020, defendant-intervenor filed a motion to intervene, which did not state whether the
    motion was opposed. See Dowless & Associates, Inc.’s Mot. to Intervene, ECF No. 11. The
    Court held an initial telephonic scheduling conference on 8 October 2020. See Order, ECF No.
    9. Also on 8 October 2020, plaintiff refiled an unopposed motion for protective order and a
    redacted complaint. See Unopposed Mot. for Protective Order, ECF No. 13; Syneren
    Technologies Corp.’s Compl., ECF No. 14. Additionally on 8 October 2020, the Court granted
    plaintiff’s motion to file the complaint under seal, defendant-intervenor’s motion to intervene,
    and plaintiff’s second motion for protective order, along with setting the briefing schedule.
    Order, ECF No. 15.
    On 20 October 2020, the government filed the administrative record. See AR, ECF No.
    24. On 2 November 2020, plaintiff filed an unopposed motion for enlargement of time, which
    the Court granted on the same day. See Unopposed Mot. For Enlargement of Schedule, ECF No.
    25; Order, ECF No. 26. On 6 November 2020, plaintiff filed its motion for judgment on the
    administrative record (“MJAR”). See Pl. Syneren Technologies Corporation’s Mot. for J. on the
    Admin. R. and Incorporated Brief (“Pl.’s MJAR”), ECF No. 27. On 20 November 2020, the
    government filed its cross-MJAR and opposition to plaintiff’s MJAR. See Def.’s Cross-Mot. for
    J. on the Admin. R., and Opposition to Pl.’s Mot. for J. on the Admin. R., ECF No. 28 (“Def.’s
    Cross-MJAR”). On 30 November 2020, plaintiff filed its reply in support of its MJAR and
    response to the government’s cross-MJAR. See Pl. Syneren Technologies Corp.’s Reply in
    Supp. of Its Mot. for J. on the Admin. R. and Resp. to Def.’s Cross-Mot. for J. on the Admin. R.,
    ECF No. 29 (“Pl.’s Reply and Resp.”). On 9 December 2020, the government filed its reply.
    See Def.’s Reply in Supp. of Its Cross-Mot. for J. on the Admin. R., ECF No. 30 (“Def.’s
    Reply”). Defendant-intervenor did not file any briefs related to the cross-MJARs. The Court
    held oral argument on the parties’ cross-MJARs on 6 January 2021. See Order, ECF No. 33.
    II. Legal Standards
    A. Bid Protest Jurisdiction & APA Standard of Review
    The Tucker Act provides this Court jurisdiction to “render judgment on an action by an
    interested party objecting to a solicitation by a Federal agency for bids or proposals for a
    proposed contract or to a proposed award or the award of a contract or any alleged violation of
    statute or regulation in connection with a procurement or a proposed procurement.” 
    28 U.S.C. § 1491
    (b)(1). To be an interested party, a protestor must show that it is an “actual or prospective
    bidder or offeror whose direct economic interest would be affected by the award or failure to
    award the contract.” PDS Consultants, Inc. v. United States, 
    907 F.3d 1345
    , 1356 (Fed. Cir.
    2018) (internal quotation marks and citations omitted).
    In rendering such judgment, this Court “review[s] the agency’s decision pursuant to the
    standards set forth in section 706 of title 5” of the Administrative Procedure Act (“APA”).
    -7-
    § 1491(b)(4); see Impresa Construzioni Geom. Domenico Garufi v. United States, 
    238 F.3d 1324
    , 1332 (Fed. Cir. 2001). “Among the various [Administrative Procedure Act] standards of
    review in section 706, the proper standard to be applied in bid protest cases is provided by 
    5 U.S.C. §706
    (2)(A): a reviewing court shall set aside the agency action if it is ‘arbitrary,
    capricious, an abuse of discretion, or otherwise not in accordance with law.’” Banknote Corp. of
    Am., Inc. v. United States, 
    365 F.3d 1345
    , 1350–51 (Fed. Cir. 2004) (citing Advanced Data
    Concepts, Inc. v. United States, 
    216 F.3d 1054
    , 1057–58 (Fed. Cir. 2000)). Under this standard,
    “a court is not to substitute its judgment for that of the agency.” Motor Vehicle Mfrs. Ass’n of
    U.S., Inc. v. State Farm Mut. Auto Ins. Co., 
    463 U.S. 29
    , 43 (1983). “Courts have found an
    agency’s decision to be arbitrary and capricious when the agency ‘entirely failed to consider an
    important aspect of the problem, offered an explanation for its decision that runs counter to the
    evidence before the agency, or [the decision] is so implausible that it could not be ascribed to a
    difference in view or the product of agency expertise.’” Ala. Aircraft Indus., Inc.-Birmingham v.
    United States, 
    586 F.3d 1372
    , 1375 (Fed. Cir. 2009) (quoting Motor Vehicle Mfrs. Ass’n of U.S.,
    Inc., 
    463 U.S. at 43
    ). “The arbitrary and capricious standard applicable here is highly
    deferential” and “requires a reviewing court to sustain an agency action evincing rational
    reasoning and consideration of relevant factors.” Advanced Data Concepts, 
    216 F.3d at
    1058
    (citing Bowman Transp., Inc. v. Arkansas-Best Freight Sys., Inc., 
    419 U.S. 281
    , 283 (1974)).
    B. Judgment on the Administrative Record in a Bid Protest
    RCFC 52.1(c) “provides for judgment on the administrative record.” Huntsville Times
    Co. v. United States, 
    98 Fed. Cl. 100
    , 104 (2011). Rule 52.1(c) was “designed to provide for 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).
    This Court may set aside a contract award if: “(1) the procurement official’s decision
    lacked a rational basis; or (2) the procurement procedure involved a violation of regulation or
    procedure.” Impresa, 
    238 F.3d at 1332
    . “When a challenge is brought on the second ground, the
    disappointed bidder must show ‘a clear and prejudicial violation of applicable statutes or
    regulations.’” 
    Id. at 1333
     (quoting Kentron Haw., Ltd. v. Warner, 
    480 F.2d 1166
    , 1169 (D.C.
    Cir. 1973)). “[D]e minimis errors do not require the overturning of an award.” Grumman Data
    Sys. Corp. v. Dalton, 
    88 F.3d 990
    , 1000 (Fed. Cir. 1996). “De minimis errors are those that are
    so insignificant when considered against the solicitation as a whole that they can safely be
    ignored and the main purposes of the contemplated contract will not be affected if they are.” 
    Id.
    (internal quotation marks omitted) (quoting Andersen Consulting v. United States, 
    959 F.2d 929
    ,
    935 (Fed. Cir. 1992)). A bid protest plaintiff must establish alleged “errors in the procurement
    process significantly prejudiced [it]” by showing “there was a ‘substantial chance’ it would have
    received the contract award but for the errors.” Bannum, Inc., 
    404 F.3d at 1353
     (quoting Info.
    Tech. & Applications Corp. v. United States, 
    316 F.3d 1312
    , 1319 (Fed. Cir. 2003)).
    Technical ratings fall within a category of “discretionary determinations of procurement
    officials that a court will not second guess.” E.W. Bliss Co. v. United States, 
    77 F.3d 445
    , 449
    (Fed. Cir. 1996). “Procurement officials have substantial discretion to determine which proposal
    represents the best value for the government.” Galen Med. Assocs. v. United States, 
    369 F.3d 1324
    , 1330 (Fed. Cir. 2004) (citing E.W. Bliss, 
    77 F.3d at 449
    ). A protester alleging unequal
    -8-
    treatment in a technical evaluation “must show that the agency unreasonably downgraded its
    proposal for deficiencies that were ‘substantively indistinguishable’ or nearly identical from
    those contained in other proposals.” Office Design Group v. United States, 
    951 F.3d 1366
    , 1372
    (Fed. Cir. 2020).
