Stg LLC v. United States ( 2020 )


Menu:
  •          In the United States Court of Federal Claims
    No. 20-283C
    Filed: April 11, 2020
    Redacted Version Issued for Publication: April 28, 20201
    * * * * * * * * * * * * * * * * **      *
    STG LLC,                                *
    *
    *
    Protestor,             *
    *
    v.                                      *
    UNITED STATES,                          *
    * Post-Award Bid Protest; Override
    Defendant,             *
    *
    v.
    *
    *
    SCIENCE APPLICATIONS                    *
    INTERNATIONAL CORP.,                    *
    *
    Defendant-Intervenor.     *
    * * * * * * * * * * * * * * * * **        *
    Jamie F. Tabb, Vinson & Elkins LLP, Washington, DC, for protestor. With him was
    Tyler Robinson, Elizabeth Krabill McIntyre, and John Satira, Vinson & Elkins LLP,
    Washington, DC.
    Amanda L. Tantum, Senior Trial Counsel, Commercial Litigation Branch, Civil
    Division, Department of Justice, Washington, DC, for defendant. With her were Douglas
    K. Mickle, Assistant Director, Commercial Litigation Branch, Robert E. Kirschman, Jr.,
    Director, Commercial Litigation Branch, and Joseph H. Hunt, Assistant Attorney General,
    Civil Division. Of counsel was Major Abraham Young, Trial Attorney, United States Legal
    Services Agency.
    James McCullough, Fried, Frank, Harris, Shriver & Jacobson LLP, Washington,
    DC, for intervenor. With him was Michael Anstett, Fried, Frank, Harris, Shriver &
    Jacobson LLP, Washington, DC.
    1 This Opinion was issued under seal on April 11, 2020. The parties were asked to
    propose redactions prior to public release of the Opinion. This Opinion is issued with
    some of the redactions that the parties proposed in response to the court’s request. Words
    which are redacted are reflected with the notation: “[redacted].”
    OPINION
    HORN, J.
    In the above-captioned bid protest, protestor STG LLC (STG), challenges the
    decision of the United States Army Communication Information Systems Activity – Pacific
    (the Army) to override the automatic stay of performance required by the Competition in
    Contracting Act (CICA), 
    31 U.S.C. § 3553
     (2018), upon protestor’s filing of a bid protest
    at the United States Government Accountability Office (GAO) challenging the Army’s
    award of a task order to defendant-intervenor Science Applications International Corp.
    (SAIC).2
    FINDINGS OF FACT
    On August 21, 2019, the Army issued a request for proposals (RFP) for a task
    order under the Information Technology Enterprise Solutions-3 Services Indefinite
    Delivery/Indefinite Quality contract. The task order sought mission command network
    operations and maintenance services, including IT support personnel expertise for the
    mission, focused mainly in South Korea, with “additional U.S. and ROK [Republic of
    Korea] military locations as identified by the Government as required and during the
    yearly two major events/[redacted].” As indicated in the contracting officer’s March 3,
    2020 Determination & Findings:
    The incumbent Army CHESS ITES-2S Task Order W91 QUZ-06-D-0012-
    F406 was awarded to General Dynamics Information Technology (GDIT)
    on 26 August 2016 under FAR 16.505 Fair Opportunity to Compete
    procedures using a Lowest Price Technically Acceptable (LPTA) source
    selection methodology. The current contract is comprised of a base year
    inclusive of a one month phase-in, two (2) 12-month option periods, and a
    final 8½ month option period.
    (capitalization in original). Per the terms of the contract, the contract for the incumbent
    contractor, GDIT, is scheduled to end on April 12, 2020.
    On January 24, 2020, the Army awarded the task order to SAIC,3 and the same
    day, January 24, 2020, the Army notified STG that SAIC had been awarded the task
    order. STG requested a debriefing, and the Army provided written materials on February
    3, 2020, provided an oral debriefing on February 5, 2020, and on February 13, 2020, the
    Army responded to STG’s additional written questions by letter. During the debriefing
    process, the contracting officer provided STG with the following chart regarding the
    evaluation of STG and SAIC’s proposals:
    2On April 6, 2020, the court issued an oral decision the parties. The decision, and this
    written Opinion, is limited only to the issue of the Army’s override decision, and not the
    merits of Army’s evaluation and award to SAIC.
    3   SAIC is scheduled begin contract performance on April 13, 2020.
    2
    Factor                  Sub-Factor                             STG LLC                     SAIC
    Factor 1: Technical Approach
    Subfactor1.1
    C2BaselineEnterpriseServices          [redacted]                   Good
    Subfactor1.2
    C2Above-BaselineServices              [redacted]                Acceptable
    Factor 1 - Overall                    [redacted]                   Good
    Factor 2: Management Approach
    Subfactor2.1
    Management Plan                       [redacted]                Acceptable
    Subfactor2.2
    Organizational Chart                  [redacted]                Acceptable
    Subfactor2.3
    Staffing Plan                         [redacted]                   Good
    Subfactor2.4
    Adherence to applicable               [redacted]                Acceptable
    regulations and publications
    Sub-factor 2.5
    Phase-in Transition Plan (PITP)       [redacted]                   Good
    Sub-factor 2.6
    Quality Control (QC) Plan (QCP)       [redacted]                   Good
    Factor 2 - Overall                    [redacted]                   Good
    Factor 3 – Mission Operation Support
    Sub-factor 3.1
    Operational Plan for C2 Systems       [redacted]                   Good
    O&M
    Sub-factor 3.2
    C2 IT O&M Support Experience          [redacted]                Acceptable
    using ITIL
    Factor 3 - Overall                    [redacted]                   Good
    Factor 4: Prime Contractor’s Prior Experience                 [redacted]                   Good
    [redacted]                Satisfactory
    Factor 6: Past Performance                                                              Confidence
    Factor 5: Price
    Total Evaluated Price CLINs X001, X002, X003, X004,
    X005, X006, X007, X008, X009, X010, X014, X016,                            [redacted]     $70,963,728.92
    0017, 4017
    Total Evaluated Price + 52.217-8
    CLINs X001, X002, X003, X004, X005, X006, X007,                            [redacted]     $80,309,273.97
    X008, X009, X010, X014, X016, 0017, 4017
    Grand Total Awarded Price (All Years + Including
    $98,684,273.97
    52.217-8 (ALL CLINs)
    Robert M. Minjack, the contracting officer, also explained to STG that “[t]he award was
    made in strict conformation with the award criteria delineated in the solicitation,” and
    “award was made to SAIC because their proposal was determined to be the Best Value
    in accordance with solicitation evaluation terms and conditions.”
    3
    Subsequently, STG filed its protest at the GAO on February 18, 2020.4 STG’s GAO
    protest argued
    [redacted] while SAIC’s total evaluated price was [redacted] higher, than
    STG’s price. Nonetheless, the Army decided to award the Task Order to
    SAIC, depriving taxpayers of the [redacted] savings offered by STG. The
    Army’s award of the Task Order to SAIC was the result of a deeply flawed
    selection decision by the Agency’s Source Selection Authority (“SSA”) that
    deviated from several basic procurement rules, as well as an unreasonable
    and irrational evaluation conducted by the Agency’s Technical Evaluation
    Board (“TEB”). All of these errors were highly prejudicial to STG, and as a
    result, GAO should sustain the protest.
    (capitalization in original). On February 21, 2020, Mr. Minjack sent SAIC a letter,
    suspending performance of the awarded task order due to the CICA stay. Mr. Minjack
    contacted GDIT to discuss the possibility of a bridge contract. Although the Army offered
    a bridge contract to GDIT, on February 27, 2020, GDIT indicated to Mr. Minjack that, “after
    careful consideration, GDIT cannot accept an additional 120 days sole source contract
    with the same onerous terms and price.”
    Thereafter, on March 3, 2020, the Army issued a Determination & Findings. In the
    Determination & Finding the contracting officer concluded that the “[o]verride of the stay
    and continued performance of the contract is necessary because it is in the best interests
    of the United States based upon mission essential reasons which are urgent and
    compelling, that will not permit waiting for a decision in the protest.”
    The contract performance directly supports the Operations and
    Maintenance of the Combined Enterprise Regional Information Exchange
    System (CENTRIXS) Korea (K) and the Secret Internet Protocol Router
    Network (SIPR). [redacted].
    CENTRIXS-K is the U.S. and Korean classified coalition network that
    enables information sharing through the use of email and web services,
    chat, voice over internet protocol and GCCS-J [Global Command and
    Control System – Joint] systems. GCCS-J is the C41 system that fuses
    command and control capabilities into a comprehensive, interoperable
    system by exchanging imagery, intelligence, status of forces, and planning
    information. GCCS-J is the principal foundation for dominant battlespace
    awareness, providing an integrated, near real-time picture of the
    battlespace necessary to conduct joint and multinational operations. It
    offers vital connectivity to the systems the joint warfighter and coalition
    forces use to plan, execute, and manage military operations. This includes
    the systems that provide the vital Common Operational Picture and
    4The case number at GAO for STG’s protest is B-418490.1. As of April 6, 2020, the date
    of the court’s oral decision in the above captioned protest, GAO had not issued a decision
    on STG’s protest.
    4
    Intelligence sharing databases. Any delay in the execution of the
    procurement would jeopardize the mission and eventually lead to overall
    failure.
    (capitalization in original). In the Determination & Findings, the contracting officer
    explained:
    Basis for Override of the Stay: Override of the stay and continued
    performance of the contract is necessary because it is in the best interests
    of the United States based upon mission essential reasons which are urgent
    and compelling, that will not permit waiting for a decision in the protest.
    Prior to making the decision to authorize this override, the following were
    considered:
    (1) whether significant adverse consequences will necessarily occur if the
    stay is not overridden;
    (2) whether reasonable alternatives to the override exist that would
    adequately address the circumstances presented;
    (3) how the potential cost of proceeding with the override, including the
    costs associated with the potential that the GAO might sustain the protest,
    compare to the benefits associated with the approach being considered for
    addressing the agency's needs; and
    (4) the impact of the override on competition and integrity of the
    procurement system.
    (emphasis and capitalization in original).
    For the first factor, the Determination & Findings stated:
    It is imperative that continued performance for National Security is
    unimpeded. No other reasonable alternatives to the override exist.
    USACISA mission supported by the contract performance directly sustains
    the Operations and Maintenance and Cybersecurity of the Combined
    Enterprise Regional Information Exchange System (CENTRIXS) Korea (K)
    and the Secret Internet Protocol Router Network (SIPR). [redacted]. This is
    an enormous mission capability to take on without any type of transition or
    for a very short period contract.
    5
    [redacted] Failure to approve the CICA Stay Override will put National
    Defense, National Security and Allied missions in grave jeopardy of certain
    failure.[5]
    (capitalization in original). Regarding the second factor, the contracting officer explained
    that no reasonable alternatives exist, first, because the Amy cannot perform the
    operations itself because it does “[redacted] in order to provide the required quality and
    level of support.” Second, the contracting officer explained, the Army’s contract with the
    incumbent contractor GDIT cannot be extended because the contract does not have any
    remaining option periods, and, moreover, GDIT refused an offer of a bridge contract under
    the current terms of its contract. Additionally, the contracting officer explained
    there is significant evidence to demonstrate that GDIT is not able to
    satisfactorily perform the required services even though they are the
    incumbent. The documented past performance ratings in CPARS base
    through the option 2 performance periods for the incumbent contractor have
    been marginal and the Government has indicated we would not recommend
    them for this work in the future. (See attached CPARS for Base, Option 1
    and Option 2). Specific critical performance issues include, but are not
    limited to, not maintaining the network readiness at [redacted] which is the
    required minimum level, numerous key personnel vacancies which were not
    filled within the timeframes of the contract terms and conditions and less
    than minimal overall staffing to provide the required quality and level of
    support. The marginal performance has continued into the current option
    period. The incumbent contractor continues to degrade their performance,
    which cannot likely be overcome, to the point where Government
    5 The March 3, 2020 Mission Impact Statement included with the Determination &
    Findings explained:
    Any delay in the execution of the Cybersecurity, Network Operations &
    Maintenance of Information Technology Support (CNO&MITS) contract with
    SAIC will result in a [redacted] lapse of contractor operations and
    maintenance support for the Combined Enterprise Regional Information
    Exchange System - Korea (CENTRIXS-K) and the Secret Internet Protocol
    Router Network (SIPR) network throughout the Korean Peninsula beyond
    12 April 2020. The Army cannot continue to suspend performance of the
    contract and await the issuance a protest decision because doing so would
    have a severe adverse impact on U.S. Forces and their ability to meet the
    armistice and contingency missions. An override of the current CICA is in
    the best interest of the United States based on the following urgent and
    compelling needs that directly impact the mission critical requirements
    supporting National Defense, National Security and Allied support related
    to the defense of the Korean Peninsula.
    (capitalization in original).
    6
    augmentations had to be made in order to provide the minimum support
    required. There also have been multiple Contract Deficiency Reports
    (CDRs), due to continued understaffing impacting performance for the
    Operations and Maintenance of the networks. The incumbent's staffing
    levels have decreased significantly in the past 9 months and continue on a
    downward trend more rapidly in the past 3 months due to the pending and
    eventual contract award. The incumbent’s staff not hired or pending to be
    hired by awardee are moving or have already moved to other positions or
    jobs. If the incumbent is awarded a sole source bridge contract, there is little
    evidence that they will be able to re-obtain the required qualified personnel
    in short order and therefore a high risk of adverse consequences and of
    imminent failure of all aforementioned missions described above.
    Accordingly, I find that these options are not reasonable alternatives to a
    CICA Stay Override.
    (capitalization in original). Regarding the third factor, the contracting officer noted that “[i]f
    GAO were to sustain the protest, the Army might incur costs that are more than de minimis
    depending on the corrective action required and taken. However, this is an acceptable
    risk given the serious consequences of stayed performance for this contract action.” The
    Determination & Findings concluded: “Therefore, I find that the benefits of overriding the
    stay and proceeding with performance greatly outweigh the potential costs of not doing
    so.” For the fourth factor the contracting officer stated in the Determination & Findings:
    Although ACC [the Army] recognizes the important role of the GAO protest
    process in the procurement review process and respects the automatic stay
    provisions found in FAR 33.104. However, FAR expressly permits an
    agency to override this stay in limited instances, where, as here, an agency
    has urgent and compelling reasons for an override. ACC-411th CSB
    [Contracting Support Brigade] has explored alternative means to meet the
    requirement but found none that were acceptable. The urgent need will be
    met through the performance of the contract awarded to SAIC. This includes
    the 2 months phase-in period from 13 February 2020 to 12 April 2020 and
    then full performance for up to 9.5 months to 31 January 2021 to meets an
    immediate, critical mission need. In short, overriding the stay is not only
    consistent with the specific rules and regulations of our acquisition system,
    but is also consistent with its overarching principles of competition and
    integrity.
    (capitalization in original). The contracting officer concluded in the Determination &
    Findings:
    Based upon a review of the protest, the Mission Impact Statement, the
    Legal Memorandum, the supporting documents, and the above findings, I
    hereby endorse the findings recounted in the above pages, because the
    best interests of the United States based upon mission essential reasons
    7
    which are urgent and compelling, will not permit waiting for a decision
    concerning the protest.
    On March 12, 2020, protestor filed the override protest in this court. Protestor
    argues “[t]he Army’s decision to override the stay of performance of the task order is
    arbitrary and capricious and contrary to law,” claiming that “the Army’s D&F
    [Determination & Findings] appears to pay lip service to each of the Court’s identified
    factors, but provides no evidence that the Army reasonably applied those factors in
    reaching its decision to override the stay of performance.” Protestor complaint continued:
    “Instead, the Army’s override decision appears to be based only on generic, unsupported
    statements that the factors were considered and that the Army’s decision was consistent
    with those questions.” Therefore, protestor claims, “the Army’s decision to allow
    performance of the awarded task order to proceed is arbitrary and capricious,
    unreasonable, and contrary to law.” The next day, March 13, 2020, the court held an initial
    hearing with the parties, and the parties and the court agreed to proceed on an expedited
    schedule for the above captioned protest with the parties filing cross-motions for judgment
    on the Administrative Record. On April 6, 2020, the court issued an oral decision at a
    hearing with the parties indicating to the parties the override would be sustained, thus
    granting defendant and intervenor’s motions for judgment on the Administrative Record
    and denying protestor’s motion for judgment on the Administrative Record. This Opinion
    incorporates and memorializes the April 6, 2020 oral decision issued to the parties.
    DISCUSSION
    Initially, defendant argues “STG cannot establish that it is an interested party with
    standing to assert a challenge to the override.” Protestor responds that “STG has standing
    to bring this CICA override challenge. Given the development of CICA override case law
    at the Court, this should go without saying.”
    The Tucker Act grants the United States Court of Federal Claims
    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
    (a)(1) (2018). In order to have standing to sue as an “interested party”
    under this provision, a disappointed bidder must show that it suffered competitive injury
    or was “prejudiced” by the alleged error in the procurement process. See Todd Constr.,
    L.P. v. United States, 
    656 F.3d 1306
    , 1315 (Fed. Cir. 2011) (To prevail, a bid protester
    must first “‘show that it was prejudiced by a significant error’ (i.e., ‘that but for the error, it
    would have had a substantial chance of securing the contract).’” (quoting Labatt Food
    Serv., Inc. v. United States, 
    577 F.3d 1375
    , 1378, 1380 (Fed. Cir. 2009))); see also Blue
    & Gold Fleet, L.P. v. United States, 
    492 F.3d 1308
    , 1317 (Fed. Cir. 2007); Sci.
    Applications Int’l Corp. v. United States, 
    108 Fed. Cl. 235
    , 281 (2012); Linc Gov’t Servs.,
    8
    LLC v. United States, 
    96 Fed. Cl. 672
    , 693 (2010) (“In order to establish standing to sue,
    the plaintiff in a bid protest has always needed to demonstrate that it suffered competitive
    injury, or ‘prejudice,’ as a result of the allegedly unlawful agency decisions.” (citing Rex
    Serv. Corp. v. United States, 
    448 F.3d 1305
    , 1308 (Fed. Cir. 2006); Statistica, Inc. v.
    Christopher, 
    102 F.3d 1577
    , 1580-81 (Fed. Cir. 1996); Vulcan Eng’g Co. v. United States,
    
