Weeks Marine, Inc. v. United States
Full Opinion (html_with_citations)
Opinion for the court filed by Circuit Judge SCHALL, Dissenting opinion filed by Circuit Judge DYK.
The United States appeals the November 16, 2007 amended final judgment of the United States Court of Federal Claims, which granted Weeks Marine, Inc. (âWeeksâ) a permanent injunction after sustaining its pre-award protest. In sustaining Weeksâs protest, the court determined that the Army Corps of Engineersâs (âCorpsâsâ) solicitation for indefinite duration indefinite quantity (âIDIQâ) multiple-award task order contracts (âMATOCsâ) for dredging was contrary to 10 U.S.C. § 2804(a), and lacked a rational basis. The court also determined that the solicitation was contrary to a requirement of the Corpsâs Engineering Federal Acquisition Regulation Supplement (âEFARSâ). Weeks Marine, Inc. v. United States, No. 07-700C (Fed.Cl. Nov. 16, 2007) (âAmended Final Judgmentâ). For the reasons set forth below, we hold .that the solicitation does not violate § 2304(a) and does not lack a rational basis.
BACKGROUND
I.
Weeks lodged its protest in response to the Corpsâs solicitation relating to mainte
Maintenance dredging removes material (for example, silt and sand) from the bottom of a navigable waterway, in order to facilitate movement of commercial, pleasure, and military vessels. Shore protection restores land along the shoreline that has been damaged by erosion or weather events by redepositing material (for example, sand) along the waterâs edge.
Up until now, the Corps has awarded dredging contracts in the South Atlantic Division on a district basis through the use of competitive sealed bidding.
The MATOC solicitation represents a significant departure from current Corps practice. First, the solicitation employs a negotiated, rather than sealed bidding, format. Second, pursuant to the solicitation, multiple contractors will be awarded indefinite duration indefinite quantity multiple-award task order contracts (IDIQ MA-TOCs). It is envisioned that, thereafter, an unknown number (âindefinite quantityâ) of task orders will be issued under each of the contracts. MATOC contractors will submit bids and will compete with each other for task orders as they arise. Through the solicitation, the Corps is seeking to cover all dredging projects within the South Atlantic Division over the next five years.
The Corps created an Acquisition Plan to explain its decision to switch procurement methods, and to provide details about the procurement plan. The Acquisition Plan lists 108 potential projects divided into four MATOC groups: Group I, certified hopper dredging projects (2-5 total MATOC contracts);
The Corps will evaluate proposals it receives in response to the solicitation on a âbest valueâ basis. The evaluation will take into account four factors: (1) technical merit, (2) past performance, (3) price, and (4) utilization of small businesses. The technical merit factor will assess whether a party submitting a proposal possesses dredging equipment. A partyâs past performance rating may vary from âvery low risk,â to âvery high risk,â with four intermediate levels. The risk factor will assess a prospective contractorâs competency in performing prior work (rated on a six-level scale), and the relevancy of that work (rated on a three-level scale). As far as price is concerned, the solicitation includes four representative tasks. Each party submitting a proposal in response to the solicitation will submit a bid on one of the tasks, thereby allowing the Corps to evaluate the price factor for that party. Weeks Marine, Inc. v. United States, 79 Fed.Cl. 22, 27 (2007) (âInitial Opinionâ). The Corps will pick several contractors for each MATOC based on the four listed factors. Individual task orders under the MATOCs will be awarded primarily using Low Price Technical Acceptable procedures, although the Corps states in the Acquisition Plan that it will use Best Value Trade Off procedures for some tasks.
Before issuing the solicitation, the Corps âconducted market research,â in order to evaluate potential interest in the solicitation and the availability of contractors for the task order work. Ten contractors, including Weeks, indicated interest in the solicitation. Weeks is a large marine construction and dredging company. It performed eighteen dredging contracts for the South Atlantic Division in the five years prior to the solicitation. Weeks was one of only three contractors that expressed interest in the solicitation that had (1) unlimited bonding capability, (2) hopper dredging equipment, and (3) significant dredging experience.
II.
The MATOC solicitation issued on June 4, 2007. On September 28, 2007, Weeks filed suit in the Court of Federal Claims, seeking declaratory and injunctive relief to prevent the South Atlantic Division from moving forward with the procurement. After the Corps filed a 2000 page administrative record, the parties filed cross motions for judgment on the administrative record. After hearing oral argument, the court issued a sealed version of its opinion on November 1, 2007. The opinion was made public on November 6, 2007, after the parties had a chance to review the sealed version and submit proposed redac-tions of confidential information. Initial Opinion, 79 Fed.Cl. at 22.