    C. Permanent Injunction
    When deciding whether a permanent injunction is warranted, a court considers:
    (1) whether, 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).
    III. Parties’ Arguments
    A. Whether the Government’s Technical Evaluation Was Arbitrary, Irrational, or
    Contrary to Law
    1. Whether the Government Assigned Plaintiff Irrational Weaknesses
    Plaintiff argues the Court should set aside the procurement decision because the
    government’s “evaluation of proposals was arbitrary, irrational, and/or contrary to law.” Pl.’s
    MJAR at 13. Plaintiff first argues the government’s evaluation of plaintiff’s proposal was
    arbitrary and capricious because the government assigned plaintiff irrational weaknesses. 
    Id.
    The weaknesses plaintiff identifies as being irrationally assigned are: (1) “that its one day
    transition was risky”; (2) “that it failed to describe the risks associated with its proposed
    approach”; and (3) its “plan to give its employees an annual salary escalation, which the Agency
    believed represented a ‘cost control’ problem.” 
    Id.
     at 16–17 (citing AR at 331 (Second TET
    Consensus Report), 343 (Second Best Value Determination Memorandum)).
    Plaintiff responds to the first two identified weaknesses by arguing “[t]here was literally
    nothing for Syneren to do—the same employees who’d been walking through the doors to work
    for the Agency under the prior contract would walk through the doors to work for the Agency
    under the new contract.” Id. at 16. Plaintiff responds to the third identified weakness by noting:
    (1) the RFQ did not disallow raises for employees and “it is industry practice to adequately
    compensate employees”; (2) concerns over cost control are “totally irrational” because “the
    contract contemplated by the RFQ is a time and materials contract—not a cost contract,”
    meaning the government “is merely bound to pay the agreed upon rates,” regardless of the cost
    to the contractor; and (3) plaintiff proposed “a modest 2% annual escalation for each labor
    category.” Id. at 17.
    -9-
    The government explains “the upper air procurement is ‘part of a larger overall
    restructuring of contractual instruments from three contracts into four contracts,’ which at the
    very least will ‘require an adjustment on Syneren’s part to realign resource[s] to provide support
    specifically to the Upper Air Program.’” Def.’s Cross-MJAR at 20. The government asserts
    plaintiff’s belief “there was literally nothing for Syneren to do” reveals “its flawed understanding
    of the current procurement as being ‘identical’ to the contract for which it was an incumbent.”
    Id. Rather, the contracts “were not precisely identical as many tasks from the current contract
    were decoupled from each other as part of an overall restructuring.’” Id. (citing AR at 347
    (Second Best Value Determination Memorandum). The government also argues plaintiff “still
    should have budgeted enough time to allow for a margin of error . . . [g]iven the uncertainty
    inherent in any transition involving many moving parts.” Id.
    The government also argues it was not unreasonable for it to treat plaintiff’s proposed
    salary increases as a weakness because “it was reasonable for the agency to fear that salary
    increases could get out of hand if, for example, market conditions caused salaries for the types of
    positions contemplated in the RFQ to greatly increase.” Id. at 22. The government adds even if
    it was in error, there was no prejudice to plaintiff because the government assigned this weakness
    to defendant-intervenor as well. Id.
    Plaintiff also asserts it was “unreasonable” for the government to assign “a significant
    weakness for splitting the SME IV position into two part-time personnel.” Pl.’s MJAR at 18
    (citing AR at 330 (Second TET Consensus Report), 343 (Second Best Value Determination
    Memorandum)). Plaintiff argues the RFQ did not require the position, which provides direction
    to the staff and communicates with the agency, to be held by a single person, thus the
    government “unreasonably veered from the RFQ’s criteria in assigning a weakness for a
    bifurcated point of contact.” Id. at 18 (citing AR at 331 (Second TET Consensus Report)).
    The government responds plaintiff’s proposal to have two individuals split the SME IV
    team lead role is a significant risk because the position “is responsible for providing ‘direction,
    leadership, coordination for the rest of the staff . . . [and] ensuring that the deliverables and
    reports are generated and submitted to the Government in a high quality and timely manner.’”
    Def.’s Cross-MJAR at 18 (quoting AR at 101). The government asserts it was reasonable for the
    CO to conclude “having two individuals occupy such an important role would ‘jeopardiz[e] the
    unity of effort in the overall work performed’ and create the risk that tracking, reporting,
    monitoring, and checking of deliverables would not be consistent between the two individuals.”
    Id. at 18–19 (citing AR at 330–31 (Second TET Consensus Report), 347 (Second Best Value
    Determination Memorandum)).
    The government responds plaintiff “incorrectly understands the role ‘incumbent capture’
    played in the procurement,” and the contract “was not a pro forma exercise designed to simply
    renew Syneren’s existing role with respect to the upper air programs.” Id. at 17. The
    government explains it considered offerors’ “[t]echnical ability, regular reporting, and transition
    planning” along with the incumbent capture methodology. Id. at 18. More broadly, the
    government argues it cannot be the standard “that any practice not expressly prohibited by the
    RFQ cannot constitute a weakness for evaluation purposes.” Id. at 19.
    - 10 -
    2. Whether the Government Treated Plaintiff and Defendant-Intervenor
    Equally and Whether Strengths Assigned to Defendant-Intervenor Were
    Rational
    Plaintiff also argues the government did not treat plaintiff and defendant-intervenor
    equally “in irrationally assigning strengths to [defendant-intervenor’s] proposal.” Pl.’s MJAR at
    18. First, plaintiff argues the government’s assignment of a strength for defendant-intervenor’s
    four-month transition period as being a “methodical timeline of transition within a reasonable
    time” falls short of its desire to perform the work “without disrupting or compromising effective
    and efficient operations.” Id. at 19 (citing AR at 19 (solicitation), 72 (defendant-intervenor’s
    proposal), 322 (Second TET Consensus Report)). Plaintiff explains while the government
    “dwells heavily on the risk of Syneren’s one-day transition—for its own employees already at
    the Agency—the Agency assigned Dowless a strength for an inordinately long transition period.”
    Id. Plaintiff describes the government’s treatment of a four-month transition as a strength as
    being “unequal treatment when compared with the risk” the government assigned to plaintiff’s
    one-day transition. Id.; see AR at 331 (Second TET Consensus Report).
    The government responds it did not assign a strength to plaintiff’s proposed one-day
    transition period because plaintiff “wrongly conflates transition time with disruption.” Def.’s
    Cross-MJAR at 20. According to the government, “[a] smooth, non-disruptive transition, which
    is what the RFQ calls for, would likely take more time than an abrupt and unsettling transition.
    Just as a transition that is too long may cause disruption, so too can a transition that is too short.”
    Id. at 20–21.
    Plaintiff also argues the two part-time employees it proposed for the SME role are part of
    the incumbent personnel the government values; therefore replacing them with a single
    individual “would introduce risk,” something the government failed to consider when evaluating
    defendant-intervenor’s proposal. Pl.’s MJAR at 19–20.
    The government explains “the RFQ did not require the retention of all current workers on
    the upper air programs. It would be entirely consistent with full incumbent capture for Dowless
    to select only one of the two SME IV workers to work full time in the position.” Def.’s MJAR at
    19.
