Dell Federal Systems, L.P. v. United States ( 2018 )


Menu:
  •     United States Court of Appeals
    for the Federal Circuit
    ______________________
    DELL FEDERAL SYSTEMS, L.P., BLUE TECH INC.,
    RED RIVER COMPUTER COMPANY, INC.,
    Plaintiffs-Appellees
    IRON BOW TECHNOLOGIES, LLC, GOVSMART,
    INC., IDEAL SYSTEM SOLUTIONS, INC., NCS
    TECHNOLOGIES, INC.,
    Plaintiffs
    v.
    UNITED STATES, HPI FEDERAL, LLC, CDW
    GOVERNMENT LLC,
    Defendants-Appellants
    ALPHASIX CORPORATION, INSIGHT PUBLIC
    SECTOR, INC., INTEGRATION TECHNOLGY
    GROUPS, INC., STERLING COMPUTERS
    CORPORATION,
    Defendants
    ______________________
    2017-2516, 2017-2535, 2017-2554
    ______________________
    Appeals from the United States Court of Federal
    Claims in Nos. 1:17-cv-00465-TCW, 1:17-cv-00473-TCW,
    Judge Thomas C. Wheeler.
    ______________________
    SEALED OPINION ISSUED: September 24, 2018
    PUBLIC OPINION ISSUED: October 5, 2018*
    *   This opinion was originally filed under seal and has
    been unsealed in full.
    2                       DELL FED. SYS., L.P. v. UNITED STATES
    ______________________
    CATHERINE EMILY STETSON, Hogan Lovells US LLP,
    Washington, DC, argued for all plaintiffs-appellees.
    Plaintiff-appellee Dell Federal Systems, L.P. also repre-
    sented by MICHAEL F. MASON, THOMAS PETTIT, CHRISTINE
    ALICE REYNOLDS.
    JOSEPH ASHMAN, Commercial Litigation Branch, Civil
    Division, United States Department of Justice, Washing-
    ton, DC, argued for defendant-appellant United States.
    Also represented by MARTIN F. HOCKEY, JR., ROBERT
    EDWARD KIRSCHMAN, JR., CHAD A. READLER; ELINOR KIM,
    Contract and Fiscal Law Division, United States Army
    Legal Services Agency, Fort Belvoir, VA.
    JONATHAN MICHAEL BAKER, Crowell & Moring, LLP,
    Washington, DC, argued for defendant-appellant HPI
    Federal, LLC.  Also represented by DANIEL RUBEN
    FORMAN, ELIZABETH ANN BUEHLER, ROBERT JOSEPH
    SNECKENBERG.
    MICHAEL J. ANSTETT, Fried, Frank, Harris, Shriver &
    Jacobson LLP, Washington, DC, for plaintiff-appellee
    Blue Tech Inc.     Also represented by JAMES J.
    MCCULLOUGH, BRENDAN CONNOLLY MCNAMARA, NEAHA P.
    RAOL.
    GREGORY R. HALLMARK, Holland & Knight, LLP,
    McLean, VA, for plaintiff-appellee Red River Computer
    Company, Inc. Also represented by ELIZABETH JOCHUM,
    Tysons, VA; RODNEY MITCHELL PERRY, Washington, DC.
    DAVID MICHAEL NADLER, Blank Rome LLP, Washing-
    ton, DC, for defendant-appellant CDW Government LLC.
    ______________________
    Before MOORE, SCHALL, and WALLACH, Circuit Judges.
    DELL FED. SYS., L.P. v. UNITED STATES                      3
    WALLACH, Circuit Judge.
    After initially awarding a contract for computer
    hardware to original awardees including Dell Federal
    Systems, L.P. (“Dell”), Blue Tech, Inc. (“Blue Tech”), and
    Red River Computer Company (“Red River”) (collectively,
    “Appellees”), the U.S. Department of the Army (“the
    Army”) instituted a corrective action1 to reopen procure-
    ment and conduct additional discussions with offerors.
    J.A. 7009 (Corrective Action). Appellees challenged the
    decision to institute corrective action before the U.S.
    Court of Federal Claims, which granted Appellees’ cross-
    motions for judgment on the administrative record and
    permanently enjoined the Army from proceeding with its
    corrective action. See Dell Fed. Sys., L.P. v. United States,
    
    133 Fed. Cl. 92
    , 107 (2017); see also J.A. 1 (Judgment).
    Appellants HPI Federal, LLC (“HPI”), CDW Govern-
    ment, LLC (“CDW”), and the United States (“the Gov-
    ernment”) (collectively, “Appellants”) appeal the opinion
    and order of the Court of Federal Claims. We possess
    jurisdiction pursuant to 28 U.S.C. § 1295(a)(3) (2012).
    Because the Court of Federal Claims did not apply the
    proper legal standard and we determine the Army’s
    corrective action was reasonable under that standard, we
    reverse.
    1   A “corrective action in the bid protest context” is
    an “agency action, usually taken after a protest has been
    initiated, to correct a perceived prior error in the pro-
    curement process, or, in the absence of error, to act to
    improve the competitive process.” Dellew Corp. v. United
    States, 
    855 F.3d 1375
    , 1378 n.2 (Fed. Cir. 2017) (internal
    quotation marks and citation omitted).
    4                        DELL FED. SYS., L.P. v. UNITED STATES
    BACKGROUND
    I. The Solicitation
    In May 2016, the Army solicited proposals for indefi-
    nite-delivery, indefinite-quantity contracts for “commer-
    cial-off-the-shelf” computer hardware such as desktop
    computers, tablet computers, and printers under Solicita-
    tion     No.   W52P1J-15-R-0122       (“the  Solicitation”).
    J.A. 1341; see J.A. 1339–87. The total estimated contract
    value was $5 billion over a ten-year period. J.A. 1341.
    While the Army anticipated “mak[ing] at least eight
    [contract] awards, with up to five reserved for small
    business[es],” J.A. 1341, the Solicitation left open the
    possibility that “the [Army] . . . may make as many, or as
    few, awards as deemed appropriate,” J.A. 1384.
    The Solicitation stated that the competition would be
    conducted in accordance with the procedures outlined in
    Federal Acquisition Regulations (“FAR”) Part 15, “Con-
    tracting by Negotiation,” and the Army would therefore
    award contracts to the lowest priced, technically accepta-
    ble offerors. J.A. 1384; see FAR 15.101-2(a) (2015) (ex-
    plaining that the “lowest price technically acceptable
    source selection process is appropriate when best value is
    expected to result from selection of the technically ac-
    ceptable proposal with the lowest evaluated price”). The
    Solicitation further stated offerors would be evaluated
    based on “an integrated assessment of three evaluation
    factors” of “Technical Approach, Past Performance, and
    Price,” and any relevant attendant sub-factors. J.A. 1385.