    16 Cl. Ct. 84
    , 88 (1988); and Morgan Bus. Assocs., Inc. v. United States, 
    223 Ct. Cl. 325
    ,
    332 (1980))). In order to establish what one Judge on this court has called “allegational
    prejudice” for the purposes of standing, the bidder must show that there was a “substantial
    chance” it would have received the contract award, but for the alleged procurement error.
    See Linc Gov’t Servs., LLC v. United States, 96 Fed. Cl. at 675; Hyperion, Inc. v. United
    States, 
    115 Fed. Cl. 541
    , 550 (2014) (“The government acknowledges that proving
    prejudice for purposes of standing merely requires ‘allegational prejudice,’ as contrasted
    to prejudice on the merits . . . .”); Bannum, Inc. v. United States, 
    115 Fed. Cl. 148
    , 153
    (2014); see also Bannum, Inc. v. United States, 
    404 F.3d 1346
    , 1358 (Fed. Cir. 2005);
    Galen Med. Assocs., Inc. v. United States, 
    369 F.3d 1324
    , 1331 (Fed. Cir.), reh’g denied
    (Fed. Cir. 2004); Info. Tech. & Applications Corp. v. United States, 
    316 F.3d 1312
    , 1319
    (Fed. Cir.), reh’g and reh’g en banc denied (Fed. Cir. 2003); Statistica, Inc. v. Christopher,
    