In the Initial Opinion, the Court of Federal Claims ruled that the MATOC solicitation violated 10 U.S.C. § 2304(a)(2), which provides that sealed bidding must be used when an agency plans to award a contract based solely on price and price-related factors. Initial Opinion, 79 Fed. Cl. at 29-30. Although the Corps indicated it would be evaluating non-price-related factors, the court found that the âevaluation factors will not permit the determination of any meaningful distinctions among the offerors, nor will they allow for any different ways to make task orders
The Court of Federal Claims also ruled that the MATOC solicitation had no rational basis. Having ruled in its disposition of the § 2304(a) issue that the Corps would not be considering non-price related factors, such as contractor qualifications, the court rejected the additional justifications proffered for the Corpsâs procurement action. Initial Opinion, 79 Fed.Cl. at 31-34. The government asserted the use of IDIQ MATOCs would reduce the procurement cycle, but the court found âthe record contained] no evidence showing that a shortened procurement cycle would enhance [the] ability to complete projects in a timely manner.â Id. at 32. Although the government asserted that the new procurement scheme would reduce administrative costs by $1.5 million over two years, the court found âno evidence of how this savings is calculated, or how it will occur.â Id. at 33. Further, the court found that the hours estimated for evaluating the proposals received in response to the solicitation were too low for a negotiated procurement, and that administrative costs thus would likely be much higher than estimated. Id. The government also argued that IDIQ MATOCs would reduce the need for emergency procurements. However, the court rejected this contention as well, indicating that emergency procurements had constituted only 2.4 percent of South Atlantic Division expenditures in the prior two years, and did not justify a âprocurement overhaul.â Id. Additionally, the government asserted that the IDIQ MATOCs would increase coordination between the districts in the Corpsâs South Atlantic Division. The Court of Federal Claims found, though, that the need for increased coordination did not warrant a change from sealed bidding, but rather necessitated the vesting of oversight in one office. Id. at 33-34. The court then dismissed in summary fashion all other arguments proffered by the government, stating that the record was âdevoid of credible evidenceâ that competition would increase, that small businesses would benefit, or that national security would be improved through the use of IDIQ MATOCs. Id. The court thus concluded that the proposed solicitation lacked a rational basis. Addressing the regulatory framework, the court concluded that the solicitation did not comply with the EFARS requirement that indefinite delivery contracts could only be used in certain limited circumstances. Id. at 31.
Having determined that the solicitation did not comply with § 2304(a) and the EFARS, and lacked a rational basis, the Court of Federal Claims ruled that Weeks had succeeded on the merits of its protest. The court then turned to the remaining three factors to be considered in determining whether an injunction should issue: irreparable harm, the balance of hardships, and the public interest. See, e.g., Centech Group, Inc. v. United States, 554 F.3d 1029, 1036-37 (Fed.Cir.2009); PGBA, LLC v. United States, 389 F.3d 1219, 1228-29 (Fed.Cir.2004). Doing so, the court concluded injunctive relief was appropriate. Initial Decision, 79 Fed.Cl. at 34-37. The court therefore granted Weeksâs motion for judgment on the administrative record, and denied the governmentâs motion. As a result, the court entered an order enjoining the Corps âfrom using Solicitation No. W912EP-07-R-0007 to receive proposals or to award negotiated IDIQ contracts or task orders for maintenance dredging or shore protection services.â Id. at 37.
On November 7 and 8, 2007, the Corps issued presolicitation notices announcing
DISCUSSION
I.
Under 28 U.S.C. § 1491(b)(1), the Court of Federal Claims is authorized âto 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] any alleged violation of statute or regulation in connection with a Federal procurement or proposed procurement.â 28 U.S.C. § 1491(b)(1). We have jurisdiction over this appeal pursuant to 28 U.S.C. § 1292(a)(1) and (c)(1).
We review the Court of Federal Claimsâs âdetermination on the legal issue of the governmentâs conduct, in a grant of judgment upon the administrative record, without deference.â Bannum v. United States, 404 F.3d 1346, 1351 (Fed.Cir.2005). We thus apply the âarbitrary and capriciousâ standard of the Administrative Procedure Act (âAPAâ), 5 U.S.C. § 706(2)(A), conducting the same analysis as the Court of Federal Claims. 28 U.S.C. § 1491(b)(4); Bannum, 404 F.3d at 1351. In applying the APA to protests such as the one before us, we determine whether â(1) the procurement officialâs decision lacked a rational basis; or (2) the procurement procedure involved a violation of regulation or procedure.â PGBA, LLC, 389 F.3d at 1225. On appeal, the government argues that Weeks has not alleged competitive injury, and therefore does not have standing to challenge the MATOC solicitation. On the merits, the government contends that the solicitation facially considers factors other than price, and thus does not violate 10 U.S.C. § 2304(a). It also argues that the decision of the Corps to switch from sealed bidding to negotiated procurement IDIQ MATOCs has a rational basis and does not violate the EFARS. We first address the issue of standing.
II.