    To be considered for an award, the Solicitation required
    offerors to achieve an “‘Acceptable’ [rating] . . . for the
    Technical Approach and its two sub-factors and the Past
    Performance [f]actor.” J.A. 1385. For the two Technical
    Approach sub-factors, offerors were required to complete
    an attached “Equipment Submission Form” and “Business
    Process Form” in Microsoft Excel. J.A. 1381–82; see, e.g.,
    J.A. 1388–421 (Equipment Submission Form spreadsheet
    DELL FED. SYS., L.P. v. UNITED STATES                        5
    template), 1422–25 (Business Process Form spreadsheet
    template). For the Equipment Submission Form, offerors
    were instructed to “complete all cell entries” and “identify
    the Original Equipment Manufacturer (OEM)[] model and
    salient characteristics of each proposed item,” and were
    advised that “[a]n incomplete or blank entry will indicate
    that the proposed item does NOT meet minimum re-
    quirements.” J.A. 1382.
    To evaluate the offerors’ bids, the Army’s evaluation
    team consisted of a Source Selection Authority (“SSA”), a
    Source Selection Evaluation Board (“SSEB”), and a Pro-
    curing Contracting Officer (“CO”). J.A. 1303. The SSEB
    would “review and evaluat[e] . . . proposals against the
    [S]olicitation requirements and the approved evaluation
    criteria,” J.A. 1307, and document their evaluation results
    in a Source Section Decision Document report, J.A. 5573.
    Based upon that report, the SSA would either “[m]ake a
    determination to award without discussions or enter into
    discussions” and make “the final source selection deci-
    sion . . . before contracts [were] awarded or announced.”
    J.A. 1304.
    The Army reserved the right “to conduct discussions
    and to permit [o]fferors to revise proposals if determined
    necessary by the [CO].” J.A. 1379; see J.A. 1468 (stating,
    in an amendment to the Solicitation, “the [Army] intends
    to award without conducting discussions”); see also
    FAR 15.306(d) (defining discussions as exchanges “under-
    taken with the intent of allowing the offeror to revise its
    proposal”). The Solicitation further explained that “[i]f
    discussions are opened, all proposals, to include small
    business proposals previously removed for unacceptabil-
    ity[,] . . . will be included. After discussions are closed and
    final proposal revision[s] are received, the [Army] will
    separate proposals, re-list[,] and evaluate” in accordance
    with the procedures for the competition categories, i.e.,
    full and open competition category, and reserved small
    business category. J.A. 1384.
    6                        DELL FED. SYS., L.P. v. UNITED STATES
    II. Source Selection and Award
    The Army received fifty-eight proposals, with fifty-two
    from small businesses. J.A. 5574. Three proposals were
    rejected as non-responsive, and of the fifty-five proposals
    that were evaluated, nine were deemed acceptable for the
    Technical Approach and Past Performance evaluation
    factors, see J.A. 5574; see also J.A. 5575–77 (detailing
    each party’s rating for each evaluation factor), with all
    nine final prices found to be fair and reasonable, see J.A.
    5579–80. The SSEB said it did “not have a meaningful
    reason to open discussions” with offerors because doing so
    “would significantly delay award.” J.A. 5534. In Febru-
    ary 2017, the Army awarded nine contracts: five con-
    tracts under the small business category, including to
    Blue Tech and Red River, and four under the full and
    open competition category, including to Dell. J.A. 5573,
    5580; see J.A. 5579 (identifying which awardees relate to
    each category).
    III. Post-Award Protests and the Army’s Corrective Action
    Following the award decision, HPI, CDW, and nine-
    teen other unsuccessful offerors filed protests at the U.S.
    Government Accountability Office (“GAO”). See, e.g., J.A.
    6296–305 (CDW’s GAO protest), 6346–427 (HPI’s GAO
    protest). An Army memorandum for record (“MFR”), inter
    alia, summarizes how the “primary protest allegations”
    protested the Army’s evaluations as unreasonable because
    the proposal deficiencies the Army considered disqualify-
    ing were minor or “clerical errors and misunderstandings”
    resulting from Solicitation ambiguities that could have
    been resolved through clarifications as defined in FAR
    15.306(a)(2). 2 J.A. 7019; see, e.g., J.A. 6033, 6297. Sever-
    2 Clarifications “are limited exchanges, between the
    Government and offerors, that may occur when award
    DELL FED. SYS., L.P. v. UNITED STATES                     7
    al protests also argued that the Army should have en-
    gaged in discussions with offerors to resolve these spread-
    sheet-related misunderstandings, as required by Defense
    Federal      Acquisition     Regulations       Supplement
    (“DFARS”) 215.306(c), and to resolve claimed misunder-
    3
    standings relating to the completion of the Excel spread-
    sheets.       See,   e.g.,  J.A.    6367–69;     see   also
    DFARS 215.306(c)(1) (“For acquisitions with an estimated
    value of $100 million or more, contracting officers should
    conduct discussions.” (emphasis added)).
    In response to the GAO protest, the Army conducted
    an internal review, see J.A. 7018, and issued its Notice of
    Corrective Action, informing GAO that it had decided
    “that it would be in the Army’s best interest to take
    corrective action to resolve all the protests,” J.A. 7009
    (emphasis added). The Army stated that such corrective
    action would “consist of the following: (1) opening discus-
    sions with all of the remaining offerors, including those
    who filed protests, (2) requesting final revised proposals,
    and (3) issuing a new award decision.” J.A. 7009.
    The Army also released its MFR documenting its ra-
    tionale for proposing corrective action in light of the GAO
    protests. See J.A. 7018–21 (MFR). First, the CO ex-
    without discussions is contemplated.” FAR 15.306(a)(1).
    “If award will be made without conducting discussions,
    offerors may be given the opportunity to . . . resolve minor
    or clerical errors.” FAR 15.306(a)(2).
    3    While the FAR System establishes “uniform poli-
    cies and procedures for acquisition by all executive agen-
    cies,” FAR 1.101, the DFARS is the Department of
    Defense’s “implementation and supplementation of the
    FAR,” DFARS 201.301(a)(1), and “is codified under chap-
    ter 2 in title 48, Code of Federal Regulations,”
    DFARS 201.303(a)(i).
    8                        DELL FED. SYS., L.P. v. UNITED STATES
    plained how the Army’s counsel found that because the
    procurement was valued in excess of $100 million, the
    Army was likely required to conduct discussions with
    offerors pursuant to DFARS 215.306(c)(1).              See
    J.A. 7018−19 (explaining that the SSEB’s reasoning of
    award delay did not constitute a reasonable basis for
    forgoing discussions); see also J.A. 5534 (providing the
    SSEB’s reasoning). Second, counsel found that there was
    “ambiguity in the requirements or the [Army’s] instruc-
    tions [on] how to fill out the [Equipment Submission Form
    and Business Process Form Microsoft Excel] spread-
    sheet[s],” which “could have easily and quickly been
    resolved” before award and could have been addressed in
    discussions. J.A. 7020; see J.A. 7020 (stating many of the
    “Unacceptable” ratings were “merely compliance issues
    with filling out the form rather than a deficiency in the
    item proposed”). The Army summarized two representa-
    tive examples of the ambiguities: (1) the presence of a
    thick, black line “hard-line” in the Equipment Submission
    Form spreadsheet between the hard-drive and solid-state
    drive requirements; and (2) the conflicting instructions
    that “an upgrade [to a base model] must be an increase in
    capability” and “that selection of an item in a drop-down
    [menu] is acceptable when there are items in the drop-
    down that are not upgrades to a base model.” J.A. 7020;
    see, e.g., J.A. 386 (depicting the hardline). Ultimately,
    Army’s counsel recommended that “[d]ue to the signifi-
    cant litigation risk, the ambiguities in the spread-
    sheet . . . , and a matter of policy to do what is
    right, . . . [the Army] take limited corrective action to
    resolve the issues with Offerors’ Technical Proposals.”
