People, Technology and Processes, LLC v. United States ( 2021 )


Menu:
  •             In the United States Court of Federal Claims
    No. 20-1043C
    Filed Under Seal: December 18, 2020
    Reissued: January 8, 2021 1
    PEOPLE, TECHNOLOGY &
    PROCESSES, LLC,
    Plaintiff,
    v.
    THE UNITED STATES,
    Defendant.
    Craig A. Holman, Lead Attorney, Arnold & Porter Kaye Scholer LLP, Washington, DC, with
    whom were Kara L. Daniels, Of Counsel, and Nathaniel E. Castellano, Of Counsel, Arnold &
    Porter Kaye Scholer LLP, Washington, DC, for Plaintiff.
    Sosun Bae, Senior Trial Counsel, Patricia M. McCarthy, Assistant Director, Robert E.
    Kirschman, Jr., Director, Commercial Litigation Branch, Civil Division, U.S. Department of
    Justice, Washington, DC, and Jeffrey Bossert Clark, Acting Assistant Attorney General, U.S.
    Department of Justice, with whom were Isabelle P. Cutting, Of Counsel, U.S. Air Force, and
    Maj. Michelle E. Gregory, Of Counsel, U.S. Air Force, for Defendant.
    OPINION AND ORDER ON CROSS-MOTIONS
    FOR JUDGMENT ON THE ADMINISTRATIVE RECORD
    TAPP, Judge.
    Before the Court in this post-award bid protest are the parties’ cross-motions for
    judgment on the administrative record. (Pl.’s Mot. for J. on Admin. R., ECF No. 18; Pl.’s Mem.
    of Law In Supp. of Mot. for J. on Admin. R., ECF No. 18-1 (“Pl.’s Mem.”). Def.’s Cross-Mot.
    for J. on Admin. R., ECF No. 19 (“Def.’s Cross-Mot.”)). On August 19, 2020, Plaintiff, People,
    Technology and Processes, LLC (“PTP”), filed a four-count complaint challenging the
    evaluation and award decision of U.S. Special Operations Command (“USSOCOM” or the
    “Agency”), concerning a multiple award Indefinite Delivery, Indefinite Quantity (“IDIQ”)
    procurement for Special Operations Forces (“SOF”) Core Services Support (“SCS”), under
    Solicitation No. H92400-19-R-0003 (“Solicitation” or “RFP”). (Compl., ECF No. 1; Redacted
    1
    This Opinion and Order was originally filed under seal on December 18, 2020. ECF No. 27. The parties were
    given an opportunity to submit proposed redactions, which were filed by Defendant as “Agreed-Upon” redactions
    on January 4, 2021. ECF No. 29. The Court hereby adopts those redactions and reissues its Opinion and Order. The
    agreed-upon redactions are indicated by three consecutive asterisks within brackets ([* * *]).
    Compl., ECF No. 15). Specifically, PTP challenges the Agency’s determination that PTP’s
    proposal did not satisfy the Capabilities sub-element of the Factor 1 (Technical) IDIQ
    Management criteria, delineated in section M2.2.1 of the Solicitation, as arbitrary, capricious,
    and contrary to law. (See generally, Compl.).
    Also before the Court is PTP’s November 18, 2020, Motion to Strike Exhibit A to
    Defendant’s Reply brief and portions of the reply brief related to Exhibit A, which relates to a
    declaration of the Agency’s Contracting Officer. (Pl.’s Mot. to Strike, ECF No. 22; Def.’s Reply,
    Ex. A, ECF No. 21). These matters are now fully briefed and ripe for decision.
    For the reasons set forth below, the Court DENIES PTP’s Motion for Judgment on the
    Administrative Record and request for a permanent injunction, and GRANTS the United States’
    Cross-Motion for Judgment on the Administrative Record. In addition, the Court DENIES-AS-
    MOOT PTP’s Motion to Strike. The Court will address each issue in turn.
    I.     Background
    PTP is a Service Disabled Veteran Owned Small Business that provides information
    technology services, software solutions, and professional development training. (Compl. at 6). A
    majority of PTP’s employees, including senior leadership, are former Special Operations Forces
    service members. (Id.). PTP and its partners have successfully performed several prior contracts
    in support of USSOCOM and other federal agencies. (Id. at 1, 6).
    On June 14, 2019, USSOCOM issued a Solicitation for a Special Operations Forces Core
    Support Services multiple award IDIQ contract, pursuant to Federal Acquisition Regulation
    (FAR) Part 15, Defense FAR Supplement (DFARS) Part 215, and Section 825 of the National
    Defense Authorization Act (NDAA) for Fiscal Year 2017 Class Deviation 2018-O0006. (AR
    342, 564). 2 The Solicitation’s Statement of Work (SOW) stated that USSOCOM was seeking
    support in six areas: Education and Training Services; Management Support Services; Program
    Management; Engineering and Technical Services; Professional Services; and Administrative
    and Other Services. (AR 522, 522–25).
    Offerors were directed to submit proposals in three separate volumes, each of which were
    evaluated independently from the other volumes. (See AR 557, 558). The Solicitation provided
    that Volume I, Administrative and Responsibility Material, would be evaluated on a “pass/fail”
    basis; Volume II, IDIQ Management, would be evaluated on an acceptable/unacceptable basis;
    and Volume III, Past Performance, would be assigned a confidence level rating. (AR 564). The
    Solicitation stated that awards would be made to all offerors that received a “pass” rating for the
    Administrative and Responsibility criteria (Vol. I), an “acceptable” rating for Factor 1 – IDIQ
    Management (Vol. II), and a “substantial confidence” rating for Past Performance (Vol. III). (AR
    564, 567).