    102 F.3d at 1581
    ; Archura LLC v. United States, 
    112 Fed. Cl. 487
    , 497 (2013); Lab. Corp.
    of Am. v. United States, 
    108 Fed. Cl. 549
    , 557 (2012). Because standing is a jurisdictional
    issue, this showing of prejudice is a threshold issue. See Corus Grp. PLC. v. Int’l Trade
    Comm’n, 
    352 F.3d 1351
    , 1357 (Fed. Cir. 2003); Myers Investigative & Sec. Servs., Inc.
    v. United States, 
    275 F.3d 1366
    , 1370 (Fed. Cir. 2002).
    In a post-award bid protest, such as the above-captioned bid protest, the “protestor
    must ‘establish that it (1) is an actual or prospective bidder, and (2) possesses the
    requisite direct economic interest.’” Mgmt. & Training Corp. v. United States, 
    137 Fed. Cl. 780
    , 783-84 (2018) (quoting Rex Serv. Corp. v. United States, 
    448 F.3d 1305
    , 1307 (Fed.
    Cir. 2006)); see also Digitalis Educ. Sols., Inc. v. United States, 
    664 F.3d 1380
    , 1384
    (Fed. Cir. 2012) (quoting MCI Telecomms. Corp. v. United States, 
    878 F.2d 362
    , 365
    (Fed. Cir. 1989)); Timberline Helicopters, Inc. v. United States, 
    140 Fed. Cl. 117
    , 120
    (2018); Contract Servs., Inc. v. United States, 
    104 Fed. Cl. 261
    , 269 (2012).
    Although “standing is not often discussed at length in CICA stay override cases,”
    see PMTech, Inc. v. United States, 
    95 Fed. Cl. 330
    , 348 (2010), several Judges on the
    United States Court of Federal Claims have found that, by bidding on a procurement
    which was stayed pending a protest at the GAO, a protestor has enough of a direct
    economic interest in the stayed procurement and has standing to challenge an override
    of the CICA stay in this court. See Supreme Foodservice GmbH v. United States, 
    109 Fed. Cl. 369
    , 381 (2013) (evaluating the standing of a protestor challenging an override
    of the CICA stay and stating that, “[a]s an actual offeror challenging the award of a
    contract before the GAO, there is no question that Supreme [the protestor] is an interested
    party for purposes of our court’s jurisdiction”); URS Fed. Servs., Inc. v. United States, 
    102 Fed. Cl. 664
    , 670 (2011) (determining that a protestor had standing to challenge an
    override of a CICA stay implemented in connection with a bid protest at the GAO when
    the protestor had bid on the solicitation at issue at the GAO, notwithstanding that the
    protestor was not the incumbent contractor), recons. denied, 
    102 Fed. Cl. 674
     (2012);
    9
    PMTech, Inc. v. United States, 95 Fed. Cl. at 348; Sierra Military Health Servs., Inc. v.
    United States, 
    58 Fed. Cl. 573
    , 579 (2003).
    In the above-captioned bid protest, STG submitted a proposal in response to the
    RFP at issue in STG’s post-award bid protest at the GAO. Pursuant to CICA, performance
    of the contract awarded to SAIC following the Army’s evaluation of proposals received in
    response to the RFP was stayed until the Agency decided to override the CICA stay.
    Therefore, STG, as an actual offeror, has a direct economic interest in the resultant
    contract issued under the Army’s RFP and has standing in the above-captioned bid
    protest to challenge the Army’s override of the CICA stay implemented when STG filed
    its protest at the GAO. See Supreme Foodservice GmbH v. United States, 109 Fed. Cl.
    at 381; URS Fed. Servs., Inc. v. United States, 102 Fed. Cl. at 670.
    In the above-captioned bid protest, STG challenges the Army’s decision to override
    the CICA stay that was implemented in connection with STG’s bid protest at the GAO. In
    protestor’s motion for judgment on the Administrative Record, protestor argues that the
    Army “acted arbitrarily and capriciously and contrary to law in overriding the mandatory
    stay of performance.” In response, intervenor argues that “[t]he administrative record
    demonstrates the reasonableness of the Army’s decision to override the stay of contract
    performance, notwithstanding STG’s timely-filed GAO protest,” and defendant argues
    that the Army “rationally determined that an override was in the best interests of the United
    States based upon mission essential reasons which are urgent and compelling, that
    would not permit waiting for a decision in the GAO protest.” 6
    The Administrative Dispute Resolution Act of 1996 (ADRA), Pub. L. No. 104-320,
    §§ 12(a), 12(b), 
    110 Stat. 3870
    , 3874 (1996) (codified at 
    28 U.S.C. § 1491
    (b)(1)–(4)),
    amended the Tucker Act to establish a statutory basis for bid protests in the United States
    Court of Federal Claims. See Impresa Construzioni Geom. Domenico Garufi v. United
    States, 
    238 F.3d 1324
    , 1330-32 (Fed. Cir. 2001); see also Sys. Application & Techs., Inc.
    v. United States, 
    691 F.3d 1374
    , 1380 (Fed. Cir. 2012) (explaining that the Tucker Act
    expressly waives sovereign immunity for claims against the United States in bid protests).
    The statute provides that protests of agency procurement decisions are to be reviewed
    under APA standards, making applicable the standards outlined in Scanwell Labs., Inc.
    v. Shaffer, 
    424 F.2d 859
     (D.C. Cir. 1970), and the line of cases following that decision.
    6 Defendant, in its motion for judgment on the Administrative Record, also argues that
    “STG repeatedly insinuates that the Army acted in bad faith in deciding to override the
    D&F and that the D&F contains falsehoods,” but “STG makes no attempt to provide the
    required proof for such claims, demonstrating their complete lack of foundation.” Protestor
    responds that “[c]ontrary to the Defendant’s assertions, STG has not argued and does
    not here argue that any Government official has acted in bad faith,” and argues that when
    a protestor “challenges the decisions made by agency officials, points out that their
    findings are unsupported by the record, and argues that their decisions do not meet the
    requirements of reasonable decision-making under the Administrative Procedure Act, it
    does not mean a plaintiff has alleged that the agency acted in bad faith.” Therefore,
    protestor argues that “the Court need not consider this tangential argument further.” The
    court agrees with protestor.
    10
    See, e.g., Per Aarsleff A/S v. United States, 
    829 F.3d 1303
    , 1309 (Fed. Cir. 2016)
    (“Protests of agency procurement decisions are reviewed under the standards set forth
    in the Administrative Procedure Act (‘APA’), see 
    28 U.S.C. § 1491
    (b)(4) (citing 
    5 U.S.C. § 706
    ), ‘by which an agency’s decision is to be set aside only if it is arbitrary, capricious,
    an abuse of discretion, or otherwise not in accordance with law[.]’” (quoting NVT Techs.,
    Inc. v. United States, 
    370 F.3d 1153
    , 1159 (Fed. Cir. 2004)) (citing PAI Corp. v. United
    States, 
    614 F.3d 1347
    , 1351 (Fed. Cir. 2010))); Impresa Construzioni Geom. Domenico
    Garufi v. United States, 
    238 F.3d at 1332
    ; Res. Conservation Grp., LLC v. United States,
    