    J.A. 7021.
    As a result of the Army’s proposed corrective action,
    the GAO dismissed the unsuccessful offerors’ protests as
    moot. See J.A. 7022–23. The Army subsequently notified
    offerors that “[d]iscussions with all offerors in the compet-
    itive range are now open” and invited offerors to present
    DELL FED. SYS., L.P. v. UNITED STATES                      9
    their “best and final proposal,” J.A. 7047 (letter to origi-
    nally successful offeror), and the Army advised originally
    unsuccessful offerors to “address the deficiencies in [their]
    proposal[s],” J.A. 7076, and to revise their final prices “to
    their best and final prices,” J.A. 7077. In addition, “to
    remedy [any] potential competitive [dis]advantage” to
    offerors whose prices were disclosed by the original award
    notice, the Army sent all offerors a Microsoft Excel
    spreadsheet of the final proposed prices, with offerors not
    identified. J.A. 7378; see J.A. 7379–80 (listing prices).
    IV. The Relevant Proceedings
    Two of the nine initial awardees, specifically Dell and
    Blue Tech, sued the Government in the Court of Federal
    Claims, seeking to enjoin the Army’s corrective action, see
    J.A. 290, and five other initial awardees, including Red
    River, joined as intervenors, 
    Dell, 133 Fed. Cl. at 100
    . 4
    The cases were consolidated. 
    Id. The Appellees
    then
    sought a permanent injunction, arguing that the correc-
    tive action was unlawful, and the proposed corrective
    action to reopen the competition was not reasonable
    under the circumstances. See 
    id. 5 In
    its Opinion and Order, the Court of Federal Claims
    granted the Appellees’ request for declaratory relief and a
    permanent injunction of the Army’s corrective action. 
    Id. at 107;
    see 
    id. at 104–07
    (analyzing the four-pronged test
    4    Because the parties do not dispute the relevant
    procedural history, see generally Gov’t’s Br.; HPI’s Br.;
    CDW’s Br.; Blue Tech’s Br.; Dell’s Br.; Red River’s Br., we
    cite to the Court of Federal Claims’ recitation for conven-
    ience.
    5  The Army voluntarily stayed the corrective action
    pending resolution of the litigation. J.A. 281.
    10                       DELL FED. SYS., L.P. v. UNITED STATES
    for injunctive relief in favor of Appellees); see Centech
    Grp., Inc. v. United States, 
    554 F.3d 1029
    , 1037 (Fed. Cir.
    2009) (outlining the four-pronged permanent injunction
    test as (1) success on the merits, (2) irreparable harm,
    (3) the balance of hardships, and (4) the public interest).
    As to success on the merits, the Court of Federal Claims
    determined that, while it agreed that the Army had
    rationally identified procurement defects, the “Army’s
    contemplated corrective action [wa]s overbroad.” 
    Dell, 133 Fed. Cl. at 104
    (capitalization modified); see 
    id. (not- ing
    that “the Army rationally identified two procurement
    defects”: (1) “ambiguities in the Equipment Submission
    Form” and (2) “the Army’s failure to hold discussions”); 
    id. at 104
    (stating that “[e]ven where an agency has rational-
    ly identified defects in its procurement, its corrective
    action must narrowly target the defects it is intended to
    remedy” (internal quotation marks and citation omitted)),
    106 (holding that the Army’s corrective action “is not
    rationally related to any procurement defects”). The
    Court of Federal Claims also found all three other prongs
    of the permanent injunction test weighed in favor of
    Appellees, 
    id. at 107,
    and therefore entered a permanent
    injunction, J.A. 1. 6
    6  As to irreparable harm, the Court of Federal
    Claims found this factor weighed in favor of the Appellees
    because “[Appellees] would be forced to re[-]compete
    wholesale for contracts they have already won” and
    “discussions would also force the [Appellees] to bid
    against their own prices.” 
    Dell, 133 Fed. Cl. at 107
    . As to
    the balance of hardships, it found that this factor weighed
    in favor of Appellees because while “[t]he Government
    would suffer some hardship if it decided to engage in more
    limited clarification exchanges,” “the [Appellees] would
    face an elevated risk of losing their awards if the Army
    DELL FED. SYS., L.P. v. UNITED STATES                     11
    DISCUSSION
    On appeal, Appellants contend that we should reverse
    the Court of Federal Claims’ grant of a permanent injunc-
    tion because (1) the Court of Federal Claims applied the
    wrong standard in considering success on the merits
    because it assessed whether the Army’s proposed correc-
    tive action was “narrowly targeted” to remedy a procure-
    ment defect, Gov’t’s Br. 21, 7 and (2) under the proper legal
    framework, “the Army’s corrective action is rationally
    related to the procurement defect,” 
    id. at 26
    (capitaliza-
    tion modified). We begin with the governing standards
    and then address Appellants’ arguments in turn.
    I. Standard of Review and Legal Standard
    We review “the [Court of Federal Claims’] determina-
    tion on the legal issue of the government’s conduct, in a
    grant of judgment upon the administrative record, with-
    out deference.” Per Aarsleff A/S v. United States, 
    829 F.3d 1303
    , 1309 (Fed. Cir. 2016) (citation omitted). We
    review “[p]rotests of agency procurement deci-
    sions . . . under the standards set forth in the Administra-
    tive Procedure Act (‘APA’).” 
    Id. (citing 28
    U.S.C.
    § 1491(b)(4)); see APA, 5 U.S.C. §§ 551–559, 701–706,
    were to conduct discussions.” 
    Id. As to
    the public inter-
    est, the Court of Federal Claims determined that the
    “public interest favors granting injunctive relief here”
    because “allowing an agency to respond disproportionate-
    ly to minor procurement errors harms the integrity of the
    procurement system” and “introduces an unfair and
    unanticipated additional layer of competition.” 
    Id. 7 Appellants
    make substantially similar arguments
    on appeal. See Gov’t’s Br. 22; HPI’s Br. 15; CDW’s Br. 15.
    For ease of reference, we cite only to the Government’s
    arguments unless otherwise noted.