    Importantly, the Solicitation set forth several formatting requirements for the proposals.
    (See AR 556–57). For example, section L1.9, covering cross-referencing, provided that
    2The Agency issued an amended solicitation on August 1, 2019, which did not change any
    provisions relevant to this protest. (See AR 342, 477, 482).
    2
    “[v]olumes shall not include glossaries, compliance matrices or acronym lists.” (AR 556–57).
    Instead, offerors were directed to “submit, as a standalone document marked ‘Cross-Reference’,
    a comprehensive glossary, compliance matrix and acronym list.” (AR 558). The provision
    explained that “[t]his ‘Cross Reference’ Document shall not be included in any volume and has
    no page limit.” (Id.). Further, “[e]ach volume shall be written on a stand-alone basis so that its
    contents may be evaluated with a minimum of cross referencing to other volumes in the
    proposal. Information required for proposal evaluation which is not found in its designated
    volume will be assumed to have been omitted.” (AR 558).
    In addition, the Solicitation contained a “General Information” section, which explained
    that “[t]he proposal must include all data and information requested and must be submitted in
    accordance with [] these instructions. . . . Proposals must be complete, self-sufficient, and
    respond directly to the requirements of the solicitation.” (AR 556). The Solicitation further
    provided “Do not merely reiterate the SOW or reformulate the requirements specified in
    the solicitation.” (Id.) (emphasis in original). Finally, the Solicitation stated: “At a minimum,
    each Volume shall be submitted as a separate file.” (AR 557) (emphasis in original).
    With respect to Volume II, Factor 1 IDIQ Management, the Solicitation provided general
    instructions which stated “Volume II must provide specifics and be complete. All requirements
    specified in the solicitation are mandatory.” (AR 559). This portion of the Solicitation instructed
    offerors to provide a summation of their team’s capabilities to meet three stated imperatives:
    stability, agility, and reach. (See AR 559–60). Specifically, the Solicitation stated:
    L3.2.1.1 Capabilities. Summarize the capabilities of your team to meet the
    requirements of the SOW that results in your team’s stability, agility, and
    reach in accomplishing the overall mission. Include a summary of your
    team’s experience in providing services of a similar scope. Stability is
    informed by the team’s capability to sustain a technical workforce with
    requisite expertise in a dynamic environment. Agility is informed by the
    team’s aggregate ability to address all mission areas. Reach is informed by
    the team’s organizational capability and processes to effectively execute all
    requirements.
    (AR 560).
    With respect to the evaluation of Volume II, the Solicitation explained that “[e]valuation
    of proposals will focus on the offeror’s ability and approach to meet and understand the SCS
    SOW requirements. Note that if an offeror’s proposal does not meet a Government requirement,
    it will result in an Unacceptable proposal.” (AR 565). For the Program Management portion of
    Volume II, “[t]he Government will evaluate the extent to which the offeror’s overall Program
    Management Plan demonstrates a sound, practical methodology for satisfying the requirements
    stated in the solicitation. The assessment will focus on the offeror’s ability to ensure all resources
    are available to successfully execute SCS requirements.” (Id.). With regard to the Capabilities
    portion of Volume II, section M2.2.1.1, the Solicitation provided:
    M2.2.1.1 Capabilities. The Government will evaluate breadth and depth of
    the capabilities of the offeror (including teaming partners and subcontractors)
    3
    in providing support of similar scope and size, to similar organizations. The
    Government will evaluate the breadth and depth of the offeror’s stability,
    agility, and reach in accomplishing the overall mission. Offerors that can
    describe the degree to which their team covers ALL required skill-levels,
    capabilities, and experience as required by the applicable SOW, will be
    viewed as capable of providing stability and agility. An offeror with
    redundancy within its team, in a manner that encourages healthy internal
    competition, will demonstrate agility and reach. A team construct that ensures
    equitable workshare will demonstrate stability. Descriptions of experience
    which include empirical summaries of results in transition, staffing, and issue
    resolution, as well as organizations that are disposed in multiple (global)
    locations, demonstrate all three Imperatives.
    (AR 565).
    Ultimately, USSOCOM received [* * *] timely offers, including an offer from PTP. (AR
    10684). On September 3, 2019, the Source Selection Evaluation Board (“SSEB”) convened for
    training as to how the proposals should be evaluated. (See AR 4017–84). The training materials
    noted that “Source Selection is a Subjective Process; Government MUST do what we state we
    will do in [the “Evaluation Process”] Section M.” (AR 4084) (emphasis in original). In addition,
    the training explained that “SSEB evaluates proposals against evaluation criteria NOT proposals
    against one another; [the Source Selection Advisory Council (“SSAC”)] (or [Source Selection
    Authority (“SSA”)]) conducts the comparative analysis.” (AR 4083) (emphasis in original).
    The SSEB conducted an initial evaluation of the timely proposals from September 3,
    2019, to March 6, 2020, (AR 8837), and issued a final evaluation report to the SSAC on March
    21, 2020. (See AR 8834–9026). In the final evaluation report, the SSEB assigned PTP a [* * *]
    rating for the Administrative and Responsibility materials (Vol. I), an “Unacceptable” rating for
    the Factor 1 IDIQ Management criteria (Vol. II), and a [* * *] rating for its past performance
    proposal (Vol. III). (AR 8956–8964). The SSEB explained the unacceptable rating for the Factor
    1 IDIQ Management portion of PTP’s proposal (Vol. II) as follows:
    2.2.1          Element 1 – Program Management
    [* * *]
    2.2.1.1.       Sub-Element 1.1 – Capabilities
    [* * *]
    (AR 8956–57). PTP received [* * *] ratings for all other sub-elements of the IDIQ Management
    portion of its proposal. (See id.).