âFederal courts are not courts of general jurisdiction; they have only the
The standing issue in this case is framed by 28 U.S.C. § 1491(b)(1), which we have found imposes more stringent standing requirements than Article III. Cf. Am. Fedân of Gov. Employees v. United States, 258 F.3d 1294, 1302 (Fed.Cir.2001) (âWe ... are not convinced that Congress, when using the term âinterested party to define those who can bring suit under § 1491(b)(1), intended to confer standing on anyone who might have standing under the [Administrative Procedure Act].â). Section 1491(b)(1) provides that the Court of Federal Claims has 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. Both the United States Court of Federal Claims and the district courts of the United States shall have jurisdiction to ' entertain such an action without regard to whether suit is instituted before or after the contract is awarded.
28 U.S.C. § 1491(b)(1). For purposes of this case, the pertinent part of § 1491(b)(1) is that which states that an âinterested party may object âto a solicitation ... for bids or proposals for a proposed contractâ or to âany alleged violation of statute or regulation in connection with a procurement or proposed procurement.â We have held that standing under § 1491(b)(1) -âis limited to actual or prospective bidders or offerors whose direct economic interest would be affected by the award of the contract or by the failure to award the contract.â Am. Fedân of Govât Employees, 258 F.3d at 1302. Thus, to come within the Court of Federal Claimsâs § 1491(b)(1) bid protest jurisdiction, Weeks is required to establish that it â(1) is an actual or prospective bidder and (2) possesses] the requisite direct economic interest.â Rex Serv. Corp. v. United States, 448 F.3d 1305, 1308 (Fed.Cir.2006). We have stated that â[t]o prove a direct economic interest as a putative prospective bidder, [the bidder] is required to establish that it had a âsubstantial chanceâ of receiving the contract.â Id.; see also Info. Tech. & Applications v. United States, 316 F.3d 1312, 1319 (Fed.Cir.2003) (âTo establish prejudice, [the protestor] must show that there was a âsubstantial chanceâ it would have received the contract award but for the alleged error in the procurement process.â); Statistica, Inc. v. Christopher, 102 F.3d 1577, 1580 (Fed.Cir.1996) (same).
The government concedes that the âprospective bidderâ prong of the interested
Turning to the âdirect economic interestâ prong of the interested party test, however, the government argues that Weeks has failed to demonstrate prejudice or harm arising from the MATOC solicitation. According to the government, any potential injury to Weeks is speculative, and is not the competitive injury required for standing because it is borne equally by all bidders. The government contends that Weeksâs allegations simply amount to a critique of IDIQ contracts in general rather than a particularized injury due to the use of such contracts. Appellantâs Br. 46. The government argues that Weeks has not established a âharm that ties the companyâs business situation to the solicitation at issue.â Oral arg. 8:20-8:25. In other words, the government argues that Weeks cannot establish that there was ânot only some significant error in the procurement process, but also that there was a substantial chance it would have received the contract but for that error.â Statistical 102 F.3d at 1582. The government urges that the âsubstantial chanceâ test is the test for proving economic interest and prejudice, even in the pre-award context. In making this argument, the government draws upon our standing discussions in post-award bid protests. See, e.g., Info. Tech., 316 F.3d at 1319 (â[B]e-cause the question of prejudice goes directly to the question of standing, the prejudice issue must be reached before addressing the merits.... To establish prejudice, [the protestor] must show that there was a âsubstantial chanceâ it would have received the contract award but for the alleged error in the procurement process.â); Myers Investigative & Sec. Servs., 275 F.3d at 1370 (â[Prejudice (or injury) is a necessary element of standing.... [T]he substantial chance rule continues to apply.â).
Weeks responds that it will suffer prejudice from having to compete in a âdiscretionary, subjective, and essentially un-reviewable process,â which, it contends, violates applicable laws and regulations. Appelleeâs Br. 41. Weeks also argues that âan unauthorized or irrational form of solicitationâ will impact its ability to compete and thrive because it has âbuilt [its] compan[y] and marketing planâ around the long-used system of sealed bidding. Oral arg. at 18:25-18:30. Weeks maintains further that its injury is not merely a critique of the IDIQ procurement method, but rather stems from
Section 1491(b)(1) provides in pertinent part that an âinterested party may object to a solicitation ... for bids or proposals for a proposed contractâ or to âany alleged violation of statute or regulation in connection with a procurement or proposed procurement.â As just discussed, the government does not dispute that Weeks meets the âprospective bidderâ prong of the interested party test.
We have not had occasion to discuss what is required to prove an economic interest, and thus prejudice, in a case such as this, where a prospective bidder/offeror is challenging a solicitation in the pre-award context. In such a case, it is difficult for a prospective bidder/offeror to make the showing of prejudice that we have required in post-award bid protest cases. See, e.g., Statistica, 102 F.3d at 1582 (holding that a contractor lacked standing because it failed to show a âsubstantial chance it would have received the contract award but forâ agency error). The reason of course is that, in a case such as this, there have been neither bids/offers, nor a contract award. Hence, there is no factual foundation for a âbut forâ prejudice analysis. However, Article III considerations require a party such as Weeks to make a showing of some prejudice. See, e.g., Lujan v. Defenders of Wildlife, 504 U.S. 555, 560, 112 S.Ct. 2130, 119 L.Ed.2d 351 (1992) (âFirst, the plaintiff must have suffered an âinjury in factâ....â); Myers Investigative & Sec. Servs., 275 F.3d at 1370 (â[Prejudice (or injury) is a necessary element of standing.â).
