THALES USA, INC. v. USA
Filing
56
REPORTED MEMORANDUM OPINION and ORDER: ECF No. 50 reissued. Signed by Judge David A. Tapp. (jjg) Service on parties made.
In the United States Court of Federal Claims
No. 24-1187
Filed: February 7, 2025
Published: March 6, 2025 †
THALES USA, INC.,
Plaintiff,
v.
THE UNITED STATES,
Defendant,
and
INDRA AIR TRAFFIC, INC.,
Intervenor-Defendant.
Jessica C. Abrahams, with Lora A. Brzezynski, Dana B. Pashkoff, Brianna L. Silverstein,
Michelle Y. Francois, Faegre Drinker Biddle & Reath LLP, Washington, D.C., for Plaintiff.
Alexander S. Brewer, Trial Attorney, with Brian M. Boynton, Principal Deputy Assistant
Attorney General, Patricia M. McCarthy, Director, Albert S. Iarossi, Assistant Director,
Commercial Litigation Branch, Civil Division, U.S. Department of Justice, Washington, D.C.,
with Josephine R. Farinelli, Of Counsel, Trial Attorney, U.S. Department of the Air Force, for
Defendant.
Sharon L. Larkin, with James M. Larkin, The Larkin Law Group LLP, Annapolis, MD, for
Intervenor-Defendant.
†
This Opinion was originally filed under seal on February 7, 2025, (ECF No. 50). The Court
provided parties the opportunity to review this Opinion for any proprietary, confidential, or other
protected information and submit proposed redactions. The parties disagree regarding the extent
of redactions appropriate for this public decision. (See generally ECF No. 52). The Court
addressed these disagreements in an Order issued on March 6, 2025. (ECF No. 53). The sealed
and public versions of this Opinion differ only to the extent of those redactions, the publication
date, and this footnote.
MEMORANDUM OPINION AND ORDER
TAPP, Judge.
This post award bid protest considers whether the Department of the Air Force (“the Air
Force”) erred when it awarded Indra Air Traffic, Inc. (“Indra”), a firm fixed-price contract for a
portable air navigation system. Disappointed offeror, Thales USA, Inc. (“Thales”), alleges the
Air Force: (1) improperly evaluated the offerors’ proposals and treated the offerors unequally;
(2) used a flawed price evaluation and conducted unequal discussions; (3) conducted an
improper best value tradeoff; and (4) issued an improper source selection decision. For reasons
set forth below, the Court DENIES Thales’s Motion for Judgment on the Administrative Record,
(Pl.’s MJAR, ECF No. 34), and GRANTS the United States’ and Indra’s Cross-Motions for
Judgment on the Administrative Record, (Def.’s xMJAR, ECF No 37; Int-Def.’s xMJAR, ECF
No. 36).
I.
Background
This procurement involves a firm fixed-price contract to replace the Air Force’s legacy
tactical air navigation systems (“AN/TRN-41”) with a new man-portable tactical air navigational
aid system known as the MP TACAN. 1 (Administrative Record (“AR”) at 1219). Essentially, the
system provides a signal that aircraft can use to help navigate. (AR 1219). The Solicitation
contemplated a five-year Indefinite Delivery/Indefinite Quantity (“ID/IQ”) contract with an
option to extend the ordering period for two years. (AR 282). The maximum amount for the
ID/IQ was set at $198,360,000 million. (Id.).
The Solicitation stated that the award would go to an offeror deemed responsible and
whose proposal conformed with the Solicitation’s requirements and represented the best value.
(AR 517). The evaluation factors consisted of: (1) Technical, (2) Technical Risk, and (3) Price.
(AR 518). The Solicitation provided that “[a] proposal must be found technically acceptable
under Factor 1 Evaluation Criteria in order to be considered for best value tradeoff between
Technical Risk and Price factors.” (AR 519). The Solicitation also stated that only technically
acceptable offers would undergo “the best value analysis and potential trade off between
Technical Risk and Price factors.” (Id.). Further, Factor 2 (Technical Risk) and Factor 3 (Price)
were weighted approximately equally. (Id.).
Factor 1 (Technical) evaluated the offeror’s approach for meeting the technical
requirements of six subfactors: (1) System Requirements Document’s (“SRD”) Cross-Reference;
(2) SRD Requirements; (3) SRD Non-Compliance (Performance Gap); (4) Small Business
Participation; (5) Delivery Requirements; (6) CDRL Data Rights. (AR 519–21). The Air Force
assigned an Acceptable or Unacceptable rating. (Id.) Proposals rated as Unacceptable for any
1
Solicitation No. FA8102-23-R-2000. Existing TACANs have exceeded their useful life. (Oral
Argument (“OA”) Tr. 18:21– 24 (affirming original TACANS were procured in 1978 and have a
40-year lifespan), ECF No. 49).
2
subfactor received an overall Unacceptable Technical rating and were ineligible for award. (AR
519). Not all of these subfactors are at issue here.
Subfactor 1, SRD Cross-Reference, required offerors to complete a matrix indicating
compliance or non-compliance with minimum threshold requirements. (AR 1225). Offerors were
only permitted to indicate compliance if their MP TACAN met the threshold requirements, as of
the date of the proposal, without additional testing or modification. (Id.). Offerors were to note
non-compliance if “the current proposed product specifications for the MP TACAN require[d]
additional testing or modifications to meet the minimum threshold[,]” indicating a “Performance
Gap.” (AR 1226). Any requirements identified as non-compliant had to be addressed in
Subfactor 3 “unless it [was] addressed in Subfactor [2].” (AR 1226). This subfactor minimum
was met when the matrix was completed. (AR 519).
Subfactor 2, SRD Requirements, required offerors to document how the proposed MP
TACAN replacement met Subfactors 2a–2f or would meet those subfactors by delivery. (AR
507–08). 2 The Air Force deemed offerors to have met the requirements of Subfactor 2 if their
“proposal indicate[d] an adequate understanding of the requirements and provide[d]
documentation/convincing rationale on how their approach meets or will meet” Subfactors 2a–
2f. (AR 519–20).