    After reviewing the SSEB final evaluation report, the SSAC analyzed the proposals and,
    on April 3, 2020, made a recommendation for award to the Source Selection Authority. (AR
    9028, 9103). Thereafter, the Source Selection Authority conducted an independent review,
    following “the evaluation process described in Section M of the RFP [and] rel[ying] upon the
    SSEB’s evaluation findings and the SSAC’s recommendation report.” (AR 9103–04). The
    4
    Source Selection Authority ultimately made 46 awards—one to each offeror that satisfied all
    qualifying criteria for each of the three volumes. (AR 9107). PTP was not selected for an award.
    (See AR 9107–09).
    USSOCOM issued a pre-award notice of successful offerors on April 23, 2020, and
    award notices on May 1, 2020. (AR 9158–60 (Pre-Award Notice), 9178–9954 (Award Notices)).
    In addition, USSOCOM issued PTP a notification that it was not receiving an award on May 1,
    2020, which included a written debriefing and PTP’s individual evaluation report. (AR 9974–
    94). PTP then submitted follow-up questions within two days of receiving the notification and
    written debriefing. (See AR 10024–30). On May 7, 2020, USSOCOM responded to PTP’s
    debriefing questions. (See AR 10035–44). Of relevance here, in response to PTP’s question [* *
    *] (AR 10038).
    On May 11, 2020, PTP filed a timely post-award protest with the Government
    Accountability Office (GAO), challenging USSOCOM’s decision to rate as unacceptable the
    Factor 1 IDIQ Management portion of PTP’s proposal (Vol. II). (See AR 10345–10568; Pl.’s
    Mem. at 12). Specifically, PTP alleged that USSOCOM’s stated rationale “misstates PTP’s
    proposal and establishes that the evaluators failed to evaluate PTP’s proposal as required by the
    Solicitation and the law.” (AR 10346–47). PTP further argued that “the Agency evaluators
    misreported the contents of the tables themselves and ignored the narrative information in PTP’s
    Proposal Volume II . . ..” (AR 10347). In addition, PTP alleged that the evaluation of the
    technical portion of its proposal (Vol. II) was inconsistent with the evaluation of the past
    performance portion of its proposal, and that USSOCOM conducted an unequal evaluation of
    PTP’s proposal compared to several awardees, such as [* * *] (AR 10347–48). In response to
    PTP’s GAO protest, USSOCOM’s contracting officer filed a “Consolidated Contracting
    Officer’s Statement of Facts and Memorandum of Law.” (See AR 10680–10705).
    On July 24, 2020, the parties convened for an Alternative Dispute Resolution (ADR)
    conference. (See AR 11697). After hearing the parties’ respective positions, the GAO ADR
    representative explained that he would recommend the GAO deny PTP’s protest. (Id.). “[W]ith
    respect to PTP’s direct challenge to the technical evaluation, [the ADR representative] found the
    evaluation reasonable and disagreed with PTP’s evaluation of the Solicitation.” (Id.). The ADR
    representative “acknowledged that there are instances where the awardee proposals include the
    same content that the Agency Report claimed to have found problematic in PTP’s proposal,” but
    “concluded that, when read as a whole, the different evaluation outcomes were the result of
    differences in the underlying proposals.” (Id.). Finally, the ADR representative “concluded that
    the technical and past performance evaluations were independent” and therefore, “any
    discrepancy between the Agency findings with respect to past performance and the Agency’s
    capabilities evaluation was not a basis to sustain the protest.” (Id.).
    Following the ADR recommendation to deny PTP’s protest, PTP withdrew its GAO
    protest on July 31, 2020. (See AR 11698). On August 19, 2020, PTP filed its protest in this
    Court. (See ECF No. 1).
    II.    Discussion
    5
    The Tucker Act grants the United States Court of Federal Claims jurisdiction over bid
    protests brought 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). In bid protest cases, this Court reviews agency actions
    under the Administrative Procedure Act’s “arbitrary and capricious” standard. See 
    28 U.S.C. § 1491
    (b)(4); 
    5 U.S.C. § 706
    (2)(A), (D). Under this standard, an “award may be set aside if either
    (1) the procurement official’s decision lacked a rational basis; or (2) the procurement procedure
    involved a violation of regulation or procedure.” Impresa Construzioni Geom. Domenico Garufi
    v. United States, 
    238 F.3d 1324
    , 1332 (Fed. Cir. 2001).
    When a challenge is brought on the first ground, the test is whether “the contracting
    agency provided a coherent and reasonable explanation of its exercise of discretion, and the
    disappointed bidder bears a ‘heavy burden’ of showing that the award decision ‘had no rational
    basis.’” 
    Id.
     at 1332–33 (internal citations omitted). In this regard, “courts have recognized that
    contracting officers are ‘entitled to exercise discretion upon a broad range of issues confronting
    them’ in the procurement process.” 
    Id. 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
    . In addition, when reviewing an agency’s procurement decision, the
    Court should recognize that the agency’s decision is entitled to a “presumption of regularity.”
    Citizens to Preserve Overton Park, Inc. v. Volpe, 
    401 U.S. 402
    , 415 (1971), overruled on other
    grounds by Califano v. Sanders, 
    430 U.S. 99
     (1977). “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). And so, “[t]he protestor must show, by a preponderance of the evidence, that the
    agency’s actions were either without a reasonable basis or in violation of applicable procurement
    law.” Info. Tech. & Applics. Corp. v. United States, 
    51 Fed. Cl. 340
    , 346 (2001), aff’d, 
    316 F.3d 1312
     (Fed. Cir. 2003) (citation omitted).