    597 F.3d 1238
    , 1242 (Fed. Cir. 2010) (“Following passage of the APA in 1946, the District
    of Columbia Circuit in Scanwell Labs., Inc. v. Shaffer, 
    424 F.2d 859
     (D.C. Cir. 1970), held
    that challenges to awards of government contracts were reviewable in federal district
    courts pursuant to the judicial review provisions of the APA.”); Galen Med. Assocs., Inc.
    v. United States, 
    369 F.3d 1324
    , 1329 (Fed. Cir. 2004) (citing Scanwell Labs., Inc. v.
    Shaffer, 
    424 F.2d at 864, 868
    , for its “reasoning that suits challenging the award process
    are in the public interest and disappointed bidders are the parties with an incentive to
    enforce the law”); Banknote Corp. of Am., Inc. v. United States, 
    365 F.3d 1345
    , 1351
    (Fed. Cir. 2004) (“Under the APA standard as applied in the Scanwell line of cases, and
    now in ADRA cases, ‘a bid 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.’” (quoting Impresa Construzioni Geom. Domenico Garufi v.
    United States, 
    238 F.3d at 1332
    )); Info. Tech. & Applications Corp. v. United States, 
    316 F.3d at 1319
    .
    When discussing the appropriate standard of review for bid protest cases, the
    United States Court of Appeals for the Federal Circuit addressed subsections (2)(A) and
    (2)(D) of 
    5 U.S.C. § 706
    , see Impresa Construzioni Geom. Domenico Garufi v. United
    States, 
    238 F.3d at
    1332 n.5, but focused its attention primarily on subsection (2)(A). See
    Croman Corp. v. United States, 
    724 F.3d 1357
    , 1363 (Fed. Cir.) (“‘[T]he proper standard
    to be applied [to the merits of] bid protest cases is provided by 
    5 U.S.C. § 706
    (2)(A)
    [(2006)]: 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.”’” (alterations in original)
    (quoting Banknote Corp. of Am. v. United States, 
    365 F.3d at
    1350-51 (citing Advanced
    Data Concepts, Inc. v. United States, 
    216 F.3d 1054
    , 1057-58 (Fed. Cir.), reh’g denied
    (Fed. Cir. 2000)))), reh’g and reh’g en banc denied (Fed. Cir. 2013). The statute says that
    agency procurement actions should be set aside when they are “arbitrary, capricious, an
    abuse of discretion, or otherwise not in accordance with law,” or “without observance of
    procedure required by law.” 
    5 U.S.C. § 706
    (2)(A), (D) (2018);7 see also Tinton Falls
    7 The   language of 
    5 U.S.C. § 706
     provides in full:
    To the extent necessary to decision and when presented, the reviewing
    court shall decide all relevant questions of law, interpret constitutional and
    statutory provisions, and determine the meaning or applicability of the terms
    of an agency action. The reviewing court shall—
    (1) compel agency action unlawfully withheld or unreasonably delayed;
    and
    11
    Lodging Realty, LLC v. United States, 
    800 F.3d 1353
    , 1358 (Fed. Cir. 2015); Orion Tech.,
    Inc. v. United States, 
    704 F.3d 1344
    , 1347 (Fed. Cir. 2013); COMINT Sys. Corp. v. United
    States, 
    700 F.3d 1377
    , 1381 (Fed. Cir. 2012) (“We evaluate agency actions according to
    the standards set forth in the Administrative Procedure Act; namely, for whether they are
    ‘arbitrary, capricious, an abuse of discretion, or otherwise not in accordance with law.’”
    (quoting 
    5 U.S.C. § 706
    (2)(A); and Bannum, Inc. v. United States, 
    404 F.3d at 1351
    ));
    Savantage Fin. Servs. Inc., v. United States, 
    595 F.3d 1282
    , 1285-86 (Fed. Cir. 2010);
    Weeks Marine, Inc. v. United States, 
    575 F.3d 1352
    , 1358 (Fed. Cir. 2009); Axiom Res.
    Mgmt., Inc. v. United States, 
    564 F.3d 1374
    , 1381 (Fed. Cir. 2009) (noting arbitrary and
    capricious standard set forth in 
    5 U.S.C. § 706
    (2)(A), and reaffirming the analysis of
    Impresa Construzioni Geom. Domenico Garufi v. United States, 
    238 F.3d at 1332
    ); Blue
    & Gold Fleet, L.P. v. United States, 
    492 F.3d 1308
    , 1312 (Fed. Cir. 2007) (“‘[T]he inquiry
    is whether the [government]’s procurement decision was “arbitrary, capricious, an abuse
    of discretion, or otherwise not in accordance with law.”’” (quoting Bannum, Inc. v. United
    States, 
    404 F.3d at 1351
     (quoting 
    5 U.S.C. § 706
    (2)(A) (2000)))); NVT Techs., Inc. v.
    United States, 
    370 F.3d at 1159
     (“Bid protest actions are subject to the standard of review
    established under section 706 of title 5 of the Administrative Procedure Act (‘APA’), 
    28 U.S.C. § 1491
    (b)(4) (2000), by which an agency’s decision is to be set aside only if it is
    ‘arbitrary, capricious, an abuse of discretion, or otherwise not in accordance with law,’ 
    5 U.S.C. § 706
    (2)(A) (2000).” (internal citations omitted)); Info. Tech. & Applications Corp.
    (2) hold unlawful and set aside agency action, findings, and conclusions
    found to be—
    (A) arbitrary, capricious, an abuse of discretion, or otherwise not in
    accordance with law;
    (B) contrary to constitutional right, power, privilege, or immunity;
    (C) in excess of statutory jurisdiction, authority, or limitations, or short
    of statutory right;
    (D) without observance of procedure required by law;
    (E) unsupported by substantial evidence in a case subject to sections
    556 and 557 of this title or otherwise reviewed on the record of
    an agency hearing provided by statute; or
    (F) unwarranted by the facts to the extent that the facts are subject
    to trial de novo by the reviewing court.
    In making the foregoing determinations, the court shall review the whole
    record or those parts of it cited by a party, and due account shall be taken
    of the rule of prejudicial error.
    
    5 U.S.C. § 706
    .
    12
    v. United States, 
    316 F.3d at 1319
     (“Consequently, our inquiry is whether the Air Force’s
    procurement decision was ‘arbitrary, capricious, an abuse of discretion, or otherwise not
    in accordance with law.’ 
    5 U.S.C. § 706
    (2)(A) (2000).”); Synergy Sols., Inc. v. United
    States, 
    133 Fed. Cl. 716
    , 734 (2017) (citing Banknote Corp. of Am. v. United States, 
    365 F.3d at 1350
    ); Eco Tour Adventures, Inc. v. United States, 114 Fed. Cl. at 22; Contracting,
    Consulting, Eng’g LLC v. United States, 
    104 Fed. Cl. 334
    , 340 (2012). “In a bid protest
    case, the agency’s award must be upheld unless it is ‘arbitrary, capricious, an abuse of
    discretion, or otherwise not in accordance with law.’” Turner Constr. Co. v. United States,
    
    645 F.3d 1377
    , 1383 (Fed. Cir.) (quoting PAI Corp. v. United States, 
    614 F.3d at 1351
    ),
    reh’g en banc denied (Fed. Cir. 2011); see also Tinton Falls Lodging Realty, LLC v. United
    States, 800 F.3d at 1358 (“In applying this [arbitrary and capricious] standard to bid
    protests, our task is to determine whether the procurement official’s decision lacked a
    rational basis or the procurement procedure involved a violation of a regulation or
    procedure.” (citing Savantage Fin. Servs., Inc. v. United States, 595 F.3d at 1285–86));
    Glenn Def. Marine (ASIA), PTE Ltd. v. United States, 
    720 F.3d 901
    , 907 (Fed. Cir.), reh’g
    en banc denied (Fed. Cir. 2013); McVey Co., Inc. v. United States, 
    111 Fed. Cl. 387
    , 402
    (2013) (“The first step is to demonstrate error, that is, to show that the agency acted in an
    arbitrary and capricious manner, without a rational basis or contrary to law.”);
    PlanetSpace, Inc. v. United States, 
    92 Fed. Cl. 520
    , 531-32 (“Stated another way, a
    plaintiff must show that the agency’s decision either lacked a rational basis or was
    contrary to law.” (citing Weeks Marine, Inc. v. United States, 575 F.3d at 1358)),
    subsequent determination, 
    96 Fed. Cl. 119
     (2010).
    The United States Supreme Court has identified sample grounds which can
    constitute arbitrary or capricious agency action:
    [W]e will not vacate an agency’s decision unless it “has relied on factors
    which Congress has not intended it to consider, 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 is so implausible
    that it could not be ascribed to a difference in view or the product of agency
    expertise.”
    Nat’l Ass’n of Home Builders v. Defenders of Wildlife, 
    551 U.S. 644
    , 658 (2007) (quoting
    Motor Vehicle Mfrs. Ass’n v. State Farm Mut. Auto. Ins. Co., 
    463 U.S. 29
    , 43 (1983)); see
    also Tinton Falls Lodging Realty, LLC v. United States, 800 F.3d at 1358; F.C.C. v. Fox
    Television Stations, Inc., 
    556 U.S. 502
    , 552 (2009); Ala. Aircraft Indus., Inc.-Birmingham
    v. United States, 
    586 F.3d 1372
    , 1375 (Fed. Cir. 2009), reh’g and reh’g en banc denied
    (Fed. Cir. 2010); In re Sang Su Lee, 
    277 F.3d 1338
    , 1342 (Fed. Cir. 2002) (“[T]he agency
    tribunal must present a full and reasoned explanation of its decision. . . . The reviewing
    court is thus enabled to perform meaningful review . . . .”); Textron, Inc. v. United States,
    