Subfactor 3, SRD Non-Compliance (Performance Gap), required offerors to propose an
approach for “overcoming/meeting each performance gap identified in Subfactor 1 to fully meet
the threshold requirements listed in the SRD to the fullest extent possible.” (AR 520). This
subfactor minimum was met when the offeror’s proposal indicated an “adequate understanding
of the requirements and provides documentation or convincing rationale on how their approach
will meet, or meet to the fullest extent possible, the requirements for each identified performance
gap.” (Id.).
Subfactor 5, Delivery Requirements, required offerors to provide a schedule and
approach to ensure delivery of the first five units within fourteen months of the award. (AR
1183–84). Additionally, Subfactor 5 required the offeror to provide subsequent orders to be
delivered at a rate of five units per month. (AR 1227).
Subfactor 6, CDRL Data Rights, required offerors to provide another completed matrix
indicating the asserted/proposed data rights, while considering the data rights requested by the
United States. (AR 1227). If offerors proposed anything less than what was requested, the offeror
was required to explain “how their Intellectual Property assertions will impact fielded system’s
organic sustainment and repairs.” (Id.; AR 521).
Factor 2 (Technical Risk) evaluated the offerors ability to address “risk associated with
the approach provided” for Subfactors 2, 3, 5, and 6 of Factor 1. (AR 1228). The Solicitation
2
The subfactors for Subfactor 2 were as follows: 2a: Flight Check (SRD QLT-2, KPP), 2b:
Portability (SRD PER-1, KPP), 2c: Set Up (SRD PER-2), 2d: Transmitter Power Out (SRD
QLT-5), 2e: Remote Monitoring & Maintenance (RMM) (SRD RMM-2). 2f: Mean-TimeBetween Failure (MTBF) (SRD QLT-17). (AR 507–08).
3
involved a violation of regulation or procedure.” Weeks Marine, Inc. v. United States, 575 F.3d
1352, 1358 (Fed. Cir. 2009).
In determining whether the Air Force’s decision was arbitrary or capricious, the Court
asks whether the action was “legally permissible, reasonable, and supported by the facts.”
UnitedHealth Mil. & Veterans Servs., LLC v. United States, 132 Fed. Cl. 529, 551 (2017). The
Court may not substitute its own judgment for that of the Air Force. Id. Rather, “[p]rocurement
officials have substantial discretion to determine which proposal represents the best value for the
government” particularly in the “minutiae of the procurement process[.]” E.W. Bliss Co. v.
United States, 77 F.3d 445, 449 (Fed. Cir. 1996). This standard is “highly deferential.” CHE
Consulting, Inc. v. United States, 552 F.3d 1351, 1354 (Fed. Cir. 2008). Further still, a
“protestor’s burden is particularly great in negotiated procurements because the contracting
officer is entrusted with a relatively high degree of discretion, and greater still, where, as here,
the procurement is a “best-value” procurement.” Banknote Corp. of Am., Inc. v. United States, 56
Fed. Cl. 377, 380 (2003), aff’d, 365 F.3d 1345 (Fed. Cir. 2004). If the Air Force’s decision fails
under this standard, the Court determines whether the “bid protester was prejudiced by that
conduct.” Bannum, Inc. v. United States, 404 F.3d 1346, 1351 (Fed. Cir. 2005). The protestor
must demonstrate prejudice by showing “that there was a ‘substantial chance’ it would have
received the contract award but for the [Air Force’s] errors.” Id. at 1353.
When parties move for judgment on the administrative record, RCFC 52.1 provides a
procedure to seek the equivalent of an expedited trial on a “paper record, allowing fact-finding
by the trial court.” Id. at 1356. Genuine issues of material fact do not preclude judgment on the
administrative record, so the Court can resolve questions of fact by referencing the
administrative record. Id. at 1355–56. Because the Court is bound to the administrative record, it
“will not put words in an agency’s mouth or invent supporting rationales the agency has not itself
articulated.” ENGlobal Gov’t Servs., Inc. v. United States, 159 Fed. Cl. 744, 764 (2022) (quoting
IAP Worldwide Servs. v. United States, 159 Fed. Cl. 265, 286 (2022)). It follows that the Court is
suspect of “any rationale that departs from the rationale provided at the time the procuring
agency made its decision.” Sys. Stud. & Simulation, Inc. v. United States, 152 Fed. Cl. 20, 32
(2020) (quoting Raytheon Co. v. United States, 121 Fed. Cl. 135, 158 (2015), aff’d 809 F.3d 590
(Fed. Cir. 2015)).
Thales challenges the Air Force’s award to Indra as arbitrary, capricious, an abuse of
discretion, or otherwise not in accordance with the law. (See generally Pl.’s MJAR). First, Thales
argues the Air Force failed to conduct proper evaluations under Factor 1 (Technical) and Factor
2 (Technical Risk). (Id. at 20–24). Specifically, Thales claims the Air Force failed to appreciate
Indra’s insufficient
of its proposed MP TACAN and that the Air Force
improperly assigned Thales two weaknesses. (Id. at 24). Thales also argues the Air Force’s price
evaluation was arbitrary and capricious because it “failed to follow the Solicitation’s requirement
to assess offerors’ understanding of the requirements or any inherent performance risk in
offerors’ proposals.” (Id. at 31). Specifically, Thales asserts that the Air Force’s price realism
analysis was unsupported and irrational, and that the Air Force conducted unequal discussions
with Thales and Indra resulting in a large price disparity between the offerors. (Id. at 31–34).