    B. The Parties’ Arguments Regarding NOAA’s CO’s Award Rationale
    Plaintiff argues the CO “failed to recognize obvious evaluation errors and compounded
    them with an irrational source selection decision.” Pl.’s MJAR at 20. Plaintiff argues the CO
    “allowed obvious evaluation errors to infect her source [s]election [d]ecision” and asserts this
    means “the resulting source selection decision is itself arbitrary and capricious.” Id. at 20.
    Plaintiff also argues the CO “failed to consider key risks in [defendant-intervenor’s]
    proposal.” Id. at 21. The first area plaintiff states the government failed to consider is its
    assignment of a significant strength to defendant-intervenor for offering benefits and salaries “as
    good as or better than” plaintiff’s rates, even though defendant-intervenor “actually offered
    lower rates, which the Contracting Officer knew and included in her decision.” Id. (citing AR at
    - 11 -
    322 (Second TET Consensus Report), 345, 347 (Second Best Value Determination
    Memorandum)). According to plaintiff, these “two findings are at odds” and although
    defendant-intervenor might have considered charging the government less than it paid its
    employees, defendant-intervenor’s proposal does not indicate any intention of doing so. Id. at
    21–22. The second risk plaintiff states the government failed to consider relates to the CO’s
    decision to adopt “the TET’s elaborate finding that two of the three past performance evaluation
    [sic] for [defendant-intervenor] were so unclear and wanting that [the TET] questioned whether
    the ratings were accurate.” Id. at 22 (citing AR at 328–29 (Second TET Consensus Report)).
    Plaintiff asserts an inconsistency between the CO’s decision to agree with the TET about the lack
    of clarity of the evaluations and the CO’s finding “that they were not so unclear that she couldn’t
    give [defendant-intervenor] a better rating.” Id. [emphasis omitted].
    Regarding cost control, the government argues because the contract “does not
    contemplate a price realism assessment, there is nothing inappropriate about a contractor
    proposing a price that is below its costs.” Def.’s Cross-MJAR at 22 (citing AR at 559 (Second
    GAO Decision)). The government asserts because it is on the offeror to take the risk, “it was not
    inconsistent for [defendant-intervenor] to claim that it would increase worker salaries and offer a
    price that is below its costs.” Id. The government also argues the CO rationally determined
    defendant-intervenor’s past performance, and plaintiff’s “argument fails to account for the fact
    that the Contracting Officer’s assessment of [defendant-intervenor’s] Past Performance relied on
    her own independent judgement.” Id. at 23 (citing AR at 348 (Second Best Value Determination
    Memorandum)).
    The government also argues the CO “reasonably concluded that [defendant-intervenor’s]
    ‘Good’ Technical Approach and Past Performance at the ‘high end’ of ‘Acceptable’ were
    superior to Syneren’s ‘lower end of Acceptable’ Technical Approach and ‘Outstanding’ Past
    Performance.” Id. at 23 (citing AR at 339–40 (Second Best Value Source Selection Trade-Off
    Memorandum), 347–48 (Second Best Value Determination Memorandum)). The government
    notes defendant-intervenor was also the lower priced of the two proposals, and “[i]t would have
    been irrational for the agency to award the Task Order to a bidder who was evaluated less highly
    on non-price factors and who offered a price $400,000 more than its better-rated competitor.” Id.
    at 23–24.
    IV. Analysis
    Based on the parties’ arguments outlined supra, the Court’s analysis of plaintiff’s
    arguments flow in logical progression of how they relate to one another. The Court initially
    considers the similarity of the solicitation to the previous contract, for which plaintiff is the
    incumbent.
    A. Whether the Contract is the Same as the Previous Contract
    Plaintiff argues the CO’s market research acknowledges plaintiff as “the incumbent
    contractor for the same work.” Pl.’s MJAR at 14 (citing AR at 1–2, 5 (CO’s Market Research
    Report)). The government noted the CO’s market research report “predated the solicitation, was
    not widely circulated, and was a passing remark” and instead argues the “procurement was not a
    - 12 -
    pro forma exercise designed to simply renew Syneren’s existing role with respect to the upper air
    programs.” Tr. at 31:12–14; Def.’s Cross-MJAR at 17.
    Plaintiff further explained, “the difference between the task orders [in the two contracts]
    is that there are currently three task orders. . . . The primary difference is that [the] ASOS and
    upper air [task order is] being divided into two task orders, and that accounts for the difference.”
    Tr. at 35:19–25. According to plaintiff, there is no “substantial difference” between the prior
    contract and the current solicitation because the “contracting officer said in her market research
    that this is the identical work and it’s the same scope and Syneren is the incumbent, and the
    requirements didn’t change from the market research to the solicitation/PWS . . . .” Id. at 36:8–
    16.
    According to the government, plaintiff’s “misunderstanding of [the change in scope of
    the contract] is a big reason why they were assigned weaknesses in the technical evaluation
    approach and is a major reason why the contract was not awarded to them.” Id. at 32:11–14.
    The government argued plaintiff’s proposal failed to address a significant change to the new
    solicitation, which was the “descoping and restructuring of the weather observation overall
    program, and a major part of that was the separation of the upper air from the ASOS.” Id. at
    36:20–25. The government explained the 8 October 2019 task order overview only contains
    three bullet points describing required technical and administrative skills, while the 11 January
    2018 task order overview contains five. Id. at 38:6–12 (citing AR at 38 (solicitation); 490
    (NOAA Performance Work Statement for Operations Technical Support Services, 11 January
    2018)). When the Court asked whether the difference simply reflected the new task order
    overview dropping two of the five tasks, the government explained the dropping of two tasks
    “reflects the overall understanding that the work was being descoped. So the ASOS tasks
    were . . . separated out from the upper air program.” Id. at 38:19–21; 39:2–6.
    The only substantive change from the 2018 task order overview to the 2019 task order
    overview is the removal of two of the five required skills. Compare AR at 38 (solicitation) with
    AR at 490 (NOAA Performance Work Statement for Operations Technical Support Services, 11
    January 2018).2 The three technical and administrative skills listed in the 2019 task order are
    identical to those listed in the 2018 task order except for minor stylistic differences. Compare
    AR at 38 (solicitation) with AR at 490 (NOAA Performance Work Statement for Operations
    Technical Support Services, 11 January 2018). The significant similarity of the task order
    overviews weighs in favor of plaintiff’s argument for continuity between the contracts.3 The
    government is correct, however, in asserting the contracts are not mirror images, and it is not
    unreasonable for the government to exercise caution while restructuring a series of contracts,
    especially when there is likelihood for contracted workers to be switching to different projects.
    2
    The 2018 requirements dropped in the 2019 task order overview are “[t]he Automated Surface Observing Systems
    program (ASOS) maintenance, ASOS engineering, ASOS system performance, and surface equipment and
    hydrology,” and “[t]he National Weather Service’s (NWS) Cooperative Observer Program (COOP) and the COOP’s
    Cooperative Station Service Accountability (CSSA) database and metadata system.” Compare AR at 38
    (solicitation) with AR at 490 (NOAA Performance Work Statement for Operations Technical Support Services, 11
    January 2018).
    3
    The government noted: “one place where one can look to see where this [descoping and restructuring] manifests is
    if you compare, for example, administrative record page 38 with administrative record page 490 . . . .” Tr. at 37:1–
    5.
    - 13 -
    The Court finds the government was rational in treating the contracts as having some relevant
    differences in assessing the offers. The Court’s finding here will be incorporated into its analysis
    of the parties’ arguments infra.