    The Court’s standard of review “is highly deferential.” Advanced Data Concepts, Inc. v.
    United States, 
    216 F.3d 1054
    , 1058 (Fed. Cir. 2000). As long as there is “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.” Honeywell, Inc. v. United States, 
    870 F.2d 644
    , 648 (Fed. Cir. 1989) (quoting M. Steinthal & Co. v. Seamans, 
    455 F.2d 1289
    , 1301 (D.C.
    Cir. 1971)). Stated differently, “[the Court] will uphold a decision of less than ideal clarity if the
    agency’s path may be reasonably discerned.” Bowman Transp., Inc. v. Arkansas-Best Freight
    Sys., Inc., 
    419 U.S. 281
    , 286 (1974). 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 resulting action lacks a rational basis and, therefore, is
    defined as “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)).
    In its Complaint, PTP alleges: (1) the Agency admits the contemporaneous rationale for
    rating PTP technical[ly] unacceptable is flawed, requiring remand; (2) the Agency determination
    that PTP is unacceptable under the capabilities sub-element is arbitrary, capricious, and contrary
    to law; (3) the Agency conducted an unequal capabilities sub-element evaluation to PTP’s
    competitive prejudice; and (4) the Agency’s best value determination is arbitrary, capricious, and
    6
    contrary to law. (Compl. at 24–43). Based on these alleged errors, PTP requests that the Court
    declare the Agency’s evaluation of PTP arbitrary, capricious, or otherwise contrary to law;
    remand the matter back to the Agency for further consideration of PTP’s proposal; and enjoin the
    Agency from initiating performance of any contract awarded under this Solicitation. (Compl. at
    26–27, 34–35, 41–43).
    The United States, on the other hand, argues that “PTP has failed to demonstrate that
    [USSOCOM] acted arbitrarily and capriciously when it rated PTP’s Factor 1 (Technical) [IDIQ]
    Management Proposal . . . as unacceptable, or that the United States is impermissibly relying on
    post hoc rationalizations to explain USSOCOM’s actions.” (Def.’s Cross-Mot. at 1). The United
    States further contends that “PTP cannot establish that USSOCOM subjected it to unequal, or
    disparate, treatment . . ..” (Id.). Accordingly, the United States argues that PTP is not entitled to
    injunctive relief. (Id. at 29–31).
    As explained below, the Court agrees with the United States that PTP has failed to
    demonstrate that the Agency’s decisions were arbitrary, capricious, or otherwise not in
    accordance with law. Thus, the Court denies PTP’s Motion for Judgment on the Administrative
    Record and grants the United States’ Cross-Motion for Judgment on the Administrative Record.
    Because this protest principally challenges USSOCOM’s contemporaneous evaluation of PTP’s
    proposal, the Court will address that issue before turning to PTP’s other challenges.
    A. The Agency’s Contemporaneous Evaluation Of PTP’s Proposal Was Not Arbitrary,
    Capricious, Or Otherwise Not In Accordance With The Law
    PTP’s principal challenge in this protest alleges that USSOCOM’s rating of
    “Unacceptable” for the Factor 1 (Technical) IDIQ Management, Capabilities element of PTP’s
    proposal was arbitrary, capricious, or otherwise contrary to law. (See generally Compl.; Pl.’s
    Mem. at 17–26). According to PTP, “the SSEB’s written evaluation misreported the contents of
    the PTP proposal tables to the SSA and shows the Agency ignored the narrative information
    demonstrating Team PTP’s capabilities.” (Compl. at 29; Pl.’s Mem. at 18, 23–26; Pl.’s Reply at
    13–15, ECF No. 20). PTP argues that USSOCOM deviated from the terms of the solicitation by
    “apparently evaluat[ing] PTP’s proposal as though a narrative explanation for every one of the
    SOW representative tasks was a precondition to satisfying the Capabilities sub-element,” (Pl.’s
    Mem. at 20), and exhaustively explains why it believes its proposal satisfied the Capabilities
    element. 3 (Compl. at 29; Pl.’s Mem. at 9–10, 17–26). Additionally, PTP argues that the
    Agency’s evaluation of the Capabilities portion of PTP’s proposal is inconsistent with the Past
    Performance evaluation. (Pl.’s Mem. at 26–27). These arguments fail to show that USSOCOM’s
    contemporaneous evaluation of PTP’s proposal was arbitrary, capricious, or otherwise not in
    accordance with law.
    3 PTP interweaves other arguments throughout this discussion, namely that the Agency evaluated
    PTP’s proposal differently than other offerees and that the Agency allegedly admitted that its
    contemporaneous evaluation of PTP was flawed based on statements made during debriefing and
    before the GAO. (See Compl. at 27–35). However, because these challenges go beyond the
    Agency’s contemporaneous evaluation of PTP and are addressed separately in the parties’ briefs,
    the Court addresses those challenges later in this Opinion.