Thales next argues the Air Force’s best value analysis was flawed due to improper evaluation of
technical, technical risk, and price. (Id. at 36–37). Lastly, Thales argues the source selection
decision was arbitrary and capricious because the SSA failed to exercise independent judgment
6
when conducting a comparative assessment of the proposals and in making its best value
determination. (Id. at 37–39). Based on these errors, Thales claims it is entitled to injunctive
relief. (Id. at 39–40). The Court respectfully disagrees.
A.
The Air Force’s Evaluations
Thales alleges the Air Force failed to properly evaluate Indra’s and Thales’s proposals
under Factor 1 (Technical) and Factor 2 (Technical Risk). Additionally, Thales claims that it was
treated unequally.
1.
The Air Force correctly applied the Solicitation’s evaluation criteria in
evaluating Indra’s Factor 1 proposal.
Thales alleges the Air Force failed to properly execute its technical evaluation of Indra by
ignoring “glaring red flags [that] should have resulted in technical weaknesses[.]” (Pl.’s MJAR at
18–19). Thales based these allegations on two factors: (1) the Air Force knew that Indra had
never deployed an MP TACAN system; and (2) Indra admitted that
. (Id.).
Thales’s first basis focuses on Indra’s lack of experience or past performance with MP
TACANs. Under the Federal Acquisition Regulations (“FAR”) “[p]ast performance need not be
evaluated if the contracting officer documents the reason past performance is not an appropriate
evaluation factor for the acquisition.” FAR 15.304(c)(3)(iii). In this case, the Air Force drafted a
Determination and Findings (“D&F”) explaining why it determined that past performance
evaluations were inappropriate for this procurement. (AR 18070–72). In its D&F, the Air Force
explained that based on market research Thales and Indra were the only suppliers capable of
meeting the Air Force’s requirements and that both had experience developing navigational aids
for the Department of Defense and its military partners. (AR 18071). The Air Force ultimately
concluded that both Thales and Indra were competent parties capable of fulfilling the
Solicitation. (AR 18072). Based on these findings, the Air Force determined that past
performance was not a “discriminating or appropriate evaluation factor for this acquisition.”
(Id.). In assessing whether a prospective enterprise has sufficient experience to meet the needs of
a particular procurement, neither the Court nor a disappointed bidder, are best suited to evaluate
the relative capability of an awardee.
Additionally, past performance or experience “was not a stated evaluation criterion, or
reasonably encompassed within the stated criteria.” (Def.’s xMJAR at 18 (citing AR 18070–72)).
From the plain language of the Solicitation, it is clear that past performance would not be
incorporated into the analysis under any of the factors of this Solicitation. (AR 519–25). This
information was readily apparent to bidders; yet there were no objections. “[A] party who has the
opportunity to object to the terms of a government solicitation containing a patent error and fails
to do so prior to the close of the bidding process waives its ability to raise the same objection
subsequently in a bid protest action in” our Court. Blue & Gold Fleet, L.P. v. United States, 492
F.3d 1308, 1313 (Fed. Cir. 2007). Thus, whether there was any merit to Thales’s claim regarding
the Air Force’s measure of the bidder’s past performance, that objection is waived.
7
Thales’s argument that Indra should have received a technical weakness under Factor 1
(Technical) is also unsupported. When reading the Solicitations rating scheme for Factor 1, it
states that:
Each subfactor within the technical factor will receive one of the ratings
described below based on the criteria listed below. Individual subfactor
ratings will be used to determine the overall technical acceptability of each
offeror. To be determined technically acceptable at the factor level, the
offeror must be rated acceptable in each subfactor. A single deficiency (IAW
FAR 15.001) within a subfactor will result in an unacceptable rating for that
subfactor.
Adjectival Rating
Description
Acceptable
Proposal meets the
requirements of the solicitation
Proposal does not meet the
requirements of the solicitation
Unacceptable
(AR 519). From the plain language of the Solicitation, offerors could anticipate receiving one of
these two possible ratings under Factor 1 and its corresponding subfactors: Acceptable or
Unacceptable. (Id.).
This language is markedly different from the possible ratings offerors could receive under
Factor 2 (Technical Risk), expressly stating that “[t]he Government will review and analyze the
offeror’s approach and apply professional judgment in determining whether the approach
includes weaknesses(es), significant weakness(es), and/or deficiencies in relation to Subfactors 2,
3, 5, and 6.” (Id. at 521 (emphasis added)). The Solicitation did not contemplate assigning
weaknesses under Factor 1 but instead, ratings were to be made on an Acceptable or
Unacceptable basis. (AR 519) Therefore, Thales’s suggestion that the Air Force should have
assigned Indra a technical weakness under Factor 1 is contrary to the Solicitation’s stated terms.
Thales further asserts that “Indra’s admission that there was a risk
contradicted its indication of
environmental compliance on the SRD Matrix of Subfactor 1, Technical. (Pl.’s MJAR at 22; see
also AR 1307). Again, that SRD Matrix only required offerors to indicate compliance or noncompliance with the minimum threshold requirements outlined in Section 2 of the SRD. (AR
1225). The Solicitation states that the minimum requirements of Subfactor 1, Technical were met
“when the offeror’s proposal demonstrates the matrix is completely filled-in clearly indicating
compliance and non-compliance for the proposed solution.” (AR 519 (emphasis added)).
Nothing more was required. The Solicitation only required the Government to evaluate the
offeror’s responses under Subfactor 1, Technical for completion. (See AR 519, 1225–26). Indra
was only required to complete the SRD Matrix in full, and it did so. (Id.). The Air Force
followed the Solicitation and determined that Indra fully completed the SRD Matrix, thus it
properly evaluated Indra’s proposal under Subfactor 1, Technical. To the extent Thales raises
issues with the solicitation’s terms, this is a patent defect, thus its challenge is untimely.
8
2.
The Air Force correctly applied the Solicitation’s evaluation criteria in
evaluating Indra’s Factor 2 –Technical Risk proposal.