The Court of Federal Claims has advocated several different standards for evaluating standing in pre-award bid protests. In Red River Service Corp., the court indicated it would follow the plain statutory language and our holding in American Federation that § 1491(b)(1) âis limited to actual or prospective bidders or offerors whose direct economic interest would be affected by the award of the contract or by the failure to award the contract.â 60 Fed.Cl. at 539. The court declined to add any additional judicial gloss âuntil the United States Court of Appeals for the Federal Circuit directs otherwise.â Id. At the same time, in some pre-award cases, the Court of Federal Claims has continued to recite the substantial chance test. See, e.g., L-3 Commcâns EOTech, Inc. v. United States, 83 Fed.Cl. 643, 651 (2008); CNA Corp. v. United States, 81 Fed.Cl. 722, 725-26 (2008). In this case, the court chose to use the WinStar standard, where standing is established by alleging âa nontrivial competitive injury which can be redressed by judicial relief.â See also Allied Materials & Equip. Co. v. United States,
Upon consideration of the matter, we conclude that the standard applied by the Court of Federal Claims in this case strikes the appropriate balance between the language of § 1491(b)(1), which contemplates âan action by an interested party objecting to a solicitation for bids or proposals ... or any alleged violation of statute or regulation in connection with ... a proposed procurement,â and Article III standing requirements. We therefore consider whether Weeks has demonstrated a ânon-trivial competitive injury which can be addressed by judicial relief.â We conclude that it has.
We agree with the Court of Federal Claimsâs assessment of the ânon-trivial competitiveâ injury faced by Weeks based upon its contention as to the illegality of the MATOC solicitation. The court stated
Weeks was one of only three contractors that had âunlimitedâ bonding capability, âsignificantâ dredging experience, and possessed Coast Guard certified equipment for Group One projects. AR 21. Under sealed bidding procedures, there is a substantial chance that Weeks would be the lowest responsive and responsible bidder on a significant portion of the $1,392,000,000 in projects in Groups I, III, and IV. Under the IDIQ task order solicitation, however, Weeks would only be guaranteed a minimum of $2,500 and [the South Atlantic Division] could deny Weeks all task orders for the next five years without any explanation or discussions, or any ability for Weeks to seek bid protest review. This nontrivial competitive injury is capable of being redressed by this Court.
In this case, the solicitation prevents Weeks from competing for $1,392,000,000 in task order awards over the next five years through sealed bidding.
Initial Opinion, 79 Fed.Cl. at 35.
Weeks established an interest in bidding, sent in complaints and concerns, noted its contracting ability, and suggested it would likely receive a substantial percentage of the contracts in sealed bidding. Whether Weeks is the winning or losing bidder, according to Weeksâs theory of the case the solicitation may eventually be overturned due to illegality. This is not a pre-award case where the alleged violation is âimmaterialâ and will not have an impact on Weeksâs economic situation. See CACI Field Servs., Inc. v. United States, 854 F.2d 464, 466 (Fed.Cir.1988) (discussing prejudice in the pre-award context). Rather, Weeks has a definite economic stake in the solicitation being carried out in accordance with applicable laws and regulations. If the MATOC solicitation is allowed to go forward, it will dictate Weeksâs bidding and government work in the South Atlantic Division for the next five years. In sum, Weeks is an interested party who has demonstrated the requisite degree of prejudice for standing. We therefore hold that it has established standing.
Our conclusion that Weeks has standing to challenge the MATOC solicitation is consistent, we think, with our decision in Blue & Gold Fleet, L.P. v. United States, 492 F.3d 1308 (Fed.Cir.2007). We believe that Blue & Gold Fleet helps compel our conclusion that Weeks has statutory standing. Section 1491(b)(1) specifically confers jurisdiction on the Court of Federal Claims to hear pre-award bid protests, stating an âinterested partyâ may object to
In light of Blue & Gold Fleet, were we to hold that Weeks cannot now challenge the MATOC solicitation in the Court of Federal Claims, we effectively would be saying that this court has set up a judicial scheme whereby a party runs afoul of the waiver rule if it waits to challenge a solicitation (as Blue & Gold did), but is properly dismissed on standing grounds if it raises the challenge pre-award (as Weeks has done). Such a result would be anomalous.