    12                       DELL FED. SYS., L.P. v. UNITED STATES
    1305, 3105, 3344, 4301, 5335, 5372, 7521 (2012). The
    APA provides that “a reviewing court shall set aside the
    agency action if it is arbitrary, capricious, an abuse of
    discretion, or otherwise not in accordance with law.”
    Croman Corp. v. United States, 
    724 F.3d 1357
    , 1363 (Fed.
    Cir. 2013) (internal quotation marks and citation omit-
    ted); see 5 U.S.C. § 706(2)(A). We have held that “[u]nder
    [the APA] standards, a reviewing court may set aside a
    procurement action,” such as a corrective action, “if (1) the
    procurement official’s decision lacked a rational basis; or
    (2) the procurement procedure involved a violation of
    regulation or procedure.” Centech 
    Grp., 554 F.3d at 1037
    (internal quotation marks and citation omitted); see 
    id. at 1036–37
    (treating a corrective action as a type of pro-
    curement action).
    In evaluating a bid protest case, the Court of Federal
    Claims “may award any relief that the court considers
    proper, including declaratory and injunctive relief.” 28
    U.S.C. § 1491(b)(2) (emphasis added). To grant injunctive
    relief, the Court of Federal Claims “must consider wheth-
    er (1) the plaintiff has succeeded on the merits, (2) the
    plaintiff will suffer irreparable harm if the court with-
    holds injunctive relief, (3) the balance of hardships to the
    respective parties favors the grant of injunctive relief, and
    (4) the public interest is served by a grant of injunctive
    relief.” Centech 
    Grp., 554 F.3d at 1037
    (citation omitted).
    “We give deference to the Court of Federal Claims’ deci-
    sion to grant or deny injunctive relief, only disturbing the
    court’s decision if it abused its discretion.” PGBA, LLC v.
    United States, 
    389 F.3d 1219
    , 1223 (Fed. Cir. 2004) (cita-
    tion omitted). An abuse of discretion exists where the
    Court of Federal Claims “made a clear error of judgment
    in weighing the relevant factors or exercised its discretion
    DELL FED. SYS., L.P. v. UNITED STATES                    13
    based on an error of law or clearly erroneous fact finding.”
    
    Id. (internal quotation
    marks and citation omitted). 8
    II. Injunctive Relief
    A. The Court of Federal Claims Abused Its Discretion in
    Granting a Permanent Injunction Because It Improperly
    Assessed the Success on the Merits Prong
    The Court of Federal Claims summarized the ques-
    tion before it as “whether holding post-award discussions
    is a rational remedy for failing to hold pre-award discus-
    8   Before discussing the merits of the appeal, we
    first address the threshold issue of jurisdiction. See
    Bender v. Williamsport Area Sch. Dist., 
    475 U.S. 534
    , 541
    (1986) (recognizing that we have an independent “obliga-
    tion to satisfy [ourselves] not only of [our] own jurisdic-
    tion, but also that of the lower courts”). Pursuant to the
    Tucker Act, the Court of Federal Claims has bid protest
    jurisdiction to adjudicate an action by an “interested
    party objecting to a solicitation by a Federal agency for
    bids or proposals for a proposed contract or to a proposed
    award or the award of a contract or any alleged violation
    of statute or regulation in connection with a procurement
    or a proposed procurement.” 28 U.S.C. § 1491(b)(1). The
    Court of Federal Claims had jurisdiction because the
    Appellees are interested parties that have bid on the
    Solicitation and have alleged violations of the FAR and
    DFARS. See id.; see also Sys. Application & Techs., Inc. v.
    United States, 
    691 F.3d 1374
    , 1381 (Fed. Cir. 2012) (“This
    court has made clear that bid protest jurisdiction arises
    when an agency decides to take corrective action even
    when such action is not fully implemented.”). We, in turn,
    have jurisdiction over this appeal pursuant to 28 U.S.C.
    § 1295(a)(3) (2012).
    14                      DELL FED. SYS., L.P. v. UNITED STATES
    sions.” 
    Dell, 133 Fed. Cl. at 105
    . It held that “the Army’s
    corrective action is not rationally related to any procure-
    ment defects.” 
    Id. at 106.
    However, in so holding, the
    Court of Federal Claims applied a heightened standard,
    requiring that a reasonable “corrective action must nar-
    rowly target the defects it is intended to remedy.” 
    Id. at 104
    (internal quotation marks and citation omitted). The
    Court of Federal Claims thus enjoined the corrective
    action because it felt there was “a more narrowly targeted
    post-award solution that the Army entirely failed to
    consider: clarifications and reevaluation.” 
    Id. at 105.
    Appellants argue that the Court of Federal Claims erred
    in determining that Appellees had demonstrated success
    on the merits by employing an incorrect standard. See
    Gov’t’s Br. 21–22; see also 
    Dell, 133 Fed. Cl. at 107
    .
    Specifically, Appellants argue that the Court of Federal
    Claims applied a “more exacting [standard] than the
    APA’s ‘rational basis’ review threshold for procurement
    protests, and impermissibly restrict[ed] the great defer-
    ence the Tucker Act requires courts to afford agency
    procurement officials” by its use of a “narrowly targeted”
    standard. Gov’t’s Br. 22. We agree with Appellants.
    The Court of Federal Claims based its decision on an
    error of law because corrective action only requires a
    rational basis for its implementation. Although the Court
    of Federal Claims has previously and occasionally em-
    ployed a “narrow targeting” test to evaluate the appropri-
    ateness of a corrective action, see, e.g., Amazon Web
    Servs., Inc. v. United States, 
    113 Fed. Cl. 102
    , 115 (2013)
    (employing, by the same Court of Federal Claims judge,
    “narrowly target” language when reviewing a corrective
    action), “the Court of Federal Claims must follow relevant
    decisions of the Supreme Court and the Federal Circuit,
    not the other way around,” 
    Dellew, 855 F.3d at 1382
    (footnote omitted). We have never adopted this height-
    ened “narrowly targeted” standard, as both parties con-
    cede.       See Oral Arg. at 1:26–46, 21:06–19,
    DELL FED. SYS., L.P. v. UNITED STATES                        15
    http://oralarguments.cafc.uscourts.gov/default.aspx?fl=20
    17-2516.mp3.
    Instead, we have consistently reviewed agencies’ cor-
    rective actions under the APA’s “highly deferential”
    “rational basis” standard. 