Next, Thales argues that the Air Force improperly evaluated Indra’s proposal under
Factor 2 (Technical Risk). (Pl.’s MJAR at 20–24). Primarily, Thales asserts the Air Force failed
to question Indra regarding its self-identified risk about
and failed to follow up on
the state of Indra’s development (Id. at 23). The Court is not persuaded.
For Factor 2 (Technical Risk), the Solicitation provided that evaluation would assess the
degree to which the offeror’s technical approach may cause “disruption of schedule, degradation
of performance, the need for increased Government oversight, or increased likelihood of
unsuccessful contract performance.” (AR 521). Under these instructions, offerors were to address
technical risks associated with their approach under Factor 1 in connection with Subfactors 2, 3,
5, and 6. (AR 1228). Offerors were meant to provide a rationale for the risk and quantitative
estimates for both potential consequences and probability of the risk to occur. (Id.). Notably,
Subfactors 1 and 4 were not to be evaluated for Technical Risk. (AR 512). In completing their
risk assessment, offerors were to also outline mitigation approaches to eliminate or reduce each
risk. (AR 1228).
Taking into consideration the offeror’s self-identified risks and mitigations, the Air Force
conducted its own independent risk assessment evaluating whether there were any risks not
identified by the Offeror. (AR 521). The Air Force would also apply its own judgment in
deciding whether the approach included “weakness(es), significant weakness(es), and/or
deficiencies in relation to Subfactors 2, 3, 5, and 6.” (AR 521). The Air Force utilized the
Offeror’s data, information, and approach from their Factor 1 (Technical) proposal, and could
assign one of the following overall technical risk ratings:
(521). Award eligibility hinged on an Offeror’s Low or Moderate rating. (Id.).
In its Factor 2 (Technical Risk) proposal, Indra self-identified a “low probability” risk
assessment associated with Portability (“PER-1”), which is summarized in the chart below:
9
unsatisfactory rating. The Government expects the same level of performance
from Indra since it's the same people, in the same facilities, with the same
subcontractors, using the same manufacturing processes. and intellectual
property to complete the requirement.
(AR 9802). The Air Force rationally concluded that Indra could meet the Solicitation’s
requirements.
Thales argues that the Air Force should have assigned Indra a “significant risk” based on
Indra’s admission that its product
.
(Pl.’s MJAR at 23–24). Thales also asserts that the Air Force failed to question Indra regarding
this admission, nor did it question Indra’s mitigation plan for the identified risk. (Id.). Under the
Solicitations terms, the Air Force evaluated the offeror’s risk assessments to identify any risk not
raised by the offeror. (AR 521). The Air Force issued two ENs to Indra under Subfactor 2,
highlighting unaddressed risks within Indra’s risk assessment and indicating the Air Force’s
independent assessment of risk. (AR 10620–30). There is no requirement that the Air Force
provide a detailed analysis for every decision it makes, and Indra’s identification of risk certainly
did not mandate assigning a weakness. See Scott Tech. v. United States, 168 Fed. Cl. 705, 717
(2023) (finding that the plaintiff confused a broad documentation requirement with a requirement
to individually address each risk and mitigation strategy). The Air Force did not question Indra
regarding the
issue, most likely because it found Indra’s mitigation plan to be
sufficient. Thales fails to demonstrate any error in the Air Force’s evaluation.
3.
The Air Force treated the offerors equally.
Thales alleges that the Air Force conducted unequal evaluations by holding “Thales to a
higher standard than Indra in assessing Thales with weaknesses under Subfactor 3–SRD
Performance Gap and Subfactor 6–Data Rights,” and applying unstated evaluation criteria when
evaluating Thales’s proposal. (Pl.’s MJAR at 25). The Federal Circuit has explained that to
prevail on a claim of unequal treatment, the protester must show “that the agency unreasonably
downgraded its proposal for deficiencies that were ‘substantively indistinguishable’ or nearly
identical [to] those contained in other proposals[,]” Office Design Grp. v. United States, 951 F.3d
1366, 1372 (Fed. Cir. 2020) (internal citations omitted), or that “the agency inconsistently
applied objective solicitation requirements between it and other offerors, such as proposal page
limits, formatting requirements, or submission deadlines,” id. (citing Sci. Applications Int'l Corp.
v. United States, 108 Fed. Cl. 235, 272 (2012)). Only when a protester meets one of these
thresholds may the reviewing court “comparatively and appropriately analyze the agency’s
treatment of proposals without interfering with the agency's broad discretion in these matters.”
Vectrus Sys. Corp. v. United States, 154 Fed. Cl. 29, 42 (2021) (quoting Office Design Grp., 951
F.3d at 1373).
Unless two (or more) proposals are substantively indistinguishable, the Court should
abstain from second-guessing “the agency’s discretionary determinations underlying its technical
ratings,” because “[t]his is not the [C]ourt’s role.” Office Design Grp., 951 F.3d at 1373 (citing
E.W. Bliss Co., 77 F.3d at 449). Stated differently, if a protestor fails to show that the proposals
in question are indistinguishable for purposes of the evaluation, then the exercise involves the
second-guessing of minutiae which the Court will not do because it involves discretionary
11
determinations. Enhanced Veterans Sols., Inc. v. United States, 131 Fed. Cl. 565, 588 (2017))
(quoting E.W. Bliss Co., 77 F.3d at 449). Rather, “[s]uch subjective judgments will only be
disturbed when inconsistencies are demonstrated.” USfalcon, Inc. v. United States, 92 Fed. Cl.
436, 462 (2010).
For Subfactor 3 – SRD Performance Gap, Thales alleges that the Air Force scrutinized
Thales’s responses to EN’s more stringently than Indra’s responses. (Pl.’s MJAR 26–29). To
support this argument, Thales asserts that the Air Force assessed a weakness for
concerns despite having “[a] detailed plan for compliance[;]” however, Indra was not
assessed any weaknesses for concerns identified by the Air Force, despite providing mitigation
plans that were unsupported by evidence. (Id. at 26–27). Thales also complains that the Air
Force identified a risk that Indra may not be able to comply with the Solicitation’s delivery
schedule which could create supply chain issues. (Pl.’s MJAR at 27). Specifically, Thales argues
the Air Force “blindly accepted [Indra’s] responses and determined that they resolved any
weaknesses, despite their conclusory nature.” (Id.). Not so.