    74 Fed. Cl. 277
    , 285-86 (2006), appeal dismissed sub nom. Textron, Inc. v. Ocean
    Technical Servs., Inc., 223 F. App’x 974 (Fed. Cir. 2007). The United States Supreme
    Court also has cautioned, however, that “courts are not free to impose upon agencies
    specific procedural requirements that have no basis in the APA.” Pension Benefit Guar.
    Corp. v. LTV Corp., 
    496 U.S. 633
    , 654 (1990).
    13
    Under an arbitrary or capricious standard, the reviewing court should not substitute
    its judgment for that of the agency, but should review the basis for the agency decision to
    determine if it was legally permissible, reasonable, and supported by the facts. See Motor
    Vehicle Mfrs. Ass’n v. State Farm Mut. Auto. Ins. Co., 
    463 U.S. at 43
     (“The scope of
    review under the ‘arbitrary and capricious’ standard is narrow and a court is not to
    substitute its judgment for that of the agency.”); see also Turner Constr. Co., Inc. v. United
    States, 
    645 F.3d at 1383
    ; R & W Flammann GmbH v. United States, 
    339 F.3d 1320
    , 1322
    (Fed. Cir. 2003) (citing Ray v. Lehman, 
    55 F.3d 606
    , 608 (Fed. Cir.), cert. denied, 
    516 U.S. 916
     (1995)); Synergy Sols., Inc. v. United States, 133 Fed. Cl. at 735 (citing Impresa
    Construzioni Geom. Domenico Garufi v. United States, 
    238 F.3d at 1332-33
    ). “‘“If the
    court finds a reasonable basis for the agency’s action, the court should stay its hand even
    though it might, as an original proposition, have reached a different conclusion as to the
    proper administration and application of the procurement regulations.”’” Weeks Marine,
    Inc. v. United States, 575 F.3d at 1371 (quoting 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))); Limco Airepair, Inc. v. United States, 
    130 Fed. Cl. 544
    , 550 (2017)
    (citation omitted); Jordan Pond Co., LLC v. United States, 
    115 Fed. Cl. 623
    , 631 (2014);
    Davis Boat Works, Inc. v. United States, 
    111 Fed. Cl. 342
    , 349 (2013); Norsat Int’l
    [America], Inc. v. United States, 
    111 Fed. Cl. 483
    , 493 (2013); HP Enter. Servs., LLC v.
    United States, 
    104 Fed. Cl. 230
    , 238 (2012); Vanguard Recovery Assistance v. United
    States, 
    101 Fed. Cl. 765
    , 780 (2011).
    Stated otherwise by the United States Supreme Court:
    Section 706(2)(A) requires a finding that the actual choice made was not
    “arbitrary, capricious, an abuse of discretion, or otherwise not in accordance
    with law.” To make this finding the court must consider whether the decision
    was based on a consideration of the relevant factors and whether there has
    been a clear error of judgment. Although this inquiry into the facts is to be
    searching and careful, the ultimate standard of review is a narrow one. The
    court is not empowered to substitute its judgment for that of the agency.
    Citizens to Pres. Overton Park, Inc. v. Volpe, 
    401 U.S. 402
    , 416 (1971) (internal citations
    omitted), abrogated on other grounds by Califano v. Sanders, 
    430 U.S. 99
     (1977); see
    also U.S. Postal Serv. v. Gregory, 
    534 U.S. 1
    , 6-7 (2001); Bowman Transp., Inc. v.
    Arkansas-Best Freight Sys., Inc., 
    419 U.S. 281
    , 285 (1974), reh’g denied, 
    420 U.S. 956
    (1975); Dell Fed. Sys., L.P. v. United States, 
    906 F.3d 982
    , 992 (Fed. Cir. 2018) (quoting
    Banknote Corp. of Am., Inc. v. United States, 
    365 F.3d 1345
    , 1351 (Fed. Cir. 2004) (“The
    rational basis test asks ‘whether the contracting agency provided a coherent and
    reasonable explanation of its exercise of discretion.’”); Co-Steel Raritan, Inc. v. Int’l Trade
    Comm’n, 
    357 F.3d 1294
    , 1309 (Fed. Cir. 2004) (In discussing the “arbitrary, capricious,
    and abuse of discretion, or otherwise not in accordance with the law” standard, the
    Federal Circuit stated: “the ultimate standard of review is a narrow one. The court is not
    empowered to substitute its judgment for that of the agency.”); In re Sang Su Lee, 
    277 F.3d at 1342
    ; Advanced Data Concepts, Inc. v. United States, 
    216 F.3d at 1058
     (“The
    14
    arbitrary and capricious standard applicable here is highly deferential. This standard
    requires a reviewing court to sustain an agency action evincing rational reasoning and
    consideration of relevant factors.” (citing Bowman Transp., Inc. v. Arkansas-Best Freight
    Sys., Inc., 419 U.S. at 285)); Lockheed Missiles & Space Co. v. Bentsen, 
    4 F.3d 955
    , 959
    (Fed. Cir. 1993); By Light Prof’l IT Servs., Inc. v. United States, 
    131 Fed. Cl. 358
    , 366
    (2017); BCPeabody Constr. Servs., Inc. v. United States, 
    112 Fed. Cl. 502
    , 508 (2013)
    (“The court ‘is not empowered to substitute its judgment for that of the agency,’ and it
    must uphold an agency’s decision against a challenge if the ‘contracting agency provided
    a coherent and reasonable explanation of its exercise of discretion.’” (internal citations
    omitted) (quoting Keeton Corrs., Inc. v. United States, 
    59 Fed. Cl. 753
    , 755, recons.
    denied, 
    60 Fed. Cl. 251
     (2004); and Axiom Res. Mgmt., Inc. v. United States, 
    564 F.3d at 1381
    )), appeal withdrawn, 559 F. App’x 1033 (Fed. Cir. 2014); Supreme Foodservice
    GmbH v. United States, 109 Fed. Cl. at 382; Alamo Travel Grp., LP v. United States, 
    108 Fed. Cl. 224
    , 231 (2012); ManTech Telecomms. & Info. Sys. Corp. v. United States, 
    49 Fed. Cl. 57
    , 63 (2001), aff’d, 30 F. App’x 995 (Fed. Cir. 2002); Ellsworth Assocs., Inc. v.
    United States, 
    45 Fed. Cl. 388
    , 392 (1999) (“Courts must give great deference to agency
    procurement decisions and will not lightly overturn them.” (citing Fla. Power & Light Co.
    v. Lorion, 
    470 U.S. 729
    , 743-44 (1985))), appeal dismissed, 6 F. App’x 867 (Fed. Cir.
    2001), and superseded by regulation as recognized in MVS USA, Inc. v. United States,
    
    111 Fed. Cl. 639
     (2013).
    According to the United States Court of Appeals for the Federal Circuit:
    Effective contracting demands broad discretion. Burroughs Corp. v. United
    States, 
    223 Ct. Cl. 53
    , 
    617 F.2d 590
    , 598 (1980); Sperry Flight Sys. Div. v.
    United States, 
    548 F.2d 915
    , 921, 
    212 Ct. Cl. 329
     (1977); see NKF Eng’g,
    Inc. v. United States, 
    805 F.2d 372
    , 377 (Fed. Cir. 1986); Tidewater
    Management Servs., Inc. v. United States, 
    573 F.2d 65
    , 73, 
    216 Ct. Cl. 69
    (1978); RADVA Corp. v. United States, 
    17 Cl. Ct. 812
    , 819 (1989), aff’d, 
    914 F.2d 271
     (Fed. Cir. 1990). Accordingly, agencies “are entrusted with a good
    deal of discretion in determining which bid is the most advantageous to the
    Government.” Tidewater Management Servs., 573 F.2d at 73, 
    216 Ct. Cl. 69
    .
    Lockheed Missiles & Space Co. v. Bentsen, 
    4 F.3d at 958-59
    ; see also Res-Care, Inc. v.
    United States, 
    735 F.3d 1384
    , 1390 (Fed. Cir.) (“DOL [Department of Labor], as a federal
    procurement entity, has ‘broad discretion to determine what particular method of
    procurement will be in the best interests of the United States in a particular situation.’”
    (quoting Tyler Constr. Grp. v. United States, 
    570 F.3d 1329
    , 1334 (Fed. Cir. 2009))), reh’g
    en banc denied (Fed. Cir. 2014); Grumman Data Sys. Corp. v. Dalton, 
    88 F.3d 990
    , 995
    (Fed. Cir. 1996); Geo-Med, LLC v. United States, 
    126 Fed. Cl. 440
    , 449 (2016); Cybertech
    Grp., Inc. v. United States, 
    48 Fed. Cl. 638
    , 646 (2001) (“The court recognizes that the
    agency possesses wide discretion in the application of procurement regulations.”);
    Furthermore, according to the United States Court of Appeals for the Federal Circuit:
    15
    Contracting officers “are entitled to exercise discretion upon a broad range
    of issues confronting them in the procurement process.” Impresa
    Construzioni Geom. Domenico Garufi v. United States, 
    238 F.3d 1324
    ,
    1332 (Fed. Cir. 2001) (internal quotation marks omitted). Accordingly,
    procurement decisions are subject to a “highly deferential rational basis
    review.” CHE Consulting, Inc. v. United States, 
    552 F.3d 1351
    , 1354 (Fed.
    Cir. 2008) (internal quotation marks omitted).
    PAI Corp. v. United States, 
    614 F.3d at 1351
    ; see also AgustaWestland N. Am., Inc. v.
    United States, 
    880 F.3d 1326
    , 1332 (Fed. Cir. 2018) (“Where, as here, a bid protester
    challenges the procurement official’s decision as lacking a rational basis, we must
    determine whether ‘the contracting agency provided a coherent and reasonable
    explanation of its exercise of discretion,’ recognizing that ‘contracting officers are entitled
    to exercise discretion upon a broad range of issues confronting them in the procurement
    process.’” (quoting Impresa Construzioni Geom. Domenico Garufi v. United States, 
    238 F.3d at 1332-33
     (internal quotation marks and citation omitted))); Weeks Marine, Inc. v.
    United States, 575 F.3d at 1368-69 (“We have stated that procurement decisions ‘invoke
    [ ] “highly deferential” rational basis review.’ Under that standard, we sustain an agency
    action ‘evincing rational reasoning and consideration of relevant factors.’” (alteration in
    original) (quoting CHE Consulting, Inc. v. United States, 
    552 F.3d at 1354
     (quoting
    Advanced Data Concepts, Inc. v. United States, 
    216 F.3d at 1058
    ))).
    A disappointed bidder has the burden of demonstrating the arbitrary and capricious
    nature of the agency decision by a preponderance of the evidence. See Tinton Fall
    Lodging Realty, LLC v. United Sates, 800 F.3d at 1364; see also Grumman Data Sys.
    Corp. v. Dalton, 
    88 F.3d at 995-96
    ; Enhanced Veterans Sols., Inc. v. United States, 
    131 Fed. Cl. 565
    , 578 (2017); Davis Boat Works, Inc. v. United States, 111 Fed. Cl. at 349;
    Contracting, Consulting, Eng’g LLC v. United States, 104 Fed. Cl. at 340. The Federal
    Circuit has indicated that “[t]his court will not overturn a contracting officer’s determination
    unless it is arbitrary, capricious, or otherwise contrary to law. To demonstrate that such a
    determination is arbitrary or capricious, a protester must identify ‘hard facts’; a mere
    inference or suspicion . . . is not enough.” PAI Corp. v. United States, 
    614 F.3d at
    1352
    (citing John C. Grimberg Co. v. United States, 
    185 F.3d 1297
    , 1300 (Fed. Cir. 1999)); see
    also Turner Constr. Co., Inc. v. United States, 
    645 F.3d at 1387
    ; Sierra Nevada Corp. v.
    United States, 
    107 Fed. Cl. 735
    , 759 (2012); Filtration Dev. Co., LLC v. United States, 
    60 Fed. Cl. 371
    , 380 (2004).
    A bid protest proceeds in two steps. First . . . the trial court determines
    whether the government acted without rational basis or contrary to law when
    evaluating the bids and awarding the contract. Second . . . if the trial court
    finds that the government’s conduct fails the APA review under 
    5 U.S.C. § 706
    (2)(A), then it proceeds to determine, as a factual matter, if the bid
    protester was prejudiced by that conduct.
    Bannum, Inc. v. United States, 
    404 F.3d at 1351
    ; T Square Logistics Servs. Corp. v.
    United States, Fed. Cl. 550, 555 (2017); FirstLine Transp. Sec., Inc. v. United States, 119
    