    7
    The Solicitation explained that for the Program Management portion of Volume II, which
    encompassed the Capabilities element, “[t]he Government will evaluate the extent to which the
    offeror’s overall Program Management Plan demonstrates a sound, practical methodology for
    satisfying the requirements stated in the solicitation. The assessment will focus on the offeror’s
    ability to ensure all resources are available to successfully execute SCS requirements.” (AR
    565). With regard to the Capabilities element, the Solicitation explained:
    M2.2.1.1 Capabilities. The Government will evaluate breadth and depth of
    the capabilities of the offeror (including teaming partners and subcontractors)
    in providing support of similar scope and size, to similar organizations. The
    Government will evaluate the breadth and depth of the offeror’s stability,
    agility, and reach in accomplishing the overall mission. Offerors that can
    describe the degree to which their team covers ALL required skill-levels,
    capabilities, and experience as required by the applicable SOW, will be
    viewed as capable of providing stability and agility. An offeror with
    redundancy within its team, in a manner that encourages healthy internal
    competition, will demonstrate agility and reach. A team construct that ensures
    equitable workshare will demonstrate stability. Descriptions of experience
    which include empirical summaries of results in transition, staffing, and issue
    resolution, as well as organizations that are disposed in multiple (global)
    locations, demonstrate all three Imperatives.
    (AR 565).
    After reviewing PTP’s proposal, the SSEB rated the Factor 1 IDIQ Management portion
    of PTP’s proposal (Vol. II) as “unacceptable” for the following reasons:
    2.2.1          Element 1 – Program Management
    [* * *]
    2.2.1.1.       Sub-Element 1.1 – Capabilities
    [* * *]
    (AR 8956–57). This evaluation does not misstate the contents of PTP’s proposal or deviate from
    the terms of the Solicitation.
    The Capabilities portion of PTP’s proposal contains approximately [* * *] of narrative
    discussion, followed by [* * *] of tables. (See AR 2381–89). The Solicitation’s evaluation
    criteria explained that the Agency was evaluating the breadth and depth of the offeror’s
    “capabilities in providing support of similar scope and size, to similar organizations.” (AR 565).
    The SSEB concluded that PTP’s proposal [* * *] (AR 8956–57). The SSEB’s explanation in this
    regard is coherent and reasonable, and does not misrepresent PTP’s proposal. See Impresa, 
    238 F.3d at
    1332–33. As the Agency correctly observed, most of the Capabilities portion of PTP’s
    proposal [* * *] (See AR 8956–57). Thus, the Court can reasonably discern the Agency’s path in
    rating the Capabilities portion of PTP’s proposal as unacceptable. See Bowman Transp., 419 U.S.
    at 286; see also Honeywell, 
    870 F.2d at 648
    .
    8
    In its next attack, PTP extrapolates from the SSEB’s statement that [* * *] to argue that
    “the Agency ignored the narrative information demonstrating Team PTP’s capabilities,” or
    “evaluated PTP’s proposal as though a narrative explanation for every one of the SOW
    representative tasks was a precondition to satisfying the Capabilities sub-element.” (Pl.’s Mem.
    at 18, 19–26; Compl. at 29). PTP quotes numerous statements, including post-award statements
    of the CO, scattered throughout Volume II of its proposal, to argue that it did provide
    information as to the breadth and depth of its capabilities. (See Pl.’s Mem. at 18–26). Nothing in
    the agency report, however, supports PTP’s allegation that the Agency ignored the narrative
    portion of PTP’s proposal or evaluated the proposal as requiring a narrative explanation for every
    task listed in the SOW. (See AR 8956–64). “Such naked claims, no matter how vigorous, fall far
    short of meeting the heavy burden of demonstrating that the findings in question were the
    product of an irrational process and hence were arbitrary and capricious.” Banknote Corp. of
    America, Inc. v. United States, 
    56 Fed. Cl. 377
    , 384 (2003), aff’d, 
    365 F.3d 1345
     (Fed. Cir.
    2004). Moreover, so long as there is “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.” Honeywell, 
    870 F.2d at 648
    .
    Finally, PTP alleges that the Agency’s evaluation of PTP’s Capabilities is inconsistent
    with its evaluation of PTP’s Past Performance. (Pl.’s Mem. at 26–27; Pl.’s Reply at 15–17). This
    allegation is without merit. The Capabilities portion of the proposal was to be provided in
    Volume II of an offeror’s submission, while the Past Performance portion was to be included in
    Volume III. (See AR 557, 558). The Solicitation’s directives were unambiguous: “At a
    minimum, each Volume shall be submitted as a separate file.” (AR 557) (emphasis in
    original). Further, “[e]ach volume shall be written on a stand-alone basis so that its contents may
    be evaluated with a minimum of cross referencing to other volumes in the proposal. Information
    required for proposal evaluation which is not found in its designated volume will be assumed to
    have been omitted.” (AR 558). As PTP acknowledges, “where . . . an agency deviates from the
    terms of the solicitation, the evaluation is contrary to law.” (Pl.’s Mem. at 18 (citing OTI Am.,
    Inc. v. United States, 
    68 Fed. Cl. 646
    , 654–55 (2005)). Yet, PTP’s argument, if accepted, would
    deviate from the terms of the solicitation by requiring the Agency to cross-reference separate
    volumes to consider information that is not found in its designated file. (See AR 557, 558). The
    Court will not entertain such an invitation.4
    In short, the Court is able to reasonably discern the Agency’s path in rating the
    Capabilities portion of PTP’s proposal as unacceptable. See Bowman Transp., 419 U.S. at 286.
    The SSEB accurately stated that the majority of the Capabilities section of PTP’s proposal is [* *
    *] (AR 8956–57). And nothing in the agency report supports PTP’s allegation that the Agency
    ignored portions of its proposal or required a narrative explanation for every task listed in the
    SOW. Finally, PTP’s argument that the Agency’s evaluation was internally inconsistent would
    require the Agency to deviate from the terms of the Solicitation by cross-referencing separate
    volumes to consider information that is not found in its designated file. Consequently, PTP has
    4Furthermore, as the United States aptly observes, “even if the technical and past performance
    decisions must necessarily turn out the same way, [PTP’s] past performance proposal may have
    actually been over-rated, rather than its technical proposal being under-rated.” (Def.’s Reply at
    10 n.7, ECF No. 21).