    Croman, 724 F.3d at 1363
    (internal quotation marks and citation omitted); see 
    id. at 1367
    (affirming the Court of Federal Claims’ grant of
    summary judgment in favor of the Government where the
    agency’s corrective action “decisions were rationally based
    and not contrary to law”); see, e.g., Raytheon Co. v. United
    States, 
    809 F.3d 590
    , 595 (Fed. Cir. 2015) (explaining
    that, “for us to uphold the [agency’s] decision to reopen
    the bidding process, it is sufficient . . . that the grounds
    relied on by the [agency] . . . rationally justified the reo-
    pening under governing law” (emphasis added)); Chap-
    man Law Firm Co. v. Greenleaf Constr. Co., 
    490 F.3d 934
    ,
    938 (Fed. Cir. 2007) (affirming Court of Federal Claims’
    inquiry, which considered the “reasonableness of the
    Government’s . . . proposed corrective action”). 9       The
    rational basis test asks “whether the contracting agency
    provided a coherent and reasonable explanation of its
    9   Even the Appellees do not dispute that we ulti-
    mately determine whether an agency’s corrective action
    lacked a “rational basis” by assessing the reasonableness
    of the corrective action. See, e.g., Dell’s Br. 14 (“To be
    found reasonable, an agency’s corrective action must be
    rationally related to the defect to be corrected . . . .”); Blue
    Tech’s Br. 21 (similar); Red River’s Br. 5 (similar). How-
    ever, as addressed herein, Appellees dispute the latitude
    afforded the lower court to apply and narrow the reasona-
    bleness analysis. See, e.g., Dell’s Br. 18 (disagreeing with
    the Government’s “conten[tion] that [use of] th[e] ‘more
    narrowly targeted’ test unduly constrains the Army’s
    discretion” under a court’s reasonableness review).
    16                       DELL FED. SYS., L.P. v. UNITED STATES
    exercise of discretion.” Banknote Corp. of Am., Inc. v.
    United States, 
    365 F.3d 1345
    , 1351 (Fed. Cir. 2004) (in-
    ternal quotation marks and citation omitted); see 
    id. at 1355–56
    (upholding a “best value” award decision and
    finding a procurement official acted “within the scope of
    [his] discretion” in making “a reasonable judgment” to
    weigh equally a solicitation’s “price and technical factors”
    despite “the solicitation’s silence regarding the relation-
    ship between the [two]” because “the additional cost of [an
    unsuccessful bidder’s] proposal would not offset its strong
    technical evaluation”).
    When determining whether a court committed legal
    error in selecting the appropriate legal standard, we
    determine which legal standard the tribunal applied, not
    which standard it recited. See Int’l Custom Prods., Inc. v.
    United States, 
    843 F.3d 1355
    , 1359 (Fed. Cir. 2016) (stat-
    ing that “a single reference to an incorrect legal standard
    does not undermine a final decision, only its application
    does” and holding that, despite referencing an incorrect
    legal standard, the court under review did not err because
    it “repeatedly applied the correct . . . standard”). Here,
    although the Court of Federal Claims framed its standard
    of review and conclusions in terms of rationality and
    reasonableness, see 
    Dell, 133 Fed. Cl. at 101
    , 105, 106, it
    actually applied a heightened “narrowly targeted” stand-
    ard, see 
    id. at 105–06
    (performing a fact-intensive analy-
    sis under a heightened “narrowly targeted” review of the
    Army’s corrective action, and finding “there is a more
    narrowly targeted post-award solution that the Army
    entirely failed to consider[,] clarifications and reevalua-
    tion” “of proposals as a more natural expedient for the
    minor clerical errors it had identified”). Asking whether a
    selected remedy is as narrowly targeted as possible to an
    identified error in the bidding process requires more than
    a finding of rationality or reasonableness; therefore, the
    Court of Federal Claims improperly applied an overly
    stringent test for corrective action. Cf. Ala. Aircraft
    DELL FED. SYS., L.P. v. UNITED STATES                    17
    Indus., Inc.-Birmingham v. United States, 
    586 F.3d 1372
    ,
    1376 (Fed. Cir. 2009) (reversing the Court of Federal
    Claims, where an agency made “a determination well
    within [its] discretion,” but the Court of Federal Claims
    “attempt[ed] to rewrite the [request for proposals] . . . in
    the manner the court preferred,” such that it “went be-
    yond the scope of the court’s [APA] review[] and amounted
    to an impermissible substitution of the court’s judgment
    for the agency’s with regard to how the contract work
    should be designed”).
    This error is due in part to the Court of Federal
    Claims’ improper reliance on its decision in Amazon Web.
    See 
    Dell, 133 Fed. Cl. at 104
    . In Amazon Web, the Court
    of Federal Claims held that a corrective action was over-
    broad, explaining that “even where a protest is justified,
    any corrective action must narrowly target the defects it
    is intended to 
    remedy.” 113 Fed. Cl. at 115
    (citation
    omitted). The Court of Federal Claims’ reliance on Ama-
    zon Web is incorrect for two reasons. First, as we outlined
    above, the Court of Federal Claims gave greater weight to
    the defective legal standard as recited in Amazon Web
    than our holdings in Chapman, Croman, Raytheon, and
    Banknote. Federal Circuit precedent is “binding on this
    court as it is binding on the Court of Federal Claims.”
    Crowley v. United States, 
    398 F.3d 1329
    , 1335 (Fed. Cir.
    2005). Second, binding precedent aside, Amazon Web, in
    any event, is factually distinguishable. The defects in
    Amazon Web were associated with only the agency’s
    evaluation process, 
    see 113 Fed. Cl. at 109
    , 116, and not
    with the agency’s original solicitation and proposals, as is
    the case here. Moreover, in Amazon Web, the Court of
    Federal Claims found no rational basis based upon the
    agency’s lack of “a narrowly tailored” corrective action
    that sought to amend the Solicitation despite no alleged
    defects with the solicitation or proposals. See 
    id. at 116.
    Here, we have both alleged and undisputed procurement
    defects, and unlike Amazon Web, the Army has not pro-
    18                       DELL FED. SYS., L.P. v. UNITED STATES
    posed changing its original requirements when reevaluat-
    ing the offerors’ proposals. For these reasons, the Court
    of Federal Claims improperly relied upon Amazon Web to
    find that the corrective action was not “narrowly targeted”
    and therefore overbroad and not reasonable.
    We disagree with the Appellees’ main counterargu-
    ment that we should view the “narrowly targeted” re-
    quirement not as a heightened standard but rather as an
    application of the rational basis standard. See Blue
    Tech’s Br. 24–25; Dell’s Br. 16–19. Specifically, Appellees
    argue that corrective action cases are too “fact specific” for
    only one agreed-upon application of the legal standard,
    and they advocate a “reasonable under the circumstances”
    analysis. Blue Tech’s Br. 24 (quoting WHR Grp., Inc. v.
    United States, 
    115 Fed. Cl. 386
    , 397 (2014)); see 
    id. (“[G]iven the
    substantial differences . . . from procurement
    to procurement, ‘there can be no universal test as to what
    constitutes appropriate corrective action.’”); Dell’s Br. 19–
    23 (similar); Red River’s Br. 4 (referring to the tests as
    “two sides of the same coin”). Not only is WHR Group a
    decision of the Court of Federal Claims that is not binding
    on us, 
    Dellew, 855 F.3d at 1382
    , but WHR Group does not
    support a “narrowly targeted” standard. Instead, WHR
    Group only references in passing various types of evidence
    used to prove whether the contracting agency had a
    rational basis for taking a corrective action, such as “a
    defect in a solicitation,” a “legislative reduction of a pro-
    gram,” or “legitimate budgetary 
    needs.” 115 Fed. Cl. at 397
    . Adopting the “narrowly targeted” standard would
    undermine our deferential APA review, which statutorily
    mandates that we determine “whether the contracting
    agency provided a coherent and reasonable explanation of
    its exercise of discretion.” 