Thales received two separate ENs; the first was provided in connection with Factor 1
(Technical) while the second concerned Factor 2 (Technical Risk). (AR 10639, 10674). In
completing its Subfactor 1 SRD Matrix, Thales self-identified that its MP TACAN was noncompliant with several
requirements. (AR 12393–95). An indication of
non-compliance required Thales to address its self-identified non-compliances under Subfactor 3
– SRD Non-Compliance (Performance Gap). (AR 1227). The description of the Air Force’s EN
for Factor 1 (Technical) was that the “[o]ffeor’s proposal does not meet the requirements for
Subfactor 3, (Performance Gap).” (AR 10639).
The description of the Air Force’s EN for Factor 2 (Technical Risk) was that “[t]he
Government has identified a weakness in the Offeror’s approach related to Subfactor 3, SRD
Non-Compliance (Performance Gap), Specific Environmental Requirements.” (AR 10674).
Specifically, the Air Force requested Thales provide its “approach describing how additional
testing will be accomplished for the [environmental] requirements . . . [and] address any
mitigations to assure the [environmental] requirements are met to the fullest extent possible.”
(AR 10675).
In contrast, Indra’s Subfactor 1 SRD Matrix indicated that its system met threshold
requirements, whereas Thales’s SRD Matrix indicated that its proposal did not meet
environmental threshold requirements. (Compare AR 11434–35, and 11442, with AR 12393–
95). Because Thales identified its product as non-compliant, the terms of the Request for
Proposals (“RFP”) required Thales to provide an approach to ensure its product would meet the
minimum threshold requirements. (AR 1227). Indra did not indicate non-compliance for PER-1
or environmental concerns and therefore it was not required to provide additional information.
(AR 11434–35, 11442). Nonetheless, the Air Force did issue an EN to Indra regarding the
portability of its product. (AR 10586–88). The EN was provided in connection with Factor 1
(Technical) and the description stated that Indra’s approach “does not meet the requirements for
Subfactor 2b Portability.” (AR 10586).
Substantively, Thales’s self-identified failure to complete
is readily
distinguishable from Indra’s self-identified risk under PER-1. Office Design Grp., 951 F.3d at
12
1372. Further still, Thales’s arguments that the Air Force “treated Indra differently” when
evaluating the risks associated with Indra’s delivery and supply chain are substantively different
from Thales’s
requirements. (See Pl.’s MJAR at 27). Thales fails to
demonstrate that its proposal put forth “nearly identical” terms to Indra’s and the Air Force
conducted unequal evaluations for offers that were “substantively indistinguishable[.]” Office
Design Grp., 951 F.3d at 1372. Instead, Thales asks this Court to second-guess the Air Force’s
evaluations, which is an exercise that is unsupported by law and undermines Air Force
discretion. See id.
The AR establishes that the Air Force carefully reviewed each proposal, and the
differences Thales complains about are “not the result of disparate treatment of
‘indistinguishable’ proposals.” Blue Water Thinking, LLC v. United States, 159 Fed. Cl. 65, 78
(2022) (internal citations omitted). Simply because a disappointed bidder disagrees with the Air
Force’s evaluation does not entitle the Court to “substitute its judgment for that of the Air Force
when the Air Force has clearly articulated a rational connection between facts and conclusions
about distinguishable proposals.” Id. (citing Bowman Transp., Inc. v. Arkansas-Best Freight Sys.,
Inc., 419 U.S. 281, 285 (1974)). This basic tenet of protest jurisprudence is, like here, frequently
unheeded. Thales claims of unequal treatment fail.
For Subfactor 6 – Data Rights, Thales argues that both Indra and Thales failed to
provide the Air Force unlimited data rights, but only Thales was improperly assigned a weakness
for doing so. (Pl.’s MJAR at 29–30). This characterization is misleading. The Solicitation
requested that offerors provide a CDRL Assertion Matrix indicating the proposed data rights
while also considering the data rights requested by the Air Force. (AR 1227). If the offerors
proposed “anything less than what the Government requested[,]” they were required to justify
and describe how “their Intellectual Property assertions will impact fielded system’s organic
sustainment and repairs.” (AR 1227).
In its CDRL Assertion Matrix, Thales proposed reduced data rights for thirteen of the
forty-nine requested rights. (See AR 12401–03, 10682–83). In contrast, Indra’s CDRL Assertion
Matrix proposed to give all rights requested by the Air Force apart from a limitation on only one
of the 49 rights. (AR 11984–85). Thales points to the fact that both Thales and Indra offered
reduced rights for CDRL
to show unequal treatment. (AR 11984, 12401). If CDRL
was the only reduced right proposed by both offerors, and if the Air Force had
somehow unequally evaluated them, then Thales might plausibly raise a valid basis for its claim.
The Court, however, cannot ignore the fact that for twelve other CDRLs, Thales offered the Air
Force rights that were less than what the Air Force requested. (AR 12384–90, 12401–03). In this
respect, the proposals of Indra and Thales are distinguishable. Thales claims of unequal
treatment under Subfactor 6 – Data Rights fail.
Lastly, Thales claims the Air Force forced Thales to comply with requirements that were
“inconsistent with the Solicitation, unrealistic, and not applied to Indra.” (Pl.’s MJAR at 29).