Finally, by its terms, § 1491(b)(1) indicates that interested parties are able to challenge facial defects in solicitations. Cf. RAMGOR Servs. Group, Inc. v. United States, 185 F.3d 1286, 1289 (Fed.Cir.1999) (âIf § 1491(b) required a challenge to the merits of the contract award, the contractor would never need to use the âviolationâ prong but could always rely on other jurisdictional grants in § 1491(b)(1).â). Thus, in some cases the injury stemming from a facially illegal solicitation may in and of itself be enough to establish standing; in such a case a bidder should not have to wait until the solicitation is applied unfavorably to establish injury.
For the foregoing reasons, we conclude that in a pre-award protest such as the one before us, prospective bidder or offeror must establish âa non-trivial competitive injury which can be redressed by judicial reliefâ to meet the standing requirement of § 1491(b)(1). Under that standard, we hold that Weeks has standing to challenge the MATOC solicitation in the Court of Federal Claims. We turn now to the merits.
III.
We first address Weeksâs contention that the MATOC solicitation violates 10 U.S.C. § 2304(a). Section 2304(a) pro
(2) In determining the competitive procedure appropriate under the circumstances, the head of an agencyâ
(A) shall solicit sealed bids ifâ
(i) time permits the solicitation, submission, and evaluation of sealed bids;
(ii) the award will be made on the basis of price and other price-related factors;
(iii) it is not necessary to conduct discussions with the responding sources about their bids; and
(iv) there is a reasonable expectation of receiving more than one sealed bid; and
(B) shall request competitive proposals if sealed bids are not appropriate under clause (A).
Id. § 2304(a)(2).
On appeal, the government argues that, on its face, the MATOC solicitation considers non-price-related factors, and that therefore the Corps is using a negotiated procurement under § 2304(a)(2)(B). Specifically, the government contends the Corps is addressing (1) technical merit, (2) past performance, and (3) small business concerns. The solicitation, the government notes, states that âpast performance is considered significantly more important than priceâ and that âall evaluation factors, when combined, are significantly more important than price.â Weeks responds that while the Corps states that it will be evaluating non-price factors, and that the solicitation thus falls under § 2304(a)(2)(B), a closer look at the solicitation and the dredging industry reveals that the Corps will continue to limit its inquiry to price and price-related factors only. Thus, Weeks contends the solicitation is covered by § 2304(a)(2)(A) and that sealed bidding is required.
We conclude that Weeks has not established a violation of § 2304(a). The solicitation expressly states that the Corps will consider non-price factors, and that past performance is âsignificantly more important than price.â In addition, in the solicitation the Corps explained how it will evaluate technical merit, past performance, and small business factors. Moreover, Weeks acknowledged at oral argument that, its arguments relating to the Corpsâs intentions notwithstanding, the Corps has complied with the requirements of § 2304(a):
The Court: âIt does on its face say âweâre going to consider non-price-related factorsâ â isnât that the end of it?â
Weeks: âFacially yes ... they have satisfied what the statute requires....â
The Court: âDoesnât the case then come down to whether the government established a rational basis for the structuring of the procurement?â
Weeks: âYes, I believe it does ... I think that is more what the case is about.â
Oral arg. at 30:51-31:21. It is to the issue of rational basis that we now turn.
IY.
The government argues that the Court of Federal Claims erred in ruling
Addressing its first rationale, the government argues that the responsibility determinations the Corps currently is required to make pursuant to Federal Acquisition Regulation (âFARâ) § 9.401-1, 48 C.F.R. § 9.104-1, when there is sealed bidding, are not adequate surrogates for the evaluations of past performance it requires.
As to reduction in procurement time, the government states that âtime is of the essenceâ because (1) âenvironmental windows compress the schedule for dredging in much of the South Atlantic region,â and (2) unplanned events often arise that call for increased flexibility. The Corps estimates the IDIQ solicitation method could save as much as forty-five days per project in terms of the bidding period alone.
As far as administrative costs are concerned, the government notes that the South Atlantic Division spent $2,183,949 on procurement labor in 2006 and 2007, whereas under the new IDIQ MATOC approach, the Corps predicts it will spend $738,026 in the next two years on procurement labor. The Corps explained in the Acquisition Plan that these savings will be particularly important because âworkload has significantly increased over the years while personnel staffing has either remained the same or decreased.... [The Corps] must implement more cost effective acquisition methods that reduce labor intensive procedures in contracting, operations, & engineering.â Appellantâs Br. 38.
Regarding emergency procurements, the government points out that the Corps has emphasized that the IDIQ MATOCs will allow for greater competition in emergency situations, because a pool of contractors will be ready to bid on a given project, and preparation of task orders will require less time than the preparation of IFBs. See Acquisition Plan (â[W]ith MATOCs in place, any emergency dredging requirements could be competed among the MA-TOC holders; thereby, eliminating the need for issuing costly sole source contracts.â); Appellantâs Br. 32, 38-39. The government concludes this will lead to greater competition, faster results, and lower costs than the current emergency protocols.