    B. Whether the Government Rationally Evaluated the Parties’ Proposed Pricing
    1. The Rationality of Defendant-Intervenor Offering the Government a
    Lower Price While Promising to Increase Employee Salaries
    The TET assigned defendant-intervenor a significant strength for its incumbent capture
    methodology as part of its overall technical approach rating of good, noting defendant-intervenor
    will “reassure the incumbent employees about their job security and their roles on the new
    contract” through “open and honest communication with incumbent staff and superior salary and
    benefits.” AR at 322 (Second TET Consensus Report). The government emphasized “the
    salaries and benefits offered by Team Dowless will be in all cases as good or better than the
    incumbent employee’s current company will.” Id. Defendant-intervenor’s proposal promised to
    “reassure the current staff that the transition to Team Dowless will not adversely affect their
    salary and benefits and that in many case [sic] they will obtain more benefits.” Id. at 72
    (defendant-intervenor’s proposal). The CO agreed with the TET’s evaluation. Id. at 343
    (Second Best Value Determination Memorandum).
    Plaintiff states the government was unreasonable in failing to consider the riskiness of its
    assignment of a significant strength to defendant-intervenor for offering benefits and salaries “as
    good as or better than” plaintiff’s rates while defendant-intervenor “actually offered lower rates,
    which the Contracting Officer knew and included in her decision.” Pl.’s MJAR at 21–22 (citing
    AR at 322 (Second TET Consensus Report), 345 (Second Best Value Determination
    Memorandum), 347 (Second Best Value Determination Memorandum)). According to plaintiff,
    these “two findings are at odds” and defendant-intervenor’s proposal indicates no effort to
    reconcile the apparent discrepancy by charging the government less than defendant-intervenor
    planned to pay its employees. Id.
    The government explains: “because the RFQ contemplates fixed-price fully burdened
    labor rates and does not contemplate a price realism assessment, there is nothing inappropriate
    about a contractor proposing a price that is below its costs.” Def.’s Cross-MJAR at 22. The
    government notes, “because the risk and responsibility for contract costs is on the contractor, not
    the Government, it was not inconsistent for Dowless to claim that it would increase worker
    salaries and offer a price that is below its costs.” Id. The government understands defendant-
    intervenor to be “presumably willing to accept a lower profit margin in order to provide a more
    competitive and better-value bid.” Def.’s Reply at 6.
    The government noted at oral argument the terms of the solicitation stated the awardee
    “would be responsible for any cost above and beyond what’s quoted” because the awardee’s
    quoted amount is the contract’s “ceiling price.” Tr. at 44:13–16; 47:12–17 (citing AR at 25
    (solicitation)). Plaintiff noted although there is a price ceiling, the government “explicitly
    anticipates that there could be an increase in the cost of the contract.” Id. at 56:20–24. Plaintiff
    cited a clause stating “the contractor shall notify the contracting officer in writing whenever it
    - 14 -
    has reason to believe that the costs it expects to incur under this contract in the next 60 days,
    when added to all the costs previously incurred, will exceed 85 percent of the total funded
    amount so far allotted.” Id. at 56:24–57:5 (citing AR at 25 (solicitation)).4
    Plaintiff elsewhere defends its own proposed price increases by noting the government
    “is merely bound to pay the agreed upon rates. Syneren’s actual costs are irrelevant, and would
    not affect the cost the Agency paid.” Pl.’s MJAR at 17. Plaintiff defends its ability to control
    costs by noting it is “irrational” for the government to conclude “[the government] had no way of
    knowing how Syneren would manage its costs.” Id. Plaintiff’s assertion it has no way of
    knowing how defendant-intervenor would manage its costs its similarly irrational, as plaintiff
    provides no evidence defendant-intervenor would not honor its contractual obligations, even loss
    of money on the contract.
    The Court recognizes the strength of plaintiff’s observation the government could be
    responsible for additional costs if the contractor’s costs reach a certain level. See Tr. at 56:24–
    57:5 (citing AR at 25 (solicitation)). Defendant-intervenor’s proposal is $404,898.75 less
    expensive than plaintiff’s, which means minor cost overruns will still save the government
    money, and to the extent plaintiff is concerned defendant-intervenor’s costs could rise above
    plaintiff’s proposed costs, this concern would also apply to plaintiff, since both parties offered to
    increase employee salaries to retain employees. See AR at 323, 331 (Second TET Consensus
    Report), AR at 340 (Second Best Value Source Selection Trade-Off Memorandum). Plaintiff’s
    concern regarding defendant-intervenor’s price is also misleading; although defendant-intervenor
    offered a superior price, the government rated defendant-intervenor higher on non-price factors,
    which it considered to be more important than price. See Def.’s Cross-MJAR at 13.
    The Court finds plaintiff is unable to overcome the government’s observation it is
    “entirely reasonable for the agency to have concluded that [the difference in cost between the
    offerors’ proposals] would not come out of the employee[s’] take-home but would come from
    Dowless’ margin, overhead, or any particular thing that would not affect the employee.” Tr. at
    53:14–18. The government’s decision here “evince[es] rational reasoning and consideration of
    relevant factors.” Advanced Data Concepts, Inc. v. United States, 
    216 F.3d 1054
    , 1058 (Fed.
    Cir. 2000). Technical ratings fall within a category of “discretionary determinations of
    procurement officials that a court will not second guess.” E.W. Bliss Co. v. United States, 
    77 F.3d 445
    , 449 (Fed. Cir. 1996). This analysis is also related to the Court’s consideration of the
    relevance of a price realism analysis, discussed immediately infra. The Court finds the
    government’s decision here should not be “set aside” because it is not “‘arbitrary, capricious, an
    abuse of discretion, or otherwise not in accordance with law.’” Banknote Corp. of Am., Inc. v.
    United States, 
    365 F.3d 1345
    , 1350–51 (Fed. Cir. 2004).
    2. The Role of Price and Cost Realism Analysis in the Dispute over the
    Rationality of Defendant-Intervenor’s Pricing
    4
    The clause further states: “The notice shall state the additional funds required to continue performance for the
    period specified in the Schedule.” AR at 25 (solicitation). The solicitation states change orders shall be allowed “to
    exceed the amount allotted by the government specified in the Schedule, [if] they contain a statement increasing the
    amount allotted.” 
    Id.
    - 15 -
    The government noted in its defense of defendant-intervenor’s pricing, “there is nothing
    inappropriate about a contractor proposing a price that is below its costs,” because the
    solicitation “does not contemplate a price realism assessment.” Def.’s Cross-MJAR at 22.
    Plaintiff responded it instead simply argued the CO failed to consider price “as a factor in
    whether Dowless was really offering enough to recruit and retain incumbent personnel.” Pl.’s
    Reply and Resp. at 5. Plaintiff clarified at oral argument it does not believe its argument
    regarding the rationality of defendant-intervenor’s price proposal “is a realism analysis because
    realism analysis addresses the risk of nonperformance. This is a consistency question.” Tr. at
    63:14-16.
    Defendant-intervenor suggested if plaintiff is requesting any sort of realism analysis, it is
    cost realism analysis, rather than price realism analysis, because there is not “any real issue with
    price. It sounds to me like the question is about whether our costs are covered.” 
    Id.
     at 64:11–17.
    Insofar as plaintiff requests a cost realism analysis, defendant-intervenor argued, “cost realism
    analysis is not required for the fixed elements of [a time and materials contract], . . . therefore,
    [defendant-intervenor] could bid costs that were lower than—or higher, rather, than what the . . .
    price might allow [defendant-intervenor] to recoup.” 
    Id.
     at 64:23–65:2.
    The Court agrees with the parties “that a price or cost realism analysis is not called for.”