    9
    failed to show, by a preponderance of the evidence, that the Agency’s contemporaneous
    evaluation was arbitrary, capricious, or otherwise not in accordance with law.
    B. The Agency’s Statements During Debriefing and at GAO
    PTP next alleges that the Agency admitted, during debriefing and at the GAO
    proceedings, that its contemporaneous rationale for rating PTP technically unacceptable was
    flawed, requiring remand. (Compl. at 24; Pl.’s Mem. at 1–3, 15–17). Specifically, PTP claims
    that during debriefing, the Agency admitted it “underst[ood] the acronyms listed in PTP’s
    proposal,” thereby conceding that its contemporaneous evaluation was flawed. (Pl.’s Mem. at 2,
    12, 15–17 (quoting AR 10038)). PTP further notes that in the “Consolidated Contracting
    Officer’s Statement of Facts and Memorandum of Law” submitted during the later-abandoned
    GAO proceedings, the Agency stated that PTP’s proposal Table 1.1-2, “indicate[s] the SOW area
    covered, organization supported, and the teammates that provided support.” (Pl.’s Mem. at 2–3,
    12–14, 15–17 (quoting AR 10688)). PTP also claims that during the GAO proceedings, the
    Agency admitted PTP’s proposal shows [* * *]—one of the three [* * *] stated in the
    Solicitation. (Pl.’s Mem. at 2, 16 (citing AR 10689–90)). According to PTP, the Agency’s
    statements during the GAO proceeding constitute both post hoc rationalizations that should not
    be accepted and an acknowledgement that the Agency’s contemporaneous rationale for PTP’s
    rating was erroneous. (Pl.’s Mem. at 15–17; Pl.’s Reply at 4–13). PTP reconciles these two,
    seemingly conflicting positions, by characterizing agency protest filings as argument, rather than
    evidence, and maintains that these filings are “relevant for the purpose of establishing what was
    argued before GAO” but “can neither fill in gaps in the agency’s reasoning for award nor supply
    missing documentation of that reasoning.” (Pl.’s Reply at 4–13 (quoting CRAssociates, Inc. v.
    United States, 
    95 Fed. Cl. 357
    , 377–78 (2010) and Cubic Applications, Inc. v. United States, 
    37 Fed. Cl. 339
    , 343–44 (1997), among other cases)).
    The statements cited by PTP do not contradict the Agency’s contemporaneous rationale.
    The Agency’s contemporaneous rationale explained that [* * *] (AR 8956–57). Whether or not
    the Agency understood the acronyms in PTP’s tables does not obviate the fact that PTP did not
    provide a reference for the acronyms it used, did not provide a [* * *] (see AR 558 (inviting
    offerors to “submit, as a standalone document marked ‘Cross-Reference’, a comprehensive
    glossary, compliance matrix and acronym list”), AR 565 (explaining that offerors that are able to
    describe how they meet the SOW requirements would be viewed as satisfying the three mission
    Imperatives), AR 559 (instructing that “Volume II must provide specifics and be complete.”)).
    Likewise, the statements in the “Consolidated Contracting Officer’s Statement of Facts
    and Memorandum of Law” at the GAO do not contradict the Agency’s contemporaneous
    rationale. In explaining that [* * *] (AR 10688). This simply recites the headings and content of
    PTP’s Table 1.1-2, which is provided immediately above this statement. (See AR 10688). The
    Agency then explains that [* * *] (AR 10688) (emphasis in original).
    These statements align with the Agency’s contemporaneous rationale, which stated [* *
    *] and that [* * *] (AR 8956–57). To the extent there is tension between the agency report
    stating PTP’s tables [* * *] this does not establish that the Agency’s evaluation lacked a rational
    basis. See Impresa, 
    238 F.3d at
    1332–33 (“the disappointed bidder bears a ‘heavy burden’ of
    showing that the award decision ‘had no rational basis.’”); Info. Tech. & Applics. Corp., 
    51 Fed. 10
    Cl. at 346 (“[t]he protestor must show, by a preponderance of the evidence, that the agency’s
    actions were either without a reasonable basis or in violation of applicable procurement law.”)).
    Furthermore, even accepting PTP’s contention that the Agency conceded PTP’s proposal
    shows redundancy, this does not show that “the agency ‘entirely failed to consider an important
    aspect of the problem [or] offered an explanation for its decision that runs counter to the
    evidence before the agency.’” Ala. Aircraft Indus., 
    586 F.3d at 1375
    . To the extent PTP alleges
    that the Agency’s GAO filing “offers new criticisms of PTP’s proposal that cannot be traced
    back to the SSEB Report,” (Pl.’s Reply at 3), the Court agrees that such arguments cannot “fill in
    gaps in the agency’s reasoning for an award or supply missing documentation of that reasoning.”
    CRAssociates, 95 Fed. Cl. at 377–78. However, there is no occasion to consider such statements
    because the Agency’s contemporaneous rationale provided a coherent and reasonable
    explanation of its exercise of discretion. Impresa, 
    238 F.3d at
    1332–33.
    C. Alleged Unequal Treatment
    Next, PTP argues that the Agency “held PTP to a higher standard than several awardees.”
    (Pl.’s Mem. at 4–5, 28–36).5 The Court disagrees.
    Contracting officers have a duty to “ensure that contractors receive impartial, fair, and
    equitable treatment.” 
    48 C.F.R. § 1.602-2
    . The Federal Circuit recently explained that “[t]his
    obligation necessarily encompasses an agency’s obligation to fairly and impartially evaluate all
    proposals. Equal evaluation of proposals, however, does not translate into identical evaluations.”