With respect to improved coordination among the districts of the South Atlantic Division, the government emphasizes that the Division currently does not coordinate solicitations among the districts. In that regard, the Acquisition Plan notes the need to â[djevelop a consistent methodology and process for soliciting, monitoring and administering dredging and shore protection projects.â It also notes the need to â[r]emove the continual struggle between the [South Atlantic Division] Districts over resources when contracting for work that falls within the same environmental windows.â Because the IDIQ MATOCs will encompass all projects for the Division for the next five years, no such conflicts will arise. According to the government, the Corps anticipates that this new procurement scheme will allow it âto award a task order to a quality dredger that may be busy with work and therefore would not have submitted a sealed bid.â Appellantâs Br. 40; see also Acquisition Plan (âBy having a ready pool of dredging companies who can do the work, [the South Atlantic Division] can more easily allow quality performance to influence the decision making process.â).
The government next argues the IDIQ MATOCs will enhance opportunities for small businesses because Group II is a small-business set-aside group, and the Corps will be able to readily evaluate the small business factor because it no longer will be bound by the sealed bidding protocol of only considering price. Appellantâs Br. 42 n. 9; see also Acquisition Plan (â[The South Atlantic Division] intends to group the projects which have historically been set aside for small businesses and to solicit these projects under one grouping providing for the maximum practicable number of awards to small businesses in every known category, thereby providing the small business community with the same level of opportunity to compete for dredging projects as in the past.â).
Weeks counters that the Court of Federal Claims carefully analyzed and rejected the Corpsâs asserted rationales, and properly found that the MATOC solicitation lacked a rational basis. As far as the selection of more competent contractors is concerned, Weeks argues that the Corpsâs âtechnical meritâ concern only addresses whether the contractor has the appropriate equipment. Weeks states that, even under sealed bidding, FAR § 9.104-1 provides that âa prospective contractor must â (f) have the necessary production, construction, and technical equipment and facilities, or the ability to obtain them.â Weeks additionally contends that the Corpsâs new past performance evaluation is commensurate with the âresponsibility determinationâ the Corps currently undertakes when evaluating contractors in sealed bidding. Weeks notes that, under the FAR, the Corps must ascertain whether each contractor has a âsatisfactory performance record.â FAR § 9.104 â 3(b), 48 C.F.R. § 9.104-3(b). In that regard, it observes that FAR § 9.104-3(b) specifically provides that when evaluating a contractorâs past performance, the âcontracting officerâ should âconsider the number of contracts involved and the extent of deficient performance in each contract....â Id. Weeks further notes that a contracting officer must look to the âtenacityâ and âperseveranceâ of each contractor, id., and that an agency can develop and utilize special, more probing responsibility standards, as long as those standards are published in the solicitation. FAR § 9.104-2, 48 C.F.R. § 9.104-2. Finally, Weeks recites that, under FAR § 9.105-1, 48 C.F.R. § 9.105-1, an agency can obtain significant information about a contractor who is âthe low bidderâ or âin range for [the] award.â Weeks urges that, under these various FAR provisions, a procuring officer can obtain all the information he or she needs in order to evaluate a prospective contractor. Appelleeâs Br. 16.
Turning to the rationale that the IDIQ MATOCs will reduce the time required for the procurement cycle, Weeks argues that the administrative record provides no evidence that normal sealed bidding procedures have caused, or will cause, unacceptable delay. Further, Weeks disputes the governmentâs contention that the new procurement scheme will save forty-five days per task order, as the South Atlantic Division informed concerned contractors it intends to keep the present thirty-day response period âwhenever possible.â Therefore, Weeks argues, the Corps will save a maximum of fifteen days.
Addressing the Corpsâs asserted ability to prepare task orders more quickly than sealed bids, and thus reduce procurement time, Weeks notes that the four âseedâ task orders, which the solicitation states will be used to evaluate the price factor, are over 1500 pages in total length. According to Weeks, these task orders are
Turning to administrative costs, Weeks notes that the Court of Federal Claims found the record âlack[ed] any evidence of how the agency determined the IDIQ and task order hoursâ used to evaluate those costs. Initial Opinion, 79 Fed.Cl. at 38. Weeks notes that § 207.170 â B(ii) of the Department of Defense FAR Supplement provides that â[s]avings in administrative or personnel costs alone do not constitute a sufficient justification for the consolidation of contract requirements unless the total amount of the cost savings is expected to be substantial in relation to the total cost of procurement.â In this ease, Weeks states the total cost of dredging procurements is approximately $800 million for two years. Thus, Weeks posits that the savings which the Corps projects will arise from the solicitation ($1,445,923 in savings for an $800 million contract) will only amount to 0.18% of the two-year cost of the procurement â far below âsubstantialâ savings. Id.
Continuing, Weeks states that, in a true emergency, even an IDIQ MATOC will not suffice. According to Weeks, the Corps still will have to resort to the provisions of the FAR because only that procurement scheme allows the Corps to move rapidly enough to meet dredging and shore protection needs in an emergency.