    16 Fed. Cl. 116
    , 126 (2014), appeal dismissed (Fed. Cir. 2015); Eco Tour Adventures, Inc.
    v. United States, 114 Fed. Cl. at 22; Archura LLC v. United States, 112 Fed. Cl. at 496.
    To prevail in a bid protest case, the protestor not only must show that the government’s
    actions were arbitrary, capricious, or otherwise not in accordance with the law, but the
    protestor also must show that it was prejudiced by the government’s actions. See 
    5 U.S.C. § 706
     (“[D]ue account shall be taken of the rule of prejudicial error.”); see also Glenn Def.
    Marine (ASIA), PTE Ltd. v. United States, 720 F.3d at 907 (“In a bid protest case, the
    inquiry is whether the agency’s action was arbitrary, capricious, an abuse of discretion,
    or otherwise not in accordance with law and, if so, whether the error is prejudicial.”); IT
    Enter. Sols. JV, LLC v. United States, 
    132 Fed. Cl. 158
    , 173 (2017) (citing Bannum v.
    United States, 
    404 F.3d at 1357-58
    ); Linc Gov’t Servs., LLC v. United States, 
    96 Fed. Cl. 672
    , 694-96 (2010).
    Under CICA’s automatic stay, agencies, upon receiving notice that the award is
    being protested, are to “direct the contractor to cease performance under the contract
    and to suspend any related activities that may result in additional obligations being
    incurred by the United States under that contract.” See 
    31 U.S.C. § 3553
    (d)(3)(A)(ii)(2).
    CICA gives the Agency certain options to override a CICA stay, and, in the above-
    captioned bid protest, the Agency did so. CICA provides:
    (C) The head of the procuring activity may authorize the performance of the
    contract (notwithstanding a protest of which the Federal agency has notice
    under this section)--
    (i) upon a written finding that--
    (I) performance of the contract is in the best
    interests of the United States; or
    (II) urgent and compelling circumstances that
    significantly affect interests of the United States
    will not permit waiting for the decision of the
    Comptroller General concerning the protest;
    and
    (ii) after the Comptroller General is notified of that finding.
    