    Banknote, 365 F.3d at 1351
    (internal quotation marks and citation omitted). Because
    the heightened “narrowly targeted” standard finds no
    support in the statute or our precedent, we hold that the
    DELL FED. SYS., L.P. v. UNITED STATES                        19
    Court of Federal Claims erred in applying an incorrect
    legal standard to review the Army’s corrective action.
    B. The Army’s Corrective Action Had a Rational Basis
    The Court of Federal Claims concluded, inter alia,
    that despite it being “reasonable” for the Army to “consid-
    er[] its failure to conduct discussions to be a procurement
    defect,” the only time to have those discussions was pre-
    award, and therefore reopening procurement post-award
    was overbroad and improper. 10 
    Dell, 133 Fed. Cl. at 103
    ;
    see 
    id. at 106
    (stating that “it was [not ]rational for the
    Army to fail to consider [more narrowly tailored] clarifica-
    tions and reevaluation of proposals as a more natural
    expedient for the minor clerical errors it had identified”),
    
    id. (“The Army
    instead opened wide-reaching discussions
    with all remaining offerors and allowed all offerors to
    submit modified proposals with new prices, despite hav-
    10   The parties do not dispute the Court of Federal
    Claims’ finding that procurement defects existed, namely
    the separate, identified defects of spreadsheet ambiguities
    and the failure to conduct discussions. 
    Dell, 133 Fed. Cl. at 103
    (“[I]t was rational for the Army to find defects in
    the ambiguous spreadsheets . . . [because it] confused
    offerors and led many of them to input their line item
    responses incorrectly[,] . . . result[ing in] . . . many offe-
    rors [being deemed] technically unacceptable.”); 
    id. at 104
    (stating “it was rational for the Army to find that it may
    have failed the reasonableness test [previously] articulat-
    ed [by GAO] when it decided to forgo discussions” in a $5
    billion procurement contract in likely violation of DFARS
    215.306(c)(1)); see, e.g., Gov’t’s Br. 18 (“The trial court
    correctly concluded that the Army reasonably determined
    that the solicitation was defective . . . .”); Blue Tech’s Br. 2
    (arguing only that the proposed corrective action is not a
    “logical correction” to the “defective solicitation”).
    20                       DELL FED. SYS., L.P. v. UNITED STATES
    ing disclosed the [Appellees’] winning prices.”). The
    Government argues that we should reverse the Court of
    Federal Claims’ permanent injunction because the Army’s
    corrective action to reopen procurement was in fact rea-
    sonably related to the Solicitation’s procurement defects,
    J.A. 7009, both because such a corrective action is directly
    and reasonably related to its “likely violat[ion]” of DFARS
    215.306(c)(1) by failing to conduct pre-award discussions
    for a high-valued solicitation, Gov’t’s Br. 26, and because
    “clarifications cannot be used to correct material proposal
    mistakes,” 
    id. at 30
    (capitalization modified). We agree
    with the Government.
    Reviewing the corrective action under the proper legal
    standard, we hold the Army’s original notice of corrective
    action was reasonable, and through our reversal of the
    lower court’s injunction, this is the corrective action we
    analyze and reinstate. See J.A. 7009 (Notice of Corrective
    Action). The Army’s corrective action “consists of the
    following: (1) opening discussions with all of the remain-
    ing offerors, including those who filed protests, (2) re-
    questing final revised proposals, and (3) issuing a new
    award decision.” J.A. 7009. The Army’s proposed correc-
    tive action to reopen procurement and allow proposals to
    be revised is rationally related to the procurement’s
    defects, i.e., failure to conduct discussions and spread-
    sheet ambiguities. Spreadsheet ambiguities may not
    always require reopening the procurement process. See
    Info. Tech. & Applications Corp. v. United States, 
    316 F.3d 1312
    , 1322 (Fed. Cir. 2003) (explaining, for example,
    that “[r]ather than being ‘for the sole purpose of eliminat-
    ing minor irregularities, informalities, or apparent cleri-
    cal mistakes,’ clarifications now provide offerors ‘the
    opportunity to clarify certain aspects of proposals (e.g.,
    the relevance of an offeror’s past performance information
    and adverse past performance information to which the
    offeror has not previously had an opportunity to re-
    spond)’”). However for the other expressly stated defect of
    DELL FED. SYS., L.P. v. UNITED STATES                    21
    failure to conduct discussions, the only way to conduct
    discussions as contemplated here is to reopen the pro-
    curement process to solicit revised proposals. See 
    id. at 1321
    (“[D]iscussions involve negotiations[ and] may
    include ‘bargaining,’ which ‘includes persuasion, altera-
    tion of assumptions and positions, give-and-take, and may
    apply to price, schedule, technical requirements . . . , or
    other terms of a proposed contract. A[nd] unlike clarifica-
    tions, discussions ‘are undertaken with the intent of
    allowing the offeror to revise its proposal.’” (citations
    omitted)).
    Contrary to the Court of Federal Claims’ incorrect
    characterization of the identified spreadsheet defects as
    “relatively minor,” we find that the identified defects in
    the Solicitation that led to “the majority of the offerors”
    being disqualified––due to their submission of technically
    unacceptable offers––were highly material. Dell, 133 Fed.
    Cl. at 104. An offeror’s understanding of what computer
    equipment it may or may not propose is certainly material
    to this procurement for computer equipment and accesso-
    ries. The offeror’s computer equipment models are the
    primary technical elements upon which the offerors are
    being evaluated, see J.A. 1388–421, and the ambiguity
    pertained to filling out the Equipment Submission Form,
    which allows the offerors to identify their computer
    equipment, see J.A. 386, 7020. Correcting the solicitation
    ambiguity to allow the offerors to properly identify their
    equipment, therefore, goes well beyond omitted clerical
    information. 11
    11 Indeed, the Court of Federal Claims acknowl-
    edged that, while “many of the losing offerors in this
    procurement made minor or clerical errors” allegedly
    capable of correction through clarifications, Dell, 133 Fed.
    Cl. at 105, there were offerors that made “more wide-
    22                       DELL FED. SYS., L.P. v. UNITED STATES
    Pursuant to the APA, an agency’s actions must be “in
    accordance with law.” 5 U.S.C. § 706(2)(A). Moreover, an
    agency is bound by the “applicable procurement statutes
    and regulations.” Alfa Laval Separation, Inc. v. United
    States, 
    175 F.3d 1365
    (Fed. Cir. 1999); see Blue & Gold
    Fleet, LP v. United States, 
    70 Fed. Cl. 487
    , 512 (2006) (“An
    agency has no discretion regarding whether or not to
    follow applicable laws and regulations.”), aff’d, 
    492 F.3d 1308
    (Fed. Cir. 2007). Pursuant to DFARS 215.306(c)(1),
    “[f]or acquisitions with an estimated value of $100 million
    or more, contracting officers should conduct discussions.”