Next, Weeks disputes the governmentâs assertion that the IDIQ MATOC scheme will benefit small businesses. First noting that small businesses received $189 million of the $750 million spent on dredging projects over the past two years, Weeks argues that the new plan will actually reduce the ability of small businesses to compete. Group II under the MATOC scheme, the small-business set-aside group, has a bonding requirement that ranges between $10 and $25 million. According to Weeks, this requirement exceeds the minimum bonding requirement the Corps normally requires for small businesses ($10 million). Weeks contends that any small company that can only post a $10 million bond will be precluded from competing for contracts for which it could previously bid under sealed bidding procedures. In essence, Weeks argues that the Corps has raised bonding requirements and has added barriers to entry for small businesses that want to compete for dredging contracts. Appelleeâs Br. 36-37. As to the Corpsâs final rationale, Weeks argues that the Corps has not âprovided any evidence that military waterways in the Southeast ever have been imperiled or jeopardized.â Id. at 37 (quoting Initial Opinion, 79 Fed.Cl. at 34).
V.
We have stated that procurement decisions âinvoke[ ] âhighly deferentialâ ra
The Corps has presented seven reasons for its new procurement scheme. As seen, through the use of IDIQ MATOCs, the Corps expects to (1) obtain qualified contractors; (2) reduce procurement time; (3) realize savings in administrative costs; (4) reduce or eliminate the need for emergency procurements; (5) allow for greater coordination between the districts in the South Atlantic Division; (6) facilitate the use of small businesses; and (7) be able to address national security needs through more timely execution of dredging near military bases. We think it can hardly be argued that any one of these is not a legitimate procurement objective.
Recognizing our deferential review of an agencyâs procurement decision, Weeks does not argue that the Corpsâs objectives are not legitimate. Rather, it takes the position that the Corps has not demonstrated that IDIQ MATOCs are necessary to achieve those objectives. In so doing, Weeks makes much of the fact that the solicitation and the Acquisition Plan provide little empirical evidence connecting the Corpsâs needs to the new procurement scheme. For the following reasons, we are not persuaded by Weeksâs argument.
After the Court of Federal Claims decided this case, we rendered our decision in CHE Consulting. In CHE Consulting, the United States Naval Oceanic Office (âNAVOâ) sought to solicit a single provider for the hardware and software maintenance of a complex supercomputer system. 552 F.3d at 1352. Eventually, after a request by CHE Consulting (âCHEâ), the General Services Administration separated the procurement into two contracts â one for hardware and one for software. Id. at 1353. In response to the revised solicitation, CHE submitted a hardware maintenance proposal, but NAVO indicated it would not accept âde-bundledâ proposals. Id. Following direction from NAVO, the General Services Administration, which had issued the solicitation, cancelled it, and issued a new solicitation requiring a single provider for both hardware and software maintenance. Id. Thus, the two maintenance requirements were âbundled.â
CHE brought a protest in the Court of Federal Claims, arguing that the bundling requirement lacked a rational basis and requesting an injunction with respect to the bundled solicitation. CHE, 552 F.3d at 1353. After examining the administrative record, the Court of Federal Claims found the evidence supporting the new solicitation âsparse,â and requested supplementation of the record. Specifically, the court asked for a cost analysis and empirical survey evidence on the practices of other agencies. Id. After the record was supplemented, the court ruled the bundling requirement had a rational basis. Id. at 1353-54. Accordingly, the court rejected CHEâs challenge to the solicitation. Id.
CHE appealed. On appeal, we determined not only that NAVO established a rational basis based on the supplemented record, but also that no supplementation was required in the first place. Id. at 1354 (âNAVO established a rational basis to combine hardware and software services into one contract before the trial court requested supplementation. The additions to the administrative record were thus not
NAVO has no obligation to point to past experiences substantiating its concerns in order to survive rational basis review .... Indeed NAVO has a responsibility to assess risks and avoid them before they become a historical fact.... In terms of this procurement, NAVO need not suffer some maintenance failures in order to substantiate its assessment of risks.... Thus, to satisfy its obligation to supply a rational basis for its decisions, NAVO may supply a reasoned chronicle of its risk assessment, as it did in this case.
CHE Consulting, 552 F.3d at 1355.