    31 U.S.C. § 3553
    (d)(3)(C).
    Regarding override decisions, the United States Court of Appeals for the Federal
    Circuit has determined that “
    28 U.S.C. § 1491
    (b)(1) grants the trial court jurisdiction over
    an objection to a violation of 
    31 U.S.C. § 3553
    (c)(2).” RAMCOR Servs. Grp., Inc. v. United
    States, 
    185 F.3d 1286
    , 1290 (Fed. Cir. 1999); see also Dyncorp Int’l LLC v. United States,
    113 Fed. Cl. at 302 (“We have jurisdiction under the Tucker Act, 
    28 U.S.C. § 1491
    (b)
    (2006), to review an agency decision to override a CICA stay.” (citing RAMCOR Servs.
    Grp., Inc. v. United States, 185 F.3d at 1289-90)); Beechcraft Def. Co., LLC v. United
    17
    States, 
    111 Fed. Cl. 24
    , 31 (2013); Supreme Foodservice GmbH v. United States, 109
    Fed. Cl. at 381 (“Challenges to alleged violations of the CICA automatic stay provision
    are within this jurisdiction.” (citing RAMCOR Servs. Grp., Inc. v. United States, 185 F.3d
    at 1290)).
    Although not binding on this court, a template for evaluating an override
    determination was offered by a Judge of this court in Reilly’s Wholesale Produce v. United
    States, 
    73 Fed. Cl. 705
     (2006).8 See Supreme Foodservice GmbH v. United States, 109
    Fed. Cl. at 384 (“In Reilly’s Wholesale Produce v. United States, 
    73 Fed. Cl. 705
     (2006),
    one judge of our court surveyed the field of prior decisions and was able ‘to distill from
    the relevant cases a variety of factors that an agency must consider in making an override
    decision.’” (quoting Reilly’s Wholesale Produce v. United States, 73 Fed. Cl. at 711)); but
    see PMTech, Inc. v. United States, 95 Fed. Cl. at 343 (“The court in Reilly’s Wholesale
    has provided excellent guidance to this court, and to the procurement community, in
    identifying factors that may be relevant to most CICA stay override decisions. As to the
    precedential weight to be accorded the Reilly’s Wholesale factors, however, the court in
    this decision must express some reservations.”). Override protests, however, are very
    fact specific inquiries. See PMTech, Inc. v. United States, 95 Fed. Cl. at 344 (quoting
    Automation Techs., Inc. v. United States, 72 Fed. Cl. at 727); Automation Techs., Inc. v.
    United States, 72 Fed. Cl. at 727, 730. As explained in Beechcraft Defense Co., LLC, the
    Reilly’s Wholesale court identified four factors to consider:
    (1) “whether significant adverse consequences will necessarily occur if the
    stay is not overridden”; (2) “whether reasonable alternatives to the override
    exist that would adequately address the circumstances presented”; (3) “how
    the potential cost of proceeding with the override, including the costs
    associated with the potential that the GAO might sustain the protest,
    compare to the benefits associated with the approach being considered for
    addressing the agency’s needs”; and (4) “the impact of the override on
    competition and integrity of the procurement system.”
    Beechcraft Def. Co., LLC v. United States, 111 Fed. Cl. at 31 (quoting Reilly’s Wholesale
    Produce v. United States, 73 Fed. Cl. at 711); see also Supreme Foodservice GmbH v.
    United States, 109 Fed. Cl. at 384. The court in Reilly’s Wholesale Produce further stated
    that the “decisional law also indicates that certain factors are irrelevant to this analysis,
    among them: (i) that the new contract would be better than the old one . . . or (ii) the
    override and continuation of the contract is otherwise simply preferable to the agency . .
    . .” Reilly’s Wholesale Produce v. United States, 73 Fed. Cl. at 711.
    8 As indicated by the same Judge who issued the Reilly’s Wholesale decision, “‘the
    decisions of this court are not binding precedent for judges of this court.’” Park Props.
    Assocs., L.P. v. United States, 
    120 Fed. Cl. 787
    , 790 (2015) (quoting Sotera Def.
    Solutions, Inc. v. United States, 
    118 Fed. Cl. 237
    , 258 (2014)), aff’d, 677 F. App’x 676
    (Fed. Cir. 2017).
    18
    In discussing Reilly’s Wholesale, although a Judge of this court argued that “[t]he
    court’s focus should be on whether the CICA stay override decision was rational and
    whether the agency considered relevant factors, not on whether the agency conformed
    its analysis to a specific framework elaborated by this court,” the Judge, nonetheless
    acknowledged “the court recognizes the utility of the analytical framework provided by
    Reilly’s Wholesale, but does not consider that the Reilly’s Wholesale factors govern the
    outcome of this case.” PMTech, Inc. v. United States, 95 Fed. Cl. at 345. Likewise, the
    undersigned is not bound by the Reilly’s Wholesale factors, but believes the factors are
    a useful tool to help analyze the Agency’s decision to override the automatic stay based
    on urgent and compelling circumstances in the context of APA review. See 
    5 U.S.C. § 706
    (2)(A).
    The court in Reilly’s Wholesale Produce v. United States set forth an analytical
    framework that was based on “a variety of factors that an agency must consider in making
    an override decision based upon urgent and compelling circumstances.” 9 Reilly’s
    Wholesale Produce v. United States, 73 Fed. Cl. at 711. The factors articulated in Reilly’s
    Wholesale Produce v. United States “have been applied when the stay override is based
    upon urgent and compelling circumstances, or based upon the best interests of the United
    States.”10 Charles F. Day & Assocs., LLC v. United States, 
    120 Fed. Cl. 767
    , 771 (2015);
    see also Supreme Foodservice GmbH v. United States, 109 Fed. Cl. at 384 (noting that
    the factors articulated in Reilly’s Wholesale Produce v. United States “have been
    employed in cases reviewing overrides based on either justification”); E-Mgmt.
    Consultants, Inc. v. United States, 
    84 Fed. Cl. 1
    , 6 (2008) (applying the Reilly’s Wholesale
    Produce v. United States factors to an agency’s decision to override the CICA stay, in
    which the agency justified the override decision as being in the “best interests of the
    9   In a footnote, the court in Reilly’s Wholesale Produce v. United States stated:
    Admittedly, some of the cases cited for the factors that are legally relevant
    and irrelevant in this context are ones in which the agency override decision
    was based upon the “best interests” of the United States. However, in the
    court’s view, the rationale employed in those cases has, where indicated,
    application to the review of an override decision based upon urgent and
    compelling circumstances.
    Reilly’s Wholesale Produce v. United States, 73 Fed. Cl. at 711 n.10.
    10 In Dyncorp International LLC v. United States, a Judge of the United States Court of
    Federal Claims declined to apply the factors set forth in Reilly’s Wholesale Produce v.
    United States to an agency’s override of the CICA stay “in the context of a ‘best interest’
    justification.” See Dyncorp Int’l LLC v. United States, 113 Fed. Cl. at 303 n.4. The Dyncorp
    International court stated that the Reilly’s Wholesale Produce v. United States test
    “overstates what is required by the arbitrary and capricious standard particularly in the
    context of a ‘best interest’ justification.” See id. The Dyncorp International court stated
    that the “test for evaluating the merits of an agency's override decision is whether the
    agency's determination was arbitrary, capricious, or otherwise not in accordance with
    law.” Id. at 302 (footnote omitted) (citing 
    5 U.S.C. § 706
     (2012)).
    19
    United States”). The undersigned is not bound by the Reilly’s Wholesale factors when
    evaluating the Agency’s best interests justification for overriding the CICA stay, but
    believes that the Reilly’s Wholesale factors are a useful analytical tool for evaluating
    whether the Agency’s best interests justification was “arbitrary, capricious, an abuse of
    discretion, or otherwise not in accordance with law.” See 
    5 U.S.C. § 706
    (2)(A).
    Protestor argues that the “application of the Reilly’s Wholesale factors is entirely
    appropriate because the Army itself structured its D&F to correspond to these four factors.
    As a result, if the Army’s D&F justifications are insufficient or unreasonable under the four
    Reilly’s Wholesale factors, then its overall Override Decision itself must also be arbitrary
    and capricious.” (citations omitted). In its motion for judgment on the Administrative
    Record, defendant states, “whether Reilly’s accurately states the law or not, the Army has
    adopted the Reilly’s factors when making its override decision. Thus, even though Reilly’s
    does not apply, when an agency applies the Reilly’s factors in its analysis, the Court can
    consider them in favor of the APA standard of review.” (citations omitted). As indicated
    above, this court is not restricted by the Reilly’s Wholesale factors, but the factors are a
    useful tool to help analyze the Army’s decision to override the automatic stay based on
    urgent and compelling circumstances in the context of APA review. See 
    5 U.S.C. § 706
    (2)(A). Additionally, as noted by protestor, and the defendant itself, the contracting
    officer used the framework of the Reilly’s Wholesale factors, and so this court includes in
    its analysis of the contracting officer’s Determination & Findings consideration of the
    Reilly’s Wholesale factors.
    Regarding the first factor, “‘whether significant adverse consequences will
    necessarily occur if the stay is not overridden,’” Beechcraft Def. Co., LLC v. United States,
    111 Fed. Cl. at 31 (quoting Reilly’s Wholesale Produce v. United States, 73 Fed. Cl. at
    711), protestor argues that “[t]he Army’s D&F fails to reasonably explain why its cited
    adverse consequences only now necessarily require drastic action to prevent alleged
    harm to American interests.” Intervenor argues “the national security concerns set forth
    in the D&F weigh heavily in favor of the Army’s override decision and deserve deference.”
    Defendant contends that “[t]he Army rationally determined that significant adverse
    consequences to national security, through a lack of security and continued operation of
    the CENTRIXS-K and SIPR communication networks, would occur absent an override.”
    As noted above, for the first factor, the Determination & Findings stated:
    It is imperative that continued performance for National Security is
    unimpeded. No other reasonable alternatives to the override exist.
    USACISA mission supported by the contract performance directly sustains
    the Operations and Maintenance and Cybersecurity of the Combined
    Enterprise Regional Information Exchange System (CENTRIXS) Korea (K)
    and the Secret Internet Protocol Router Network (SIPR). [redacted]. This is
    an enormous mission capability to take on without any type of transition or
    for a very short period contract.
    20
    [redacted] Failure to approve the CICA Stay Override will put National
    Defense, National Security and Allied missions in grave jeopardy of certain
    failure.
    (capitalization in original). Protestor concedes “that the IT services at issue here are
    important and contribute to the success of operations in Korea,” but argues “the Army has
    still failed to justify why the cited concerns necessarily will occur absent only the drastic
    action of overriding the CICA Stay.” (capitalization in original). The contracting officer in
    the Determination & Findings explained that “[redacted].” The lack of services would have
    far-reaching and [redacted] consequences. The Determination & Findings rationally
    support a finding that significant adverse consequences will occur if the stay was not
    overridden in the above captioned protest.11
    The second Reilly’s Warehouse factor, asks whether reasonable alternatives to
    the override exist that would adequately address the circumstances presented. See
    Reilly’s Wholesale Produce v. United States, 73 Fed. Cl. at 711. The Determination &
    Findings stated that no reasonable alternative existed, first, because the Amy cannot
    perform the operations itself because it does “[redacted] in order to provide the required
    quality and level of support.” The contracting officer in the Determination & Findings also
    noted:
    The second possibility would be to exercise an option under the incumbent
    contract or issue a sole source bridge contract to the incumbent, General
    Dynamics Information Technology (GDIT), for the duration of the protest.
    The incumbent contract is comprised of a base year, two (2) 12-month
    option periods, and a final 8½ month option period which ends on 12 April
    2020. The contract did not include the FAR 52.217-8 Option to Extend
    Service because the last date for performance under Army CHESSITES-2S
    task orders is 12 April 2020. A re-compete for a bridge contract is not
    possible because of insufficient time to solicit, evaluate, award and then
    mobilize and phase-in a new contractor as less than two months is left on
    the incumbent contract. Therefore, a sole source bridge contract is the only
    possible alternative to continue services with the incumbent in the absence
    of an override.
    (capitalization in original). Additionally, the contracting officer in the Determination &
    Findings explained:
    there is significant evidence to demonstrate that GDIT is not able to
    satisfactorily perform the required services even though they are the
    11Defendant argues that “[t]he Court in Reilly’s opined that ‘some of the problems
    encountered here are, at least in part, of defendant’s own making’ not as part of its
    analysis of factor 1, [Reilly’s Wholesale Produce v. United States,] 73 Fed. Cl. at 711-14,
    but rather as part of its weighing of harms. Id. at 716.” As defendant repeatedly pointed
    out Reilly’s is not binding on this court, and this court use the guidance in Reilly’s as the
    court deems appropriate.
    21
    incumbent. The documented past performance ratings in CPARS base
    through the option 2 performance periods for the incumbent contractor have
    been marginal and the Government has indicated we would not recommend
    them for this work in the future. (See attached CPARS for Base, Option 1
    and Option 2). Specific critical performance issues include, but are not
    limited to, not maintaining the network readiness at [redacted] which is the
    required minimum level, numerous key personnel vacancies which were not
    filled within the timeframes of the contract terms and conditions and less
    than minimal overall staffing to provide the required quality and level of
    support. The marginal performance has continued into the current option
    period. The incumbent contractor continues to degrade their performance,
    which cannot likely be overcome, to the point where Government
    augmentations had to be made in order to provide the minimum support
    required. There also have been multiple Contract Deficiency Reports
    (CDRs), due to continued understaffing impacting performance for the
    Operations and Maintenance of the networks. The incumbent's staffing
    levels have decreased significantly in the past 9 months and continue on a
    downward trend more rapidly in the past 3 months due to the pending and
    eventual contract award. The incumbent's staff not hired or pending to be
    hired by awardee are moving or have already moved to other positions or
    jobs. If the incumbent is awarded a sole source bridge contract, there is little
    evidence that they will be able to re-obtain the required qualified personnel
    in short order and therefore a high risk of adverse consequences and of
    imminent failure of all aforementioned missions described above.
    Accordingly, I find that these options are not reasonable alternatives to a
    CICA Stay Override.
    (capitalization in original). Defendant argues that the “Army rationally concluded that none
    of the alternatives would allow for continuous service or for adequate performance.”
    Protestor first states “STG does not take issue with the Army’s conclusion that performing
    the work in-house was unreasonable.” Protestor, however, continues
    the Army’s conclusion as to GDIT was arbitrary and capricious and not in
    accordance with law for several reasons. As explained below, the Army
    made no attempt to negotiate with GDIT and did not even learn GDIT’s
    potential price in order to make an informed assessment of a bridge contract
    as an alternative, despite having enough time to do so. Moreover, the Army
    improperly invoked GDIT’s performance record on the incumbent task order
    as a rationale for concluding that a bridge contract was not a reasonable
    alternative. In addition, the D&F reveals that the Army failed to consider
    other possible alternatives to the override, such as temporarily acquiring the
    services using other contract vehicles. The Court should find that the Army
    did not properly consider Factor 2 and has therefore not satisfied its burden
    to justify its Override Decision under Factor 2.
    22
    (capitalization in original). Protestor states that “GDIT’s initial response was that it was
    ‘open to exploring contractual options in support of continued performance for an
    additional 120 days’ and ‘willing to negotiate in good faith’ as to the terms and conditions,’”
    and, therefore, STG blames the Army for the failure to negotiate a bridge contract. The
    protestor also claims the Army had time to pursue a bridge contract with GDIT. The
    Administrative Record, however, reflects that ultimately Mr. Minjack, the contracting
    officer, offered a bridge contract to GDIT, but GDIT indicated that it could not “accept an
    additional 120 days sole source contract with the same onerous terms and price.” 12 In
    addition, the contracting officer expressed concerns that GDIT may not have been able
    to successfully perform a bridge contract. As noted above, the contracting officer
    indicated in the Determination & Finding that GDIT’s “staffing levels have decreased
    significantly in the past 9 months and continue on a downward trend more rapidly in the
    past 3 months due to the pending and eventual contract award,” and “[i]f the incumbent
    is awarded a sole source bridge contract, there is little evidence that they will be able to
    re-obtain the required qualified personnel in short order and therefore a high risk of
    adverse consequences and of imminent failure of all aforementioned missions described
    above.” The contracting officer’s concerns appear reasonable, and the court will not
    second guess the contracting officer’s actions. See Ellsworth Assocs., Inc. v. United
    States, 
    45 Fed. Cl. 388
    , 392 (1999) (“Courts must give great deference to agency
    procurement decisions and will not lightly overturn them.”). The court finds it rational that
    the Army determined it could not continue contract performance with incumbent, despite
    protestor’s claims, and that it further could not perform the necessary contract functions
    in-house, necessitating the override so SAIC could begin contract performance.
    The third Reilly’s Wholesale factor asks “‘how the potential cost of proceeding with
    the override, including the costs associated with the potential that the GAO might sustain
    the protest, compare to the benefits associated with the approach being considered for
    addressing the agency’s needs.’” Beechcraft Defense Co., LLC v. United States, 111 Fed.
    Cl. at 31 (quoting Reilly’s Wholesale Produce v. United States, 73 Fed. Cl. at 711). The
    Determination & Findings stated if “the override is authorized and the protestor prevails
    in its protest, the Army will have expended the costs of performance of up to 6 months
    (including 2 months phase-in) under the awarded contract,” and “[i]f GAO were to sustain
    the protest, the Army might incur costs that are more than de minimis depending on the
    corrective action required and taken.” The contracting officer determined: “However, this
    is an acceptable risk given the serious consequences of stayed performance for this
    contract action. Therefore, I find that the benefits of overriding the stay and proceeding
    with performance greatly outweigh the potential costs of not doing so.” The protestor
    argues “[t]he Army’s attempt to address this factor consists of two short paragraphs that
    are bereft of any actual cost data, and include no evidence that the Army made any
    serious attempt to even consider all of the potential costs implicated by its Override
    Decision,” and “[t]he Army’s analysis is cursory, speculative and unsupported, leaving
    only a naked assertion that the benefits of the Override Decision outweigh the potential
    12 The contracting officer indicated in the Determination & Findings that he believed that
    GDIT would have proposed “a significant price increase in an attempt to recoup asserted
    losses on this contract.”
    23
    costs.” Defendant, by contrast, argues “[t]he Army’s evaluation took into account the
    factors described in the D&F and was rational,” and the
    Army rationally weighed, against these costs of proceeding with the
    override, the benefits of overriding the stay – avoiding “the serious
    consequences of stayed performance,” described earlier in the D&F, such
    as “the severe adverse impact on U.S. Forces and their ability to meet the
    armistice and contingency missions” and potentially having to receive poor
    service from the incumbent contractor.
    (footnote omitted). Although court agrees with protestor that the Determination & Findings
    did not include any actual cost data, save the potential cost of performance, the court also
    agrees with the defendant, that “the benefits at issue here – the Army’s readiness and the
    safety of the military, the American public, and the South Korean public – cannot be
    quantified. They are nonetheless fully worthy of consideration.” Additionally, although
    protestor argues in order to “conduct a sufficient cost-benefit analysis, the Army must
    consider, and not ignore, any potentially applicable costs,” as defendant notes, the Army
    was “not required to consider every single possible cost.” As noted above, the rational
    basis test of APA review asks “‘whether the contracting agency provided a coherent and
    reasonable explanation of its exercise of discretion.’” Dell Fed. Sys., L.P. v. United States,
    906 F.3d at 992 (quoting Banknote Corp. of Am., Inc. v. United States, 
    365 F.3d at 1351
    ).
    The contracting officer acknowledged the possibility that if STG’s protest at the GAO was
    ultimately successful the Army could incur costs, and would have “expended the costs of
    performance of up to 6 months (including 2 months phase-in) under the awarded
    contract,” but determined that for the Army, it was “an acceptable risk given the serious
    consequences of stayed performance for this contract action. Therefore, I find that the
    benefits of overriding the stay and proceeding with performance greatly outweigh the
    potential costs of not doing so.” The court defers to the Army’s conclusion about the
    acceptable risk to the Army if STG’s protest is successful. See BCPeabody Constr.
    Servs., Inc. v. United States, 112 Fed. Cl. at 508 (“The court is not empowered to
    substitute its judgment for that of the agency, and it must uphold an agency’s decision
    against a challenge if the contracting agency provided a coherent and reasonable
    explanation of its exercise of discretion.” (quotations omitted)). Therefore, the court finds
    the Determination & Findings’ conclusions regarding this factor were not unreasonable.
    As to the fourth factor identified by the United States Court of Federal Claims in
    Reilly’s Wholesale, “the impact of the override on competition and integrity of the
    procurement system,” the contracting officer stated in the Determination & Findings:
    Although ACC [the Army] recognizes the important role of the GAO protest
    process in the procurement review process and respects the automatic stay
    provisions found in FAR 33.104. However, FAR expressly permits an
    agency to override this stay in limited instances, where, as here, an agency
    has urgent and compelling reasons for an override. ACC-411th CSB
    [Contracting Support Brigade] has explored alternative means to meet the
    requirement but found none that were acceptable. The urgent need will be
    24
    met through the performance of the contract awarded to SAIC. This includes
    the 2 months phase-in period from 13 February 2020 to 12 April 2020 and
    then full performance for up to 9.5 months to 31 January 2021 to meets an
    immediate, critical mission need. In short, overriding the stay is not only
    consistent with the specific rules and regulations of our acquisition system,
    but is also consistent with its overarching principles of competition and
    integrity.
    (capitalization in original). Protestor argues that, despite the foregoing, “the D&F includes
    no evidence that the Army even considered these serious impacts to competition and the
    procurement system.” The defendant argues that the above statement by the contracting
    officer demonstrates that the Determination & Findings did show the Army considered the
    impact on the procurement system. Defendant also points to the Determination &
    Findings’ consideration of the arguments raised by protestor on the merits of the GAO
    protest. The Determination & Findings stated:
    Below is a summary of STG’s arguments as well as the Army’s initial
    summary of the response to its protest:
    1. Protestor’s Argument #1: The Government applied unstated evaluation
    criteria.
    Response Summary: The award to SAIC on 24 Jan 2020 under the Army
    CHESS ITES-3S Contract W52P1J-18-D-A075, Task Order W91QVN-20-
    F-0157 was based upon the evaluation of proposals in accordance with the
    solicitation terms and conditions. As documented in the Price Negotiation
    Memorandum/Source Selection Document (PNM/SSDD), Technical
    Evaluation      Board (TEB) Report and             Comparative  Analysis
    Recommendation Report the evaluation was in strict conformance with the
    stated evaluation criteria in the Task Order RFP and any amendments. The
    Protester is merely substituting its own judgment for that of the SSA’s
    comparative analysis and tradeoff analysis and final best value award
    determination.
    2. Protestor’s Argument #2: The TEB’s evaluation of the offerors under
    the RFP’s non-price factors was unreasonable.
    Response Summary: The evaluation of proposals was in accordance with
    the solicitation terms and conditions. The Final TEB Report and evaluation
    was in strict conformance with the stated evaluation criteria in the Task
    Order RFP and any amendments. The Protestor is merely substituting its
    own judgment for the judgment of the Government evaluators.
    (emphasis and capitalization in original). In addition to considering the merits of the
    protestor’s arguments to determine whether the Army believed the arguments had merit
    before proceeding with the override, as noted above, the contracting officer also reached
    25
    out to the incumbent contractor GDIT to gauge if a bridge contract was feasible. Although
    GDIT concluded it would not consider a bridge contract on the same terms as the earlier
    contract, the contracting officer’s actions demonstrate that the Army did not rush to
    override the CICA stay, but instead tried to find an alternative to allow the GAO process
    to continue. On balance, the Determination & Findings demonstrate that the Army
    considered the impact that overriding the CICA stay would have on the integrity of the
    procurement system.
    Based on the record before the court, the Army identified significant adverse
    consequences that would occur if the Army did not have a contractor providing mission
    command network operations and maintenance services. The Army rationally determined
    that there were no reasonable alternatives to overriding the CICA stay, considered the
    costs and benefits associated with overriding the CICA stay, and considered the effects
    of the Agency’s actions on the integrity of the procurement system. The Army decision to
    override the CICA stay “based upon mission essential reasons which are urgent and
    compelling, that will not permit waiting for a decision in the protest,” therefore, was not
    arbitrary and capricious. See 
    31 U.S.C. § 3553
    (d)(3)(C).13
    CONCLUSION
    As determined above, the Army’s decision to override the CICA stay is sustained.
    The defendant’s and intervenor’s motions for judgment on the Administrative Record are
    GRANTED. Protestor’s motion for judgment on the Administrative Record is DENIED.
    Protestor’s protest is DISMISSED. The Clerk of the Court shall enter JUDGMENT
    consistent with this Opinion.
    As indicated above, this Opinion is limited to the sole issue of the decision of the
    Army to override the CICA stay. This Opinion did not consider the merits of the evaluation
    of the proposals or the Army’s decision to award the task order to SAIC. If protestor files
    a subsequent bid protest in this court related to the Army’s evaluation of the proposals
    13 The court notes that the parties disagree as to the standard to apply if the court were
    find the override decision was irrational, as protestor argues that “the effect of a
    declaratory judgment in an override case is to reinsert the previously applicable stay of
    performance,” and argues that it would be “unnecessary to evaluate the additional
    injunction factors in order to afford the plaintiff relief from the agency’s arbitrary and
    capricious conduct.” Defendant argues that because a declaratory judgment in this
    protest would have the effect of an injunction, “the traditional equitable factors for
    injunctive relief should be applied to a request for declaratory judgment,” and “the Court
    should reject STG’s argument that, when considering the appropriateness of a
    declaratory judgment, the Court need not consider the injunction factors.” As the court
    has concluded that the override decision was not arbitrary or capricious, the court does
    not need to reach the issue of what standard to apply.
    26
    and award to SAIC, the protestor shall indicate it is related to the above captioned protest,
    and the Clerk’s Office shall assign the newly filed bid protest to the undersigned.
    IT IS SO ORDERED.
    s/Marian Blank Horn
    MARIAN BLANK HORN
    Judge
    27
    