    
    Id.
     at 66:18–19. The Court understands plaintiff to not be holding the government to a realism
    analysis, contrary to the government’s characterization.5 Plaintiff did not inquire into whether
    any particular costs defendant-intervenor proposed were realistic; rather, plaintiff merely
    inquired as to whether defendant-intervenor’s proposed price for the government matched what
    plaintiff anticipated defendant-intervenor’s costs to be. For the reasons discussed immediately
    supra, the Court finds the government’s decision to accept defendant-intervenor’s commitment
    to increase employees’ salaries while proposing a lower price than plaintiff to be rational.
    3. Whether the Government Rationally Assigned Plaintiff a Weakness for
    Proposing Annual Salary Increases
    The TET gave both plaintiff and defendant-intervenor weaknesses for proposing annual
    salary increases as part of their incumbent retention plans, which the government believed
    introduced a “cost control” problem. AR at 323, 331 (Second TET Consensus Report). These
    scores contributed to the TET’s technical approach scores for defendant-intervenor of good and
    plaintiff’s score of the lower end of acceptable. Id. at 322, 332. The CO agreed with the TET’s
    evaluation. Id. at 346–47 (Second Best Value Determination Memorandum).
    Plaintiff argues the government’s “apparent concern about ‘cost control’ is totally
    irrational” because under a time and materials contract, the government “is merely bound to pay
    the agreed upon rates,” and the contractor’s “actual costs are irrelevant, and would not affect the
    cost the agency paid.” Pl.’s MJAR at 17. Plaintiff argues only defendant-intervenor should still
    receive this weakness, however, because defendant-intervenor “did not know how much the
    5
    Plaintiff stated at oral argument it merely believes there “is a clear and fundamental disconnect between the
    technical offer and what the price was that was proposed.” Tr. at 84:22–24. Plaintiff then clarified it is not asking
    the government to “assess[] risk associated with the cost of performance” as a price realism analysis would require.
    Id. at 85:6–8.
    - 16 -
    incumbents earned and was much more likely to ‘take a bath’ if it bid substantially lower rates
    than Syneren.” Id.
    The government defended its assignment of a weakness on the ground “it was reasonable
    for the agency to fear that salary increases could get out of hand if, for example, market
    conditions caused salaries for the types of positions contemplated in the RFQ to greatly
    increase.” Def.’s Cross-MJAR at 22. The government observed even if it erred in assigning a
    weakness for the cost control issue, plaintiff “cannot show that it was prejudiced by this error”
    because “it was a weakness equally shared by both Syneren and Dowless” and the CO did not
    discuss “the salary increases as a weakness in her best value determination.” Id. (citing AR at
    323, 331 (Second TET Consensus Report), 342–50 (Second Best Value Determination), 557
    (Second GAO Decision)).
    Regardless of whether the government was rational in attributing a weakness to plaintiff
    and defendant-intervenor, the government is correct: any improvement in plaintiff’s rating
    would necessarily mean an improvement in defendant-intervenor’s rating as well. Plaintiff’s
    argument it deserves a better rating because it knows “how much the incumbents earned” is not a
    rational distinction because the information had no effect on the government’s concern regarding
    cost mismanagement—the government still accuses plaintiff of risking cost mismanagement
    despite plaintiff’s knowledge of the incumbent employees’ salaries. See Pl.’s MJAR at 17.
    Plaintiff also argues the government has no contractual responsibility to pay for a contractor’s
    cost mismanagement while also arguing defendant-intervenor provides a cost control concern to
    the government. See id. If plaintiff’s proposal does not present a cost control concern because
    of the nature of the contract, neither does defendant-intervenor’s proposal, since it is a proposal
    for the same contract.
    A protester alleging unequal treatment in a technical evaluation “must show that the
    agency unreasonably downgraded its proposal for deficiencies that were ‘substantively
    indistinguishable’ or nearly identical from those contained in other proposals.” Office Design
    Group v. United States, 
    951 F.3d 1366
    , 1372 (Fed. Cir. 2020). Plaintiff asks the government for
    different treatment for substantively indistinguishable deficiencies in its proposal and defendant-
    intervenor’s proposal. Although the government’s concern over employee salaries tracking
    market conditions appears to be in tension with the government’s strong focus on incumbent
    employee retention, the government was reasonable in treating the parties’ substantively
    indistinguishable deficiencies equally. See 
    id.
     Technical ratings fall within a category of
    “discretionary determinations of procurement officials that a court will not second guess.” E.W.
    Bliss Co., 
    77 F.3d at 449
    . The government’s decision here “evince[es] rational reasoning and
    consideration of relevant factors.” Advanced Data Concepts, 
    216 F.3d at 1058
    . The Court finds
    the government’s decision here should not be “set aside” because it is not “‘arbitrary, capricious,
    an abuse of discretion, or otherwise not in accordance with law.’” Banknote Corp. of Am., Inc.,
    
    365 F.3d at
    1350–51. Further, even were it irrational for the government to assign a weakness to
    both parties, plaintiff was not prejudiced because the government assigned defendant-intervenor
    the same weakness and the CO’s evaluation did not discuss the weaknesses. Bannum, Inc. v.
    United States, 
    404 F.3d 1346
    , 1353 (Fed. Cir. 2005) (A bid protest plaintiff must establish
    alleged “errors in the procurement process significantly prejudiced [it]” by showing “there was a
    - 17 -
    ‘substantial chance’ it would have received the contract award but for the errors.”); see AR at
    342–50 (Second Best Value Determination); 557 (Second GAO Decision).
    C. Whether the Government Assessed the Proposals Regarding SME IV Rationally
    1. Whether the Government Was Rational in Assigning Plaintiff a
    Significant Weakness for Proposing Two Part-Time Employees to a Full-
    Time Position
    As part of plaintiff’s acceptable rating for technical approach, the TET assigned plaintiff
    a significant weakness for “propos[ing] the use of the SME IV as the Team Lead who will
    provide direction, leadership, coordination for the rest of the staff” while also “propos[ing] two
    part-time individuals as SME IVs” and splitting leadership duties between the two part-time
    individuals. Id. at 330 (Second TET Consensus Report). The TET found a “significant risk” of
    inconsistencies between the two individuals’ “tracking, reporting, monitoring, and checking of
    deliverables.” Id. at 330–31 (Second TET Consensus Report). The CO agreed with this
    evaluation. Id. at 344 (Second Best Value Determination Memorandum).
    Plaintiff states because the solicitation did not explicitly require the position only be
    staffed by one person, the government “unreasonably veered from the RFQ’s criteria in assigning
    a weakness.” Pl.’s MJAR at 18. Plaintiff noted at oral argument the two part-time staffers it
    proposed as SMEs “are the incumbent SMEs on Syneren’s contract,” and they have similar
    project management experience of “more than 30 to 40 years.” Tr. at 11:16–24.
    The government argues the CO “reasonably concluded that having two individuals
    occupy such an important role would ‘jeopardiz[e] the unity of effort in the overall work
    performed’ and create the risk that tracking, reporting, monitoring, and checking of deliverables
    would not be consistent between the two individuals.” Def.’s Cross-MJAR at 18–19 (citing AR
    at 330–31 (Second TET Consensus Report), 347 (Second Best Value Determination
    Memorandum)). Although the RFQ “did not expressly prohibit multiple individuals from filling
    a single full-time position,” the government asserts “it was not irrational or unfair treatment for
    the agency to consider this a weakness.” Id. at 19. The government rejects plaintiff’s “proffered
    standard, that any practice not explicitly prohibited by the RFQ cannot constitute a weakness for
    evaluation purposes” and explains such a standard would lead to “overly permissive evaluations
    with the potential for absurd results.” Id. The government also notes it “would be entirely
    consistent with full incumbent capture for Dowless to select only one of the two SME IV
    workers to work full time in the position.” Id.