CHE Consulting controls this case. The Corps has put forth seven specific reasons for its procurement action, each of which represents a legitimate procurement objective. And as seen, in the case of each reason, the Acquisition Plan states the underlying rationale. Perhaps the Planâs fullest statement of an underlying rationale relates to emergency procurements. In that regard, the Acquisition Plan states that â[t]he southeastern portion of the United States, simply from its geographic proximity to warm, tropical climatic conditions, is annually subjected to hurricanes and other potentially catastrophic natural disasters.â Continuing, the Plan explains how âduring the past several years,â hurricanes and other severe storm events have increased shoaling in many channels, and it states that some shoaling became so severe that emergency contracts were required in order to maintain channel depths and allow access by both commercial and military vessels. The Acquisition Plan recites that many of these emergency contracts were solicited using less than full and open competition in accordance with FAR 6.302-2, Unusual and Compelling Urgency. See 48 C.F.R. § 6.302-2. The Acquisition Plan adds that, â[biased upon expert technical analysis, it is anticipated that this increase in shoaling will continue into the foreseeable future.â It states in addition that storms during the 2004 hurricane season âdevastated many miles of shorelineâ in North and South Carolina and Florida. This damage, the Acquisition Plan notes, resulted in the award of twenty shore protection contracts with a total value of over $98 million. The Plan concludes the discussion by stating that implementation of the MATOC procurement scheme âwould virtually eliminate the need to limit competition in the case of natural disaster or other national emergencies.â
The Corps was required to âsupply a reasoned chronicle of the risk assessment.â CHE Consulting, 552 F.3d at 1355. We think it did that by stating the reasons for its procurement decision and the thinking behind those reasons. Put most simply, given the Corpsâs mission, and what the Acquisition Plan tells us, we conclude that the Corps has sufficiently demonstrated that it is working to âavoid [risks] before they become historical factâ and that it has supplied a âreasoned chronicle of its risk assessment.â
In sum, we hold that the Corpsâs decision to issue the MATOC solicitation
VI.
As noted, the Court of Federal Claims ruled that the MATOC solicitation did not comply with the Corpsâs own procurement regulation, the EFARS. At the time the case was before the court, EFARS § 16.501, S-103(a), limited the circumstances in which indefinite delivery contracts could be used. The Court of Federal Claims held that the government had failed to establish that any of the specified circumstances were met insofar as the MATOC solicitation was concerned.
On appeal, the government argues that the Court of Federal Claims erred in ruling that the MATOC solicitation violated the EFARS. Weeks rejoins that the courtâs ruling on the EFARS issue was correct. For two reasons, however, we conclude that it is not necessary for us to address the issue. First, as noted above, Weeks stated at oral argument that the case turns on the question of whether the Corps demonstrated a rational basis for its procurement action. We have held that it did. Second, on January 25, 2008, after entry of the Amended Final Judgment, the Corps rescinded EFARS § 16.501, S-103(a). Under these circumstances, even if we had not already ruled the Corps had a rational basis for its action, and we agreed with Weeks that the Corps failed to comply with the rescinded EFARS provision, our ruling would have no practical import, since the Corps is no longer bound by the provision.
CONCLUSION
For the foregoing reasons, we reverse the Amended Final Judgment insofar as it permanently enjoins the Corps âfrom using Solicitation No. W 912EP-07-R-0007 to receive proposals or to award negotiated IDIQ contracts or task orders for maintenance dredging or shore protection services.â Accordingly, the Corps is authorized to proceed with the solicitation. Neither the government nor Weeks has appealed the rulings of the Court of Federal Claims in the Amended Final Judgment with respect to the presolicitation notices issued by the Corps on November 7 and November 8, 2007. We therefore leave those rulings undisturbed. Thus, the Amended Final Judgment is affirmed-in-part and reversed-in-part.
AFFIRMED-IN-PART and REVERSED-IN-PART COSTS.
Each party shall bear its own costs.
Opinion for the court filed by Circuit Judge SCHALL. Dissenting opinion filed by Circuit Judge DYK.
. As explained below, we need not decide whether the solicitation is contrary to EFARS.
.Currently, dredging contracts are awarded through the Savannah District (serving parts of North Carolina, South Carolina, and Georgia), the Jacksonville District (serving parts of Georgia and Florida), and the Mobile District (serving parts of Georgia, Florida, Alabama, and Mississippi). See U.S. Army Corps, of Engineers, South Atlantic Division, available at http://www.sad.usace.army.mil/contracting. htm.
. Upon award, each MATOC contract will have a mandatory one-year base term and four one-year options. Hence, the "indefinite durationâ label.
. Hopper dredging involves the use of specialized equipment. The Corps asserts only a small number of dredgers have this equipment.
. The parties have advised us that the Corps has suspended action on the MATOC procurement pending this appeal.
. FAR § 9.104-1 provides that a contractor must satisfy seven criteria in order to be deemed "responsible.â
. The Corps indicates that the new procurement scheme eliminates the fifteen-day notice period required before invitations for sealed bids, as well as the thirty-day response time for receipt of bids.
. For provisions addressing emergency situations, see, e.g., FAR § 6.302-2, 48 C.F.R. § 6.302-2 (full and open competition is not required â[w]hen the agencyâs need for the supplies or services is of such an unusual and compelling urgency that the Government would be seriously injured unless the agency is permitted to limit the number of sources from which it solicits bids or proposalsâ); see also FAR part 18, 48 C.F.R. §§ 18.000-18.204 (âEmergency Acquisitions").