Document Info

Docket Number: 20-283

Filed Date: 4/28/2020

Precedential Status: Precedential

Modified Date: 4/29/2020

Authorities (42)

M. Steinthal & Co., Inc. v. Robert J. Seamans, Jr., ... , 455 F.2d 1289 ( 1971 )

Scanwell Laboratories, Inc. v. John H. Shaffer, ... , 424 F.2d 859 ( 1970 )

Rex Service Corp. v. United States , 448 F.3d 1305 ( 2006 )

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

John C. Grimberg Company, Inc. v. United States , 185 F.3d 1297 ( 1999 )

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

Pai Corp. v. United States , 614 F.3d 1347 ( 2010 )

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

CHE Consulting, Inc. v. United States , 552 F.3d 1351 ( 2008 )

R & W Flammann Gmbh v. United States , 339 F.3d 1320 ( 2003 )

In Re Sang-Su Lee , 277 F.3d 1338 ( 2002 )

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

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

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

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

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

Turner Const. Co., Inc. v. United States , 645 F.3d 1377 ( 2011 )

Axiom Resource Management, Inc. v. United States , 564 F.3d 1374 ( 2009 )

Resource Conservation Group, LLC v. United States , 597 F.3d 1238 ( 2010 )

co-steel-raritan-inc-now-known-as-gerdau-ameristeel-corp-gs , 357 F.3d 1294 ( 2004 )

View All Authorities »