Thales makes this argument because the Air Force asked Thales to “indicate whether testing
[would] be completed before contract award[,]” despite the Solicitation’s requirement that testing
only be completed at the time of delivery. (Id. (citing AR 1227, 10678–79)). The problem here is
that the Court cannot discern evidence of unequal treatment. As previously discussed, Indra
indicated that its product was compliant with the environmental requirements. (AR 11434–35,
13
11442). Thales did not, which is why the Air Force posed follow-up questions to Thales. These
proposals were substantively distinguishable. Again, the Court declines to question the minutiae
of the Air Force’s determinations. See Enhanced Veterans Sols., Inc., 131 Fed. Cl. at 588
(internal citations omitted). 4
B.
The Air Force’s price evaluation was proper.
The Solicitation provided that offeror’s proposed prices would be evaluated for price
realism. (AR 523). To be found realistic, “the proposed price must demonstrate an adequate
understanding of the requirement and must ensure the price does not pose an unacceptable risk to
performance.” (Id.). Thales argues that the Air Force conducted an improper price evaluation and
engaged in unequal discussion resulting in a price disparity. (Pl.’s MJAR at 31–36).
1.
Price Realism Analysis
Thales alleges the Air Force conducted “no actual analysis” in reaching its price realism
findings. (Pl.’s MJAR at 32). Thales specifically argues that: (1) there is no indication that the
Air Force considered whether Indra could perform the contract requirements at the price offered;
(2) there was no analysis as to whether Indra’s prices were reasonable and realistic; and (3) the
Air Force failed to seek more details from Indra regarding its low prices. (Id. at 32–33).
An agency generally has discretion to determine the appropriate process for evaluating
proposals. Fulcra Worldwide, LLC v. United States, 97 Fed. Cl. 523, 538–39 (Fed. Cl. 2011); see
FAR 15.305(a) (“An agency shall evaluate competitive proposals . . . solely on the factors and
subfactors specified in the solicitation. Evaluations may be conducted using any rating method or
combination of methods. . . .”). However, when the agency has specified an evaluation process
within the Solicitation, it must comply with the stated methodology. See Ala. Aircraft Indus. Inc.
v. United States, 586 F.3d 1372, 1375 (Fed. Cir. 2009); Fulcra Worldwide, 97 Fed. Cl. at 539
(“If an agency commits itself to a particular methodology in the solicitation, it must follow that
methodology.”). The role of the Court is “limited to determining whether the evaluation was
reasonable [and] consistent with the stated evaluation criteria . . . .” JWK Int’l Corp. v. United
States, 52 Fed. Cl. 650, 659 (2002), aff'd 56 Fed. Appx. 474 (Fed. Cir. 2003). The Court will not
disturb an agency’s adequately documented and rational methodology or application. Active
Network, LLC v. United States, 130 Fed. Cl. 421, 427 (2017) (citing Cohen Fin. Servs., Inc. v.
United States, 110 Fed. Cl. 267, 288 (2013)). Ultimately, the Court disagrees with Thales’s
claims.
4
The Court highlights that the Air Force assigned a weakness because it was “uncertain all
testing [would] successfully pass” on the environmental requirements. (AR 10679). Notably, the
Air Force did not say it was assigning a weakness because testing would not be completed by
contract award, as Thales suggests. (See AR 10678–81). Further, Thales’s argument that the
Solicitation only required testing to be completed at the time of delivery is undermined even
further because Thales own responses to the EN informed the Air Force that it did not anticipate
testing to be complete until after “
” (AR 10680). This
alone would be a valid basis to assign Thales a weakness.
14
Here, the RFP stated that it would conduct a price realism analysis utilizing “one or more
of the price analysis techniques described in FAR 15.404-1(b)(2).” (AR 523). A price realism
analysis considers whether an offeror’s price is too low, such that it demonstrates a lack of
understanding of the requirements or poses an unacceptable risk of poor performance. KWR
Constr., Inc. v. United States, 124 Fed. Cl. 345, 356 (2015). The RFP provided that the Air Force
might also utilize “other evaluation techniques, as needed.” (AR 523). The Air Force utilized
three different techniques to evaluate prices including: (1) comparison to the IGE at both the
TEP and CLIN levels; (2) analysis of other than certified cost or pricing data that the Offeror
provided; and (3) adequate price competition. (AR 13320–21, 13348–49). 5 The Court will look
at the Air Force’s first stated method of comparing prices to the IGE.
“Comparison of proposed prices with [the IGE]” is one of several methods by which an
agency can determine if an offeror’s price is fair and reasonable. FAR 15.404-1(b)(2)(v). Under
this evaluation method, the Air Force found that both Thales and Indra had proposed prices for
certain CLINs that were more than 25% less than the IGE. (See AR 9906–07, 9938–39). Any
variance that was more than 25% less than the IGE resulted in an EN being issued. 6 (AR 13320).
The ENs requested that the offerors review the proposed pricing for the identified CLINs and
either provide confirmation of the price, supported by an explanation of the basis or rationale, or
revise pricing along with any further rationale. (AR 9907, 9939). Indra and Thales both took
different approaches in response. Thales revised its pricing on the identified CLINs, (AR 9939–
42), while Indra chose to confirm the prices it had already proposed, (AR 9908–10). Both
offerors offered varying rationales to support the prices they proposed. (AR 9908–10, 9939–42).
After reviewing Indra’s responses, the Air Force concluded that Indra had “provided
sufficient rationale and support for all proposed CLIN prices more than 25% less than the IGE.”
(AR 13320). Based on the record before the Court, the Air Force followed the evaluation criteria
stated in the RFP and utilized an authorized method of determining price realism. The Court also
notes that while the RFP only required one method of analysis the Air Force utilized three,
further suggesting an abundance of reasoned analysis. (AR 523). Because the Court has not
found anything contrary to the Solicitation’s stated criteria the Court declines to question further
the Air Force’s methodology. 7
5
FAR 15.404-1(b)(2) recognizes all three of the identified methods that the Air Force intended
to use.
6
The Air Force specified the 25% standard was simply to be a starting point for discussions and
was not intended to serve as a “hard cutoff” in determining whether a CLIN was realistic in
comparison with the IGE. (See AR 13320, 13348).