    At oral argument, plaintiff did not dispute the Court’s observation, “there’s no
    information in the record that specifies [the two part-time employees] have been part-time
    employees for a long period of time, wish to remain as part-time employees, [or] will only be
    employed as part-time employees.” Tr. at 74:20–24; 75:3–5. The government noted because
    defendant-intervenor planned to meet with employees as part of its incumbent capture
    methodology, defendant-intervenor could promote one of the part-time employees to full-time “if
    one wanted to go full-time.” Id. at 68:3–7. The government also argued “[t]here’s no
    demonstrated history that” the part-time employees’ part-time status was a strength, and the lack
    - 18 -
    of history means “it’s logical to say that they were retained in spite of their part-time status, not
    because of it.” Id. at 76:19–77:1. Finally, the government argued it was rational for it to see
    “the risk avoided of not having communication would be greater than the slight risk of
    potentially finding somebody that might not be the same level of quality as these two
    individuals.” Id. at 77:3–7.
    While plaintiff argues “proposing full-time personnel was a phantom RFQ requirement,”
    the Court agrees the government’s assessment of a weakness in this category did not treat the
    proposal as if it were “disqualifying or otherwise represented a failure to follow the solicitation
    requirements.” Pl.’s Reply and Resp. at 4; Def.’s Reply at 5. The Court finds it is not irrational
    to conclude that a full-time employee has much greater retention possibility than a part-time
    employee. The Court also finds the government rational in preferring a team leadership role be
    held by a single person, rather than by two part-time people. Thus, the government’s decision
    here “evince[es] rational reasoning and consideration of relevant factors.” Advanced Data
    Concepts, 
    216 F.3d at 1058
    . The Court finds the government’s decision here should not be “set
    aside” because it is not “‘arbitrary, capricious, an abuse of discretion, or otherwise not in
    accordance with law.’” Banknote Corp. of Am., Inc., 
    365 F.3d at
    1350–51. Plaintiff’s request
    for the Court to treat as irrational the government’s assignment of plaintiff weakness because it
    was not explicitly grounded in a violation of the letter of the solicitation is, in this instance, a
    request for the Court to reevaluate the “discretionary determinations of procurement officials that
    a court will not second guess.” E.W. Bliss Co., 
    77 F.3d at 449
    .
    2. Whether the Government Irrationally Failed to Consider the Risk of
    Defendant-Intervenor Replacing the Two Part-Time Employees with a Full-
    Time Employee
    Plaintiff also argues because it “employed all incumbent personnel, the hiring of any
    other individual as SME IV [to replace the two part-time employees] would necessarily affect the
    Agency’s receipt of services on other efforts” by taking employees away from other projects.
    Pl.’s MJAR at 19–20. Plaintiff asserts it was irrational for the government to not assign
    defendant-intervenor a risk related to this concern. Id. at 20. In response, the government argues
    “the RFQ did not require the retention of all current workers on the upper air programs,” so
    defendant-intervenor could “select only one of the two SME IV workers to work full time in the
    position” to avoid disruption to other projects. Def.’s Cross-MJAR at 19. Defendant-
    intervenor’s proposal of replacing the two part-time employees with a full-time employee could
    result in improved employee retention if one of the two part-time employees desired to work as a
    full-time employee. See Tr. at 68:3–7 (the government noting defendant-intervenor could
    promote one of the part-time employees to full-time “if one wanted to go full-time”). When the
    Court noted at oral argument “it’s not irrational to conclude that a full-time employee has much
    greater retention possibility than a part-time employee,” plaintiff responded part-time employee
    status and retention likelihood “are not necessarily connected.” Id. at 74:24–75:9. The Court
    reviews not whether the two are “necessarily connected” but whether the government was
    reasonable in seeing the two as connected and then crediting defendant-intervenor for proposing
    to select one of the two employees to work full-time as a means of retaining them for the future.
    Technical ratings fall within a category of “discretionary determinations of procurement officials
    that a court will not second guess.” E.W. Bliss Co., 
    77 F.3d at 449
    . The government’s decision
    - 19 -
    here “evince[es] rational reasoning and consideration of relevant factors.” Advanced Data
    Concepts, 
    216 F.3d at 1058
    . The Court finds the government’s decision here should not be “set
    aside” because it is not “‘arbitrary, capricious, an abuse of discretion, or otherwise not in
    accordance with law.’” Banknote Corp. of Am., Inc., 
    365 F.3d at
    1350–51.
    D. Whether the Government’s Rating of the Parties’ Proposed Transition Times
    Was Irrational
    The TET evaluated plaintiff’s “transition schedule of one day” as a weakness
    contributing to its lower end of acceptable rating for technical approach because it “represents a
    risk to the Government that Syneren is overestimating its ability to transition from all the duties
    that the individuals perform today . . . to the current work and activities required only by upper
    air programs.” AR at 330–32 (Second TET Consensus Report). The TET treated defendant-
    intervenor’s proposed four-month transition as a strength contributing to its technical approach
    rating of good, noting the transition plan’s “methodical timeline of transition within a reasonable
    amount of time,” which “provides the Government assurance that the company will execute the
    incumbent capture and new hires in a timely fashion to ensure no lapse in the work required in
    the program.” Id. at 323. The CO agreed with the TET’s evaluation. Id. at 346 (Second Best
    Value Determination Memorandum).
    Plaintiff argues the government’s decision to treat defendant-intervenor’s proposed four-
    month transition period as reasonable falls short of the government’s desire to perform the work
    “without disrupting or compromising effective and efficient operations.” Pl.’s MJAR at 19
    (citing AR at 19 (solicitation)). Plaintiff asserts the government’s treatment of defendant-
    intervenor’s four-month transition as a strength is not only “irrational and arbitrary in its own
    right, [but it also] demonstrates unequal treatment when compared with the risk” the government
    assigned to plaintiff’s “one-day transition—for its own employees already at the Agency.” Id.
    The government argues the CO rationally decided plaintiff’s “incumbency status ‘does
    not devoid them from requiring a transition period.’” Def.’s Cross-MJAR at 19–20 (quoting AR
    at 347 (Second Best Value Determination)). This was a necessity, according to the government,
    because the procurement is “‘part of a larger overall restructuring of contractual instruments
    from three contracts into four contracts,’ which at the very least will ‘require an adjustment on
    Syneren’s part to realign resource[s] to provide support specifically to the Upper Air Program.”
    Def.’s Cross-MJAR at 20 (quoting AR at 347 (Second Best Value Determination)).6
    Plaintiff asserted at oral argument its outstanding past performance rating “can’t be . . .
    highly relevant for purposes of past performance and then not relevant for technical” because, in
    plaintiff’s view, “[t]hese individuals are doing essentially the same work.” Tr. at 42:17–20;
    6
    The government noted at oral argument plaintiff’s failure “to address the descoping . . . also reflected a lack of
    understanding of the performance work statements and the requirements of the solicitation.” Tr. at 32:16–20. The
    government explained some of the employees plaintiff proposed as part of its incumbent retention “were primarily
    ASOS,” which would require “some transition, additional training for that person, some sort of getting on the same
    page” because the new contract contains only upper air work and no longer contains ASOS work—concerns
    plaintiff’s “proposal did not address at all.” Id. at 39:21–40:11.