    Office Design Grp. v. United States, 
    951 F.3d 1366
    , 1372 (Fed. Cir. 2020). “An agency is under
    no obligation to assign dissimilar proposals the same evaluation rating.” 
    Id.
     (citing 
    48 C.F.R. § 1.102-2
    (c)(3)). To prevail, “a protestor must show that the agency unreasonably downgraded its
    proposal for deficiencies that were ‘substantively indistinguishable’ or nearly identical from
    those contained in other proposals.” 
    Id.
     (citations omitted). “A protestor may also prevail by
    showing that the agency inconsistently applied objective solicitation requirements between it and
    other offerors, such as proposal page limits, formatting requirements, or submission deadlines.”
    
    Id.
     The Federal Circuit cautioned, however, that it is not the role of the court “to second-guess
    the agency’s discretionary determinations underlying its technical ratings.” 
    Id.
     (citing E.W. Bliss
    Co. v. United States, 
    77 F.3d 445
    , 449 (Fed. Cir. 1996)).
    PTP focuses predominantly on the awardees’ use of “acronym-heavy capabilities tables
    to demonstrate how their experience maps across the SOW requirements.” (See Pl.’s Mem. at
    28–33). According to PTP, the proposals of awardees [* * *] all “rely on tables with acronyms to
    demonstrate their capabilities across the SOW . . . [and] similarly omit discussion of specific
    SOW requirements outside their capabilities table . . . without evaluative consequence.” (Id. at
    4–5, 28). PTP further alleges that these awardees “like PTP, cited both [* * *] internal training
    experiences to demonstrate their capabilities.” (Id. at 28, 33–36). These arguments fail to
    establish that USSOCOM unreasonably downgraded PTP’s proposal for deficiencies that were
    5The SSEB training materials explained that the training explained that “SSEB evaluates
    proposals against evaluation criteria NOT proposals against one another; [the Source Selection
    Advisory Council (“SSAC”)] (or [Source Selection Authority (“SSA”)]) conducts the
    comparative analysis.” (AR 4083) (emphasis in original).
    11
    “substantively indistinguishable” or nearly identical from those contained in other proposals. See
    Office Design Grp., 951 F.3d at 1372.
    In focusing on the awardees’ use of acronyms, PTP misconstrues the Agency’s
    evaluation of its proposal. The Agency did not rate PTP’s proposal as unacceptable because it
    used acronyms. (See AR 8956–57). Instead, the Agency stated that [* * *] explaining that most
    of the Capabilities portion of PTP’s proposal [* * *] (AR 8956–57).
    Turning to PTP’s specific challenges, PTP cites to a single table in [* * *] proposal,
    “which uses ‘X’ markers to indicate which contracts its team has performed that align with the
    representational SOW tasks” and contains acronyms. (See Pl.’s Mem. at 30). However, when
    viewed in the context of the rest of the Capabilities portion of [* * *] proposal, it is clear that the
    deficiencies cited by USSOCOM with regard to PTP’s proposal are not found in [* * *]
    proposal. (See AR 1537–46). Whereas USSOCOM faulted PTP’s proposal for consisting of
    mainly [* * *] ,” [* * *] proposal consists largely of explanations of how it meets the
    Capabilities requirements. (See AR 1537–46). It cannot be said that the Capabilities portion of [*
    * *] proposal was [* * *] (Compare AR 2381–89 with AR 1537–46). “An agency is under no
    obligation to assign dissimilar proposals the same evaluation rating.” 
    48 C.F.R. § 1.102-2
    (c)(3);
    Office Design Grp., 951 F.3d at 1372.
    With respect to[* * *], PTP again focuses on a single table in the Capabilities portion of
    [* * *] proposal, noting that the table contains acronyms. (See Pl.’s Mem. at 31–32 (citing AR
    1325)). According to PTP, “[t]he SSEB . . . did not criticize [* * *] use of a table or discuss [* *
    *] tables at all in the evaluation.” (Pl.’s Mem. at 31). However, a review of the whole of the
    Capabilities portion of [* * *] proposal reveals that this section, like [* * *] proposal, consists
    largely of explanations of how it meets the Capabilities requirements rather than consisting
    mainly of “tables filled with acronyms.” (See AR 1324–28). Moreover, although [* * *} proposal
    contains acronyms, [* * *] provided a cross-reference document that contained an acronym list,
    as the Solicitation invited. (See AR 1180–83; see also AR 558 (inviting offerors to “submit, as a
    standalone document marked ‘Cross-Reference’, a comprehensive glossary, compliance matrix
    and acronym list.”)). “An agency is under no obligation to assign dissimilar proposals the same
    evaluation rating.” 
    48 C.F.R. § 1.102-2
    (c)(3); Office Design Grp., 951 F.3d at 1372.
    With respect to [* * *], PTP once again focuses on a single table from the Capabilities
    portion of the proposal, which contains acronyms. (Pl.’s Mem. at 32–33 (citing AR 3752)). As
    with [* * *], a review of the entire Capabilities portion of [* * *] proposal reveals that this
    section consists largely of explanations of how it meets the Capabilities requirements rather than
    consisting mainly of “tables filled with acronyms.” (See AR 3748–54). Furthermore, like [* * *]
    provided a cross-reference document that contained an acronym list, as the Solicitation invited.
    (See AR 3686–90). “An agency is under no obligation to assign dissimilar proposals the same
    evaluation rating.” 
    48 C.F.R. § 1.102-2
    (c)(3); Office Design Grp., 951 F.3d at 1372.