7
Thales also argues that the differences in price and experience between Indra and Thales
indicate that the Air Force failed to conduct a reasonable analysis. (Pl.’s MJAR at 34). Thales is
essentially arguing that Indra’s price cannot be realistic simply because Thales proposed a
substantially higher price. This argument is unconvincing.
15
additional information. (AR 9958–61). Different approaches by offerors in response to identical
ENs provide no support for an argument of unequal discussions.
Thales argues that the Air Force engaged in unequal discussions because it failed to
question Indra regarding its proposed pricing for VAT payments. (Pl.’s MJAR at 33). Thales
highlights a symptom while ignoring the cause. Thales requested an exception to a requirement
in the RFP which required the awardee to bear all shipping costs. (AR 10300). The Air Force
found this request to be unacceptable, and thus issued Thales an EN. (Id.) Indra did not request
any exceptions to bear the burden of shipping costs, and no EN was issued in this regard. (AR
18066). It does not follow that the Air Force should have questioned Indra’s proposal because of
Thales’s decisions.
C.
Best Value Determination
Thales alleges that the Air Force conducted a flawed best value determination because “it
determined erroneously that both offerors should be rated as low risk, and it failed to properly
conduct a price realism analysis.” (Pl.’s MJAR at 36). Thales bases this argument on the premise
that Indra self-identified a
and proposed an “unrealistic price.” (Id. at
37). However, as explained above, the Court concludes that the Air Force’s evaluation of Indra
was consistent with stated evaluation criteria and therefore was neither arbitrary nor capricious.
Neither does Thales demonstrate that the Air Force conducted a flawed best value determination.
Further analysis of this argument is unnecessary.
D.
Source Selection Decision
Thales’s final challenge alleges that the SSA “failed to exercise independent judgment”
and erred in its best value decision. (Pl.’s MJAR at 38). Specifically, Thales asserts that the SSA
relied entirely on the conclusions of the evaluation team and offered no independent rationale or
assessment of the information presented, violating FAR 15.308. (Id.). Thales believes that if a
proper assessment had been completed, the SSA would have taken issue with Indra’s price, past
performance, and
issues. (Id.). The Court’s reasoning differs from Thales’s.
The FAR establishes that the source selection decision document (“SSDD”) shall
represent the independent judgment of the SSA. See FAR 15.308. However, an SSA is permitted
to utilize the reports and analyses generated by others in reaching their final decision. Tech Sys.,
Inc. v. United States, 98 Fed. Cl. 228, 245 (2011). Even further, the FAR “recognizes that the
‘business judgments and tradeoffs’ of others may be ‘relied on by the SSA.’” Id. (citing
USfalcon, Inc., 92 Fed. Cl. at 453 (“nothing prevents the SSA from basing his judgment upon the
evaluations and ratings of others”)).
Here, the SSA was involved throughout the procurement. The AR demonstrates that the
SSA received multiple briefings from the SSEB during which the SSAC and the SSA were able
to ask specific questions about the procurement’s progress. (AR 2752–2938, 10368–557, 13380–
441). The SSA would later conduct her own “integrated assessment of the proposals” and present
a record of her decision in an SSDD. (AR 13463–75). Within the SSDD, the SSA stated that she
had received all available acquisition documents, including “[the] evaluation briefing slides,
offerors proposals, technical subfactor evaluation worksheets, consensus documentation,
17
evaluation notices (ENs), evaluation reports, technical ratings, cost/price information, and other
documentation.” (AR 13463). The SSA affirmed that her “comprehensive review” consisted of
reviewing the documentation and consulting with the SSAC, SSEB, and her advisors. (AR
13475). Finally, the SSA expressed that after reviewing and questioning the SSEB’s findings she
was “confident in their assessments.” (AR 13475). More is not required.
Thales fails to identify anything in the record demonstrating the SSA failed to exercise
independent judgment. Thales’s insistence that the SSA should have found concern with Indra’s
pricing, past performance, or
is simply continued disagreement with the SSA’s
judgment. Ocean Ships, Inc. v United States, 115 Fed. Cl. 577, 593 (2014). Thus, Thales’s
qualms with the SSA’s independent evaluation are unwarranted.
E.
Injunctive Relief
Injunctions are a “drastic and extraordinary remedy, which should not be granted as a
matter of course.” Monsanto Co. v. Geertson Seed Farms, 561 U.S. 139, 165 (2010) (citation
omitted). To obtain permanent injunctive relief, a party must demonstrate: (1) success on the
merits; (2) irreparable harm if an injunction does not issue; (3) the balance of harm favors the
movant; and (4) that the injunction serves the public interest. See PGBA, LLC v. United States,
389 F.3d 1219, 1228–29 (Fed. Cir. 2004); Amazon Web Servs., Inc. v. United States, 147 Fed. Cl.
146, 153 (2020). Although “[n]o one factor, taken individually, is necessarily dispositive . . . , the
absence of an adequate showing with regard to any one factor may be sufficient, given the
weight or lack of it assigned the other factors, to justify the denial.” FMC Corp. v. United States,
3 F.3d 424, 427 (Fed. Cir. 1993).
Thales claims that it will suffer irreparable harm due to being denied the opportunity to
fairly compete in the bidding process due to the Air Force’s errors. (Pl.’s MJAR at 39). However,
because Thales has failed to establish success on the merits, there is no need for further analysis.
Thales’s request for a permanent injunction is denied.
F.
Miscellaneous Filings
Thales filed two unsolicited Declarations from George Weida (“Mr. Weida”), who claims
to be the Technical Director for Thales. (ECF No. 9; ECF No. 39-1). In response, Indra moved to
strike both declarations and a reference to a URL link found in Thales’s Reply Brief. (ECF No.
35; ECF No. 41). The United States also filed two declarations from Amanda Jones (“Ms.