    Therefore, discussions normally are to take place in these
    types of acquisitions. See SAS Inst., Inc. v. Iancu, 138 S.
    Ct. 1348, 1354 (2018) (“The word ‘shall’ generally imposes
    a nondiscretionary duty.”); see also Johnson v. McDonald,
    
    762 F.3d 1362
    , 1365 (Fed. Cir. 2014) (interpreting a
    regulation by ascertaining its plain meaning). FAR 2.101
    defines “should” to mean “an expected course of action or
    policy that is to be followed unless inappropriate for a
    particular circumstance,” and the GAO has applied FAR
    2.101 to interpret DFARS 215.306(c)(1). See Sci. Applica-
    tions Int’l Corp. (SAIC), No. B-413501, 
    2016 WL 6892429
    ,
    at *8 (Comp. Gen. Nov. 9, 2016) (finding, in a case of first
    impression by the GAO, that DFARS 215.306(c)(1) is
    reasonably read to mean that “discussions are the ex-
    pected course of action in [Department of Defense] pro-
    curements valued over $100 million” (emphasis added)).
    Here, the total procurement is estimated at $5 billion,
    J.A. 1341, which clearly exceeds the $100 million thresh-
    old of DFARS 215.306(c)(1). While it is true that we
    afford great discretion to a reasonable agency decision, see
    Turner Constr. Co. v. United States, 
    645 F.3d 1377
    , 1381
    (Fed. Cir. 2011) (“It is well settled that COs are given
    reaching errors” that were not capable of correction via
    clarification, 
    id. at 106
    .
    DELL FED. SYS., L.P. v. UNITED STATES                    23
    broad discretion in their evaluation of bids.         When
    a[ CO’s] decision is reasonable, neither a court nor the
    GAO may substitute its judgment for that of the agency.”
    (citations omitted)), as the Court of Federal Claims recog-
    nized, “it was rational for the Army” to determine that the
    decision “to forgo discussions” with at best “threadbare
    and conclusory” reasons likely “failed the reasonableness
    test articulated in SAIC,” 
    Dell, 133 Fed. Cl. at 104
    ; see
    J.A. 7019–20 (citing J.A. 5534). Had the Army conducted
    pre-award discussions, several of the lower-priced offerors
    deemed unacceptable––either as a result of ambiguous
    Solicitation requirements or otherwise––might have
    revised their initial proposals, which then might plausibly
    have been found technically acceptable. Opening discus-
    sions with all offerors at this stage in the process, as
    coherently explained here by the Army, see J.A. 7019–20,
    is a reasonable vehicle to allow offerors to propose compli-
    ant equipment and modify prices accordingly, see Bank-
    
    note, 365 F.3d at 1351
    . We determine that the corrective
    action of conducting discussions is rationally related to
    the undisputed procurement defect of originally failing to
    conduct pre-award discussions, as reasonably interpreted
    by the agency to be required by the applicable regulations,
    in the first instance. See J.A. 7019–20.
    The Appellees contend that the Army’s decision to
    conduct discussions was an unreasonable corrective
    action, “even assuming the [Court of Federal Claims]
    applied the ‘wrong standard.’” Blue Tech’s Br. 27 (capital-
    ization modified). Specifically, they argue the action was
    unreasonable because the defects were identified after the
    initial award decisions were made, in effect arguing that
    the reasonableness inquiry is different in the pre- and
    post-award context. See 
    id. at 27–28
    (“[T]he posture of
    this procurement is fundamentally different from what it
    would have been had the Army engaged in discussions
    before announcing nine of the offerors’ proposed prices.”);
    Dell’s Br. 30 (“Even accepting that the Army should have
    24                       DELL FED. SYS., L.P. v. UNITED STATES
    held discussions earlier in the process, it does not follow
    that the proper remedy for that error is to hold far-
    reaching discussions now.”); Red River’s Br. 8 (“While
    failure to conduct pre-award discussions could be properly
    remedied by conducting discussions before the awards
    were announced and the awardees’ prices disclosed, the
    same is not true in the post-award environment.”). How-
    ever, the Appellees cite no precedent, nor do we find any,
    to support the imposition of a pre- and post-award dichot-
    omy in our reasonableness analysis for corrective action.
    Since opening discussions was a reasonable corrective
    action, 
    see supra
    , pursuant to the express terms of the
    Solicitation, “[i]f discussions are opened, all proposals, to
    include small business proposals previously removed for
    unacceptability . . . will be included,” J.A. 1384. We do
    not disrupt on appeal the Army’s adherence to the terms
    of the Solicitation in implementing its corrective action to
    open discussions. See 
    Croman, 724 F.3d at 1363
    (review-
    ing the agency’s corrective action pursuant to a “highly
    deferential” standard (internal quotation marks and
    citation omitted)).
    While the Appellees take issue with alleged anti-
    competitiveness of the Army’s release of all offerors’
    pricing in order to maintain fairness in the corrective
    action rebidding, see Blue Tech’s Br. 28; Dell’s Br. 31–32;
    Red River’s Br. 5, this does not alter our analysis. Here,
    the relevant timeline of events lends itself to a unique
    procedural posture. After the Army notified all offerors of
    the award, it sent debriefing letters in February 2017 to
    the unsuccessful offerors “in accordance with FAR
    15.506.” J.A. 5949; see, e.g., J.A. 5948–49 (Debriefing
    Letter to HPI). FAR 15.506 sets forth the required dead-
    lines for “[p]ost[-]award debriefing of offerors” and pro-
    vides that upon written request by any offeror “within 3
    days after the date on which that offeror has received
    notification of contract award,” see FAR 15.506(a)(1), an
    agency must, within five days, see FAR 15.506(a)(2),
    DELL FED. SYS., L.P. v. UNITED STATES                        25
    debrief said offerors as to, inter alia, the prices of the
    “successful offeror,” FAR 15.506(d)(2); see FAR 15.506(d)
    (outlining the “minimum” required post-award debriefing
    information). However, in this case, a month later and
    after protests were filed at the GAO, as 
    discussed supra
    ,
    see Background Section III, the Army conceded that
    procurement defects occurred, and it decided to proceed
    with its corrective action to open discussions following
    GAO approval, see J.A. 7021 (MFR dated March 22, 2017).
    Then, on March 27, 2017, during the course of discussions
    and “[a]s part of the . . . corrective action, the [Ar-
    my] . . . decided to release all offerors’ total proposed
    prices in an effort to remedy the potential competitive
    advantage held by the offerors in the competition whose
    prices were not disclosed.” J.A. 7378; see J.A. 7379–80
    (listing total bid prices for all fifty-five offerors whose bids
    were deemed responsive).