    - 20 -
    42:23–24. Plaintiff adds it was contradictory for it to receive a strong rating for incumbent
    capture methodology and a weakness for a one-day transition to a new contract. Id. at 43:6–11.
    The Court is sympathetic to plaintiff’s position at oral argument its one-day transition
    plan was “a rational approach that made a lot of sense” based on plaintiff’s incumbent status and
    the minimal changes in the new contract. Id. at 10:8–9. Plaintiff appears to misunderstand the
    government’s concerns underlying its rating, however. The government noted plaintiff’s
    optimistic assessment left “no room for margin of error” in case plaintiff was “overestimating its
    ability to transition from all the duties that the individuals perform today . . . to the current work
    and activities required only by the Upper Air programs.” AR at 331 (Second TET Consensus
    Report).7 Plaintiff’s failure to prepare for anything but a smooth transition overlooked the
    government’s desire for offerors to demonstrate an understanding of “the overall requirements
    for Upper Air programs.” Id.8 The government observed defendant-intervenor’s proposed
    transition timeline “provides the Government assurance that the company will execute the
    incumbent capture and new hires in a timely fashion to ensure no lapse in the work required in
    the program.” Id. at 323.9
    As the government observed at oral argument, plaintiff “offer[ed] no support . . . other
    than just their own say-so” for its characterization of defendant-intervenor’s proposed four-
    month transition as “necessarily disrupt[ing] the performance of the contract.” Tr. at 12:5–6;
    80:1–3. The Court finds the government’s assignment of a risk to plaintiff’s proposed one-day
    transition was reasonable because it was rational for the government to be concerned plaintiff
    was underprepared for small but important changes in the new solicitation, which could lead to
    delays in transition plaintiff did not foresee. Such a determination as part of a technical rating
    falls within a category of “discretionary determinations of procurement officials that a court will
    not second guess.” E.W. Bliss Co., 
    77 F.3d at 449
    . The Court also finds the government was
    rational in assigning a strength to defendant-intervenor for “a methodical timeline of transition
    7
    Plaintiff’s comparison of its plan to defendant-intervenor’s appears to treat the parties’ respective proposed
    transition times as definitive statements of the actual time it will take for the parties to transition, rather than as
    reflections of the parties’ understandings of the challenges transition could present: “it just doesn’t make common
    sense to say a one-day transition creates an unexplained risk where a four-month transition that would clearly disrupt
    the requirement is somehow methodical.” Tr. at 12:7–10.
    8
    The government’s concern plaintiff did not understand the new contract requirements is bolstered by two other
    weaknesses the government assigned to plaintiff. First, the government noted plaintiff’s list of deliverables included
    “artifacts for engineering and logistics for ASOS and COOP programs. These two programs are out of scope of this
    solicitation.” AR at 331 (Second TET Consensus Report). The government stated this presented a risk plaintiff
    “does not understand the requirements of this PWS by including activities that are clearly outside the scope of this
    work for Upper Air programs.” 
    Id.
     Second, the government noted plaintiff’s acknowledgement of the risks
    involved in the transition yet failure to “clearly outline the methodology for handling each risk from all the risk
    management steps” is a sign plaintiff may not be clear about the risks or how to handle them. 
    Id.
     The government
    sees this as creating risk of an unsuccessful transition. 
    Id.
    9
    Meanwhile, according to the government, “of the people that Syneren proposed, if you look at their resumes that it
    provided, and based off of the work they’d be providing, the division of labor between those people, some were
    primarily ASOS.” Tr. at 39:21–25. The “particular knowledge and understanding of upper air” of staffers
    transitioning from primarily ASOS to new solicitation’s exclusive focus on upper air “may not be what’s required
    going forward. . . . [T]here’s going to need to be some transition, additional training for that person, some sort of
    getting on the same page.” 
    Id.
     at 40:2–9.
    - 21 -
    within a reasonable amount of time.” Advanced Data Concepts, 
    216 F.3d at 1058
     (“The
    arbitrary and capricious standard applicable here is highly deferential” and “requires a reviewing
    court to sustain an agency action evincing rational reasoning and consideration of relevant
    factors.”); AR at 323 (Second TET Consensus Report). The government did not treat the parties
    unequally in assigning defendant-intervenor a strength for a longer transition period and plaintiff
    a weakness for a shorter transition period, since a protester alleging unequal treatment in a
    technical evaluation “must show that the agency unreasonably downgraded its proposal for
    deficiencies that were ‘substantively indistinguishable’ or nearly identical from those contained
    in other proposals,” and plaintiff did not demonstrate the deficiencies in its proposed transition
    time were nearly identical to those in defendant-intervenor’s. Office Design Group 951 F.3d at
    1372.
    E. Whether the Government’s Past Performance Rating for Defendant-Intervenor
    Was Irrational
    The TET rated plaintiff’s past performance outstanding and rated defendant-intervenor’s
    past performance acceptable, noting defendant-intervenor’s “narratives provided in the CPARS
    and PPQs do not support the assigned adjectival ratings associated with the various rating areas.”
    AR at 328, 333 (Second TET Consensus Report). The CO accepted these adjectival ratings but
    viewed defendant-intervenor’s past performance more positively, adding: “the adjectival scale
    used by the agency does not provide for a rating between the level of Acceptable and the level of
    Outstanding for past performance, in contrast to the evaluation of Technical Approach herein
    which included an intermediate rating of Good. Had there been such a rating option, it would
    likely have been provided to Dowless’ past performance.” Id. at 348 (Second Best Value
    Determination Memorandum).
    Plaintiff argues it was prejudiced by the CO’s arbitrary past performance ratings. Pl.’s
    MJAR at 23. Plaintiff asserts the CO raised defendant-intervenor’s past performance rating from
    what the TET recommended even after agreeing with the TET that two of defendant-intervenor’s
    three past performance evaluations were unclear and of questionable accuracy. Id. at 22 (citing
    AR at 328–329 (Second TET Consensus Report), 347 (Second Best Value Determination
    Memorandum)). Plaintiff further alleges the CO “puff[ed] up the awardee’s past performance
    findings without providing any rationale.” Pl.’s Reply and Resp. at 1.
    The government asserts plaintiff “fails to account for the fact that the Contracting
    Officer’s assessment of Dowless’s Past Performance relied on her own independent judgment.”
    Def.’s Cross-MJAR at 23 (citing AR at 348 (Second Best Value Determination Memorandum)).
    According to the government, the CO “did not find the Past Performance narratives lacking to
    the extent that it affected her ‘overall confidence in Dowless’ ability to perform successfully.”
    Id. (citing AR at 347–48 (Second Best Value Determination Memorandum)).
    The CO’s rating of defendant-intervenor’s past performance as being on the “high end of
    the Acceptable rating” was lower than plaintiff’s “outstanding” rating. AR at 348 (Second Best
    Value Determination Memorandum). While the TET noted two of defendant-intervenor’s three
    references “lacked the narratives to substantiate the assigned Exceptional ratings,” the CO agreed
    the narratives did not justify a high rating, but instead found the narratives to be only “somewhat
    - 22 -
    lacking, however not to the detriment in affecting the overall confidence in Dowless’ ability to
    perform successfully.” Id. at 347 (Second Best Value Determination Memorandum). The CO
    also acknowledged defendant-intervenor’s past performance as a subcontractor as opposed to
    prime contractor: “Despite that fact, the quality of Dowless’ performance was positive, giving a
    reasonable expectation that Dowless & Associates, Inc. will successfully perform the required
    effort.” Id. at 347–48 (Second Best Value Determination Memorandum).