Jones”), the CO. (ECF No. 37-2; ECF No. 43-1). Neither party sought leave to complete or
supplement the record.
The administrative record constitutes materials before the agency at the time of the
decision. Axiom Res. Mgmt., Inc. v. United States, 564 F.3d 1374, 1380 (Fed. Cir. 2009). (“The
purpose of limiting review to the record actually before the agency is to guard against courts
using new evidence to ‘convert the ‘arbitrary and capricious’ standard into effectively de novo
review.’”) (quoting Murakami v. United States, 46 Fed. Cl. 731, 735 (2000), aff'd, 398 F.3d 1342
(Fed. Cir. 2005)). Supplementation of the record should only occur when “the omission of extrarecord evidence precludes effective judicial review.” Id.
18
There are two methods by which parties may seek to submit additional information: a
motion to complete and a motion to supplement. A motion to complete the record seeks to add
omitted documents considered by the agency and relevant to the challenged decision. See BHB
Ltd. P’ship v. United States, 147 Fed. Cl. 226, 229 (2020). Because the administrative record is
presumptively complete, the Court requires “clear evidence of material that was generated or
considered by the agency but excluded from the record[.]” Id. at 229 (internal citations omitted);
see also Linc Gov’t Servs., LLC v. United States, 95 Fed. Cl. 155, 158 (2010). On the other hand,
a request to supplement the record may be granted if it is “necessary for effective judicial review
or if the existing record cannot be trusted.” Diversified Maint. Sys. v. United States, 93 Fed. Cl.
794, 802 (2010) (internal quotations omitted); cf. Axiom Res. Mgmt., 564 F.3d at 1381. This is an
extreme measure, to be exercised in limited circumstances, such as where the agency failed to
consider relevant factors or where there is some evidence of bad faith or improper behavior by
agency officials. Cubic Applications, Inc. v. United States, 37 Fed. Cl. 339, 342 (1997)). Only in
instances where the Court can explain why the omitted evidence frustrated judicial review as to
“whether [the agency action] was arbitrary and capricious[,]” may supplementation be proper.
AgustaWestland N. Am., Inc. v. United States, 880 F.3d 1326, 1332 (Fed. Cir. 2018) (citing
Axiom Res. Mgmt., 564 F.3d at 1379–80). Here, supplementation was neither sought nor helpful.
If anything, the effect of the parties’ multiple filings resulted in unnecessary briefing and
distraction from the central issues of this protest.
When questioned during oral argument, Thales stated that the first declaration of Mr.
Weida, (First Weida Decl., ECF No. 9), was “solely to provide background on the exhaustive
efforts to move from a fixed TACAN into a mobile TACAN.” (OA Tr. 12:12–13, ECF No. 49).
Later, Thales argued that this background information was “necessary for a full and complete
understanding of the issues.” (Pl.’s Opp. to First Mot. to Strike at 1, ECF No. 38). Nothing in
Weida’s first declaration was necessary for effective review. Indra’s motion to strike Mr.
Weida’s first declaration, (Int-Def.’s First Mot. to Strike, ECF No. 35), is GRANTED.
Weida’s second declaration, (Second Jones Decl., ECF No. 39-1), was provided to
respond to the CO’s declarations filed by the United States, (OA Tr. 12:23–25); therefore, the
Court first reviews the United States’ declarations. Both of the CO’s declarations, (See First
Jones Decl., ECF No. 37-2; Second Jones Decl., ECF No. 43-1), were ostensibly directed at the
relevant harm prongs of Thales’s motion for injunctive relief. (OA Tr. 15:1–11). While
potentially proper, the CO’s declarations were not constructive. Declarations are most useful and
probative when submitted by a person with personal knowledge. While COs presumably possess
a great deal of expertise about the particulars of a procurement, that knowledge is unlikely to
extend to the expertise of highly technical equipment or, as here, knowledge regarding the
impact on combat readiness of portable air navigation systems. Here, the CO candidly disclosed
her reliance on information relayed to her by third-parties unknown to the Court, regarding the
effect of delay caused by issuance of a permanent injunction. (See First Jones Decl., at 1; Second
Jones Decl., at 1; see also OA Tr. 15:12–17:9). A contracting official’s opinion, without
demonstrating such expertise, on such technical matters has little probative value. In light of the
Court’s holdings above, this issue is moot. Consequently, Thales’s second Weida declaration is
also moot.
Finally, Indra filed a second motion to strike pertaining to the second Weida declaration
and a URL webpage found in Thales’s Reply brief. (Int-Def.’s Second Mot. to Strike, ECF No.
19
41). The Court has determined the issue of Thales second declaration to be moot, additionally,
the Court did not consider the URL webpage in this ruling, therefore Indra’s motion to strike is
DENIED AS MOOT.
III.
Conclusion
For the reasons stated above, Thales’s Motion for Judgment on the Administrative
Record, (Pl.’s MJAR, ECF No. 34), is DENIED. The United States’ and Indra’s Cross-Motions
for Judgment on the Administrative Record, (Def.’s xMJAR, ECF No. 37; Int-Def.’s xMJAR,
ECF No. 36), are GRANTED.
Indra’s Motion to Strike, (ECF No. 35), is GRANTED. The Clerk is ORDERED to
STRIKE Declaration of George Weida, (ECF No. 9). Indra’s Motion to Strike, (ECF No. 41), is
DENIED as MOOT.
The Clerk is DIRECTED to enter judgment accordingly. The parties shall meet and
confer and file a Joint Status Report proposing redactions to this memorandum opinion by
February 21, 2025, to allow the Court to file a public version of the opinion.
IT IS SO ORDERED.
s/
David A. Tapp
DAVID A. TAPP, Judge
20
Disclaimer: Justia Dockets & Filings provides public litigation records from the federal appellate and district courts. These filings and docket sheets should not be considered findings of fact or liability, nor do they necessarily reflect the view of Justia.
Why Is My Information Online?