    In addition, PTP argues that [* * *] failed to provide a narrative discussion of certain
    representative tasks identified in the Solicitation. (See Pl.’s Mem. at 30–33). Again, PTP misses
    the mark. The Agency did not fault PTP for failing to discuss every representative task, rather it
    found PTP’s proposal unacceptable because PTP provided [* * *] (AR 8957). Quite simply, the
    deficiencies that the Agency found in PTP’s proposal are not present in the [* * *} proposals.
    12
    “An agency is under no obligation to assign dissimilar proposals the same evaluation rating.” 
    48 C.F.R. § 1.102-2
    (c)(3); Office Design Grp., 951 F.3d at 1372.
    Finally, PTP again attacks the Agency’s statements during the GAO proceedings, arguing
    that the Agency faulted PTP for citing [* * *] experience while [* * *] did not receive the same
    criticisms despite also citing [* * *] experience. (Pl.’s Mem. at 33–36). However, as PTP
    acknowledges repeatedly throughout its briefs, “agency decisions must stand or fall based on ‘the
    grounds that the agency invoked when it took the action.’” (Pl.’s Mem. at 3, 17 (quoting Dept. of
    Homeland Sec. v. Regents of the Univ. of Cal., 
    140 S. Ct. 1891
    , 1909 (2020)); see also Pl.’s
    Mem. at 15, 16; Pl.’s Reply at 2, 3, 5–15). The SSEB’s evaluation report does not fault PTP for
    citing [* * *] experience. (See AR 8956–57). Thus, PTP’s arguments in this regard are without
    merit.
    In sum, PTP has failed to 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 Grp., 951 F.3d at 1372. Consequently, PTP has not
    demonstrated that it was subjected to unequal treatment.
    D. Best Value Determination
    PTP’s final challenge alleges that the Agency conducted a flawed best value
    determination “[b]ecause the source selection decision rests on an arbitrary and capricious SSEB
    finding that PTP is Unacceptable under Factor 1.” (Pl.’s Mem. at 36). PTP’s entire argument in
    this regard rests on the premise that the Agency’s evaluation of PTP was arbitrary or capricious.
    (See Pl.’s Reply at 24). However, as explained above, the Court concludes that the Agency’s
    source selection decision as to PTP was not arbitrary or capricious. Therefore, PTP has failed to
    demonstrate that the Agency conducted a flawed best value determination.
    E. Injunctive Relief
    An “injunction is a drastic and extraordinary remedy, which should not be granted as a
    matter of course.” Monsanto Co. v. Geertson Seed Farms, 
    561 U.S. 139
    , 165 (2010) (citation
    omitted). To obtain permanent injunctive relief, a party must establish: (1) success on the merits;
    (2) irreparable harm if an injunction does not issue; (3) the balance of harm favors the movant;
    and (4) that the injunction serves the public interest. See PGBA, LLC v. United States, 
    389 F.3d 1219
    , 1228–29 (Fed. Cir. 2004); Amazon Web Servs., Inc. v. Unites States, 
    147 Fed. Cl. 146
    , 153
    (2020). Although “[n]o one factor, taken individually, is necessarily dispositive . . . , the absence
    of an adequate showing with regard to any one factor may be sufficient, given the weight or lack
    of it assigned the other factors, to justify the denial.” FMC Corp. v. United States, 
    3 F.3d 424
    ,
    427 (Fed. Cir. 1993).
    In this case, PTP has failed to establish success on the merits for the reasons set forth
    above. With regard to the second factor, PTP alleges it “will suffer the irreparable harm of being
    deprived of the opportunity to compete fairly for a contract.” (Pl.’s Mem. at 37). However, as
    explained above, PTP has not been deprived of the opportunity to compete fairly for a contract.
    While there is no need to go any further in this analysis, the balance of harm and public interest
    13
    likewise weighs in favor of the United States. Therefore, PTP’s request for a permanent
    injunction is DENIED.
    F. PTP’s Motion to Strike
    The only matter remaining is PTP’s motion to strike, (ECF No. 22), directed to a
    declaration of the Contracting Officer that the United States appended to its Reply brief. (See
    ECF No. 21, Ex. A). This declaration was taken on November 12, 2020, well after this protest
    was filed, and states that the Contracting Officer reviewed PTP’s entire proposal in the course of
    its evaluation. (See 
    id.
     at 2–3). PTP moved to strike this exhibit on grounds that “[t]he
    declaration is an improper and unnecessary attempt to supplement the administrative record.”
    (Pl.’s Mot. to Strike at 1). In response, the United States argues “there is nothing in the Rules of
    this Court that requires the filing of a motion to supplement or motion for leave prior to filing a
    declaration to support a motion for judgment on the administrative record,” and the declaration is
    timely because it responds to an argument that PTP raised for the first time in its Reply brief.
    (Def.’s Resp. to Pl.’s Mot. to Strike at 2–3, ECF No. 24). However, in light of the Court’s
    holdings above, this issue is moot.
    III.   Conclusion
    For the reasons set forth above, the Court DENIES PTP’s Motion for Judgment on the
    Administrative Record, (ECF No. 18), DENIES PTP’s request for a preliminary injunction, and
    GRANTS the United States’ Cross-Motion for Judgment on the Administrative Record, (ECF
    No. 19). In addition, the Court DENIES-AS-MOOT PTP’s Motion to Strike, (ECF No. 22). The
    Clerk is directed to enter judgment accordingly. Each side shall bear its own costs.
    The parties are directed to file proposed redactions to this opinion within 14 days of the
    date of this decision.
    IT IS SO ORDERED.
    s/  David A. Tapp
    DAVID A. TAPP, Judge
    14