    At oral argument, plaintiff agreed defendant-intervenor has relevant past performance,
    namely as a subcontractor on other NOAA contracts. Tr. at 24:18–21. Plaintiff acknowledged
    defendant-intervenor’s reference for subcontractor Tesla “was a relevant reference and that Tesla
    did good work . . . .” Id. at 28:16–18. Tesla currently provides contract support for the
    Automated Surface Observing System Service Life Extension Program, thereby demonstrating
    its “technical expertise and experience in similar kinds of work.” AR at 79 (defendant-
    intervenor’s proposal); Tr. at 19:13–14. In performing work for NOAA, Tesla received CPARS
    ratings providing “more solid justification” to the government, and “greater assurance as to the
    quality of the work that Team Dowless would be able to provide overall.” AR at 344 (Second
    Best Value Determination Memorandum). Defendant-intervenor’s other reference, ITegrity,
    Inc., also provides “operational support services to the NOAA Office of the Assistant
    Administrator” by fulfilling web page maintenance and technical writing support. Id. at 81–82
    (defendant-intervenor’s proposal). The CO concluded both bidders presented past performance
    references within the scope and magnitude of the solicitation. Id. at 347 (Second Best Value
    Determination). To the extent plaintiff merely asserts its own past performance is superior to
    defendant-intervenor’s, the government agreed, observing defendant-intervenor’s past
    performance rating was still lower than plaintiff’s after the CO’s review. Tr. at 78:18–19.
    Plaintiff does not cite any rule requiring the CO to adopt the TET’s findings verbatim.
    The CO does not appear to be “puffing up the awardee’s past performance findings without
    providing any rationale.” See Pl.’s Reply and Resp. at 1. Rather, the CO carefully considered
    the TET’s evaluations of defendant-intervenor’s ratings and “did not find the Past Performance
    narratives lacking to the extent that it affected her ‘overall confidence in Dowless’ ability to
    perform successfully.” Def.’s Cross-MJAR at 23 (citing AR at 347–48 (Second Best Value
    Determination Memorandum)). This is precisely the rational deliberation the law requires, and
    plaintiff asks the Court to evaluate “minutiae of the procurement process[,] . . . which involve[s]
    discretionary determinations of procurement officials that a court will not second guess.” E.W.
    Bliss Co., 
    77 F.3d at 449
    . Accordingly, the Court finds the CO’s past performance evaluation of
    defendant-intervenor rational. Advanced Data Concepts, 
    216 F.3d at 1058
     (“The arbitrary and
    capricious standard applicable here is highly deferential” and “requires a reviewing court to
    sustain an agency action evincing rational reasoning and consideration of relevant factors.”).
    F. Whether the CO Was Rational in Accepting the TET’s Evaluations
    The CO found “that the Technical Evaluation Team Consensus Report contains sufficient
    information to make a sound, supportable, business award decision.” AR at 346 (Second Best
    Value Determination Memorandum). The CO also “concur[ed] with the TET’s nonprice ratings,
    identified technical findings and assessment of past performance” and “with the findings above
    that the vendors’ total evaluated price has been determined fair and reasonable.” 
    Id.
     The CO
    - 23 -
    accepted these adjectival ratings but viewed defendant-intervenor’s past performance more
    positively, adding: “the adjectival scale used by the agency does not provide for a rating
    between the level of Acceptable and the level of Outstanding for past performance, in contrast to
    the evaluation of Technical Approach herein which included an intermediate rating of Good.
    Had there been such a rating option, it would likely have been provided to Dowless’ past
    performance.” Id. at 348.
    Plaintiff argues the CO’s decision to “adopt[] the strengths and weaknesses assigned to
    Syneren and Dowless without question . . . along is sufficient to tradeoff decision on [sic]
    arbitrary, capricious, and irrational technical evaluations and an unreasonable comparison of
    quoted prices.” Pl.’s MJAR at 20–21 (citing AR at 343 (Second Best Value Determination)).
    Plaintiff explained at oral argument the CO accepted “all of the strengths and all of the
    weaknesses proposed that the technical evaluation team found.” Tr. 12:16–19 (citing AR at 346
    (Second Best Value Determination)). According to plaintiff, “[t]hese flaws in the evaluation
    process rendered the source selection authority’s tradeoff analysis arbitrary and capricious.”
    Pl.’s MJAR at 21. Plaintiff argues if the government had “properly evaluated quotations and
    afforded the RFQ’s factors the appropriate weight, Syneren would have stood a substantial
    chance for award.” Id. at 23.
    The government argues the CO “reasonably concluded that Dowless’s ‘Good’ Technical
    Approach and Past Performance at the ‘high end’ of ‘Acceptable’ were superior to Syneren’s
    ‘lower end of Acceptable’ Technical Approach and ‘Outstanding’ Past Performance.” Def.’s
    Cross-MJAR at 23 (citing AR at 339–40 (Second Best Value Source Selection Trade-Off
    Memorandum); 347–48 (Second Best Value Determination Memorandum)). The government
    explains plaintiff “fails to account for the fact that the Contracting Officer’s assessment of
    Dowless’s Past Performance relied on her own independent judgment.” Id. (citing AR at 348
    (Second Best Value Determination Memorandum)). The government also argues because the
    TET’s evaluation was not “fundamentally flawed and arbitrary,” the CO “was not improper” in
    relying on the TET’s evaluation. Id.
    The Court found supra the TET’s evaluation and the CO’s reliance on the TET’s
    evaluation were not irrational. Plaintiff’s argument relies on a finding of “flaws in the evaluation
    process,” but because the evaluation process was not flawed, it was not arbitrary and capricious
    for the CO to rely on the TET’s evaluation in its tradeoff analysis. The CO carefully considered
    the TET’s evaluations of defendant-intervenor’s ratings and closely inspected narratives
    underlying the TET’s ratings. See id. (citing AR at 347–48 (Second Best Value Determination
    Memorandum)). This is precisely the rational deliberation the law requires, and plaintiff’s
    argument asks the Court to investigate the “minutiae of the procurement process[,] . . . which
    involve[s] discretionary determinations of procurement officials that a court will not second
    guess.” E.W. Bliss Co., 
    77 F.3d at 449
    . Accordingly, the Court finds the CO’s past performance
    evaluation of defendant-intervenor reasonable. Impresa Construzioni Geom. Domenico Garufi v.
    United States, 
    238 F.3d 1324
    , 1332 (Fed. Cir. 2001) (internal quotation marks and citations
    omitted) (Contracting officers “are entitled to exercise discretion upon a broad range of issues
    confronting them in the procurement process.”).
    V. Injunctive Relief
    - 24 -
    In its motion for judgment on the administrative record, plaintiff requested a permanent
    injunction. See Pl.’s MJAR at 23. The Court considers the following factors when determining
    whether to issue a permanent injunction: “(1) whether . . . 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). According to the first
    factor, plaintiff is not entitled to injunctive relief because plaintiff does not prevail on the merits.
    The Court therefore does not consider the remaining factors of the test for a permanent
    injunction. Info. Tech. & Applications Corp. v. United States, 
    51 Fed. Cl. 340
    , 357 n.32 (2001),
    aff’d, 
    316 F.3d 1312
     (Fed. Cir. 2003) (“Absent success on the merits, the other factors are
    irrelevant.”).
    VIII. Conclusion
    For the foregoing reasons, the Court DENIES plaintiff’s motion for judgment on the
    administrative record and GRANTS the government’s cross-motion for judgment on the
    administrative record. The Clerk is directed to enter judgment accordingly.
    IT IS SO ORDERED.
    s/ Ryan T. Holte
    RYAN T. HOLTE
    Judge
    - 25 -