    We find no binding authority preventing, on the facts
    of this case, the release of the pricing information of all
    offerors. Moreover, we find that the Government provides
    a reasonable explanation for its actions. Under these
    circumstances, the Government concluded it would, upon
    rebidding, level the playing field for those successful
    offerors who did not propose the lowest price and now
    deserve a chance to revise their proposals to fairly com-
    pete during the rebidding process. See Oral Arg. at 8:54–
    9:51 (Q: “It seems that the Army . . . decided in fairness
    that since [offerors] now have a target to shoot at––
    namely, they now know what the awardee listed for
    everything, so they know how to come in under it–– [did]
    it seem[] only fair . . . to list everyone else’s [prices]?”
    A: “Yes, your Honor . . . . In this case, . . . the initial
    awardees, they were not the lowest priced offerors. So, if
    the offerors who were not initially technically acceptable,
    they get a chance to revise their proposals, the initial
    awardees may likely be pushed out of the competition.”
    Q: “When they did release all of the numbers that each
    26                        DELL FED. SYS., L.P. v. UNITED STATES
    person gave in the proposal, did they strip [the] name[s] of
    the proposer?” A: “That’s right your Honor.”). We find
    this to be reasonable action in light of a defective pro-
    curement, which the parties concede was defective. 
    See supra
    n.10; see also Oral Arg. at 29:57–30:07 (conceding,
    by Dell’s counsel, that “[w]e won the procurement submit-
    ting a technically acceptable offer, . . . [but] to a defective
    procurement”).
    The FAR explains that, when conducting discussions,
    “[a]t a minimum, the [CO] must . . . indicate to, or discuss
    with, each offeror still being considered for award, [inter
    alia,] deficiencies” in the offeror’s proposal “to which the
    offeror has not yet had an opportunity to respond.”
    FAR 15.306(d)(3). The Army only proposes to allow an
    offeror to “address deficiencies in [their] proposal” and
    “make revisions to correct the deficiencies listed” by the
    Army. J.A. 7097 (noting in letter opening discussions
    with offeror that “[i]f you make changes to areas of your
    technical proposal that have already been found accepta-
    ble, you are at risk of being found technically unaccepta-
    ble”). Given these reasonable limitations, the corrective
    action has a rational basis.
    Nevertheless, the Appellees maintain that clarifica-
    tions are the only reasonable corrective action. See, e.g.,
    Dell’s Br. 29, 31. However, requests for clarifications are
    “limited exchanges,” designed to “clarify certain aspects of
    proposals” or “resolve minor or clerical errors” in the
    offerors’ proposals. FAR 15.306(a)(1)–(2). “Clarifications
    are not to be used to cure proposal deficiencies or material
    omissions, materially alter the technical or cost elements
    of the proposal, or otherwise revise the proposal.” JWK
    Int’l Corp. v. United States, 
    52 Fed. Cl. 650
    , 661 (2002)
    (brackets and citation omitted), aff’d, 56 F. App’x 474
    (Fed. Cir. 2003). As discussed above, the errors caused by
    the ambiguities in the Equipment Submission Form were
    material, rather than minor or clerical. The Court of
    Federal Claims acknowledged as much when it stated
    DELL FED. SYS., L.P. v. UNITED STATES                      27
    that while “many of the losing offerors in this procure-
    ment made minor or clerical errors” allegedly capable of
    correction through clarifications, 
    Dell, 133 Fed. Cl. at 105
    ,
    there were offerors that made “more wide-reaching er-
    rors” that were not capable of correction via clarification,
    
    id. at 106
    . Thus, the Army rationally chose discussions,
    rather than clarifications, for all offerors as the appropri-
    ate corrective action to address these material errors,
    especially due to the Solicitation’s requirement to include,
    should the Army decide to open discussions, “all pro-
    posals, to include small business proposals previously
    removed for unacceptability.” See J.A. 1384; 
    Alfa, 175 F.3d at 1368
    (holding that an “agency is strictly bound by
    [the] terms” of the standards set out in the solicitation). 12
    12   The Appellees also contend that our precedent in
    Systems Application counsels against reinstating the
    Army’s selected corrective action because “post-award
    corrective action that allows previously unsuccessful
    offerors to revise their proposals after the awardee’s price
    has been disclosed causes harm to the original awardees.”
    Red River’s Br. 4–5 (citing Sys. Application & Techs., Inc.
    v. United States, 
    691 F.3d 1374
    (Fed. Cir. 2012)). Reli-
    ance on Systems Application is improper here because
    that case analyzed whether a protestor suffered an injury-
    in-fact to have standing, 
    see 691 F.3d at 1382
    –83, which is
    not at issue here. And unlike in Systems Application, the
    Court of Federal Claims here found the Army’s decision to
    take corrective action (despite disagreeing with the pro-
    posed corrective action) was justified due to likely violat-
    ing a regulation. 
    Dell, 133 Fed. Cl. at 103
    –04; see 
    id. at 104
    (“Therefore, it was rational for the MFR to find that
    the Army’s failure to conduct discussions constituted a
    procurement defect.”).
    28                       DELL FED. SYS., L.P. v. UNITED STATES
    Finally, Appellees argue that the Army’s failure to
    consider other “[m]ore [l]imited” corrective actions is
    arbitrary and capricious. Dell’s Br. 33. The Army was
    not legally required to address every option, but rather to
    provide a reasonable corrective action and adequately
    explain its reasoning for doing so. See 
    Chapman, 490 F.3d at 938
    . The Army rationally decided to ameliorate a
    defective solicitation by re-opening the procurement,
    following the applicable regulation, and engaging in
    discussions to award new contracts. Even if we agreed
    with Appellees that the Army had other, better options
    available, we nevertheless conclude that the option it
    chose was reasonable, and we therefore refuse to “substi-
    tute [our] judgment” for that of the Army by determining
    whether there was another, perhaps preferable solution.
    See R & W Flammann GmbH v. United States, 
    339 F.3d 1320
    , 1322 (Fed. Cir. 2003) (“[W]hen an officer[’]s decision
    is reasonable a court may not substitute its judgment for
    that of the agency.”).
    Accordingly, we hold that the original corrective ac-
    tion was rationally related to the procurement defect and
    that the Court of Federal Claims abused its discretion in
    finding that Appellees demonstrated, inter alia, success
    on the merits. Because proving success on the merits is a
    necessary element for a permanent injunction, 13 we
    13 We may balance the remaining three Centech
    permanent injunction factors—irreparable harm, balance
    of hardships, and public interest—when deciding whether
    to grant or deny injunctive relief; however, because we
    find the Court of Federal Claims erred in finding that the
    Appellees had “succeeded on the merits,” the great weight
    we accord this factor as compared to the other three
    precludes the possibility of an injunction. See Centech
    
    Grp., 554 F.3d at 1037
    ; see also Hallmark-Phoenix 3, LLC
    DELL FED. SYS., L.P. v. UNITED STATES                    29
    reverse the Court of Federal Claims’ grant of an injunc-
    tion. The Army may proceed with its proposed corrective
    action, which we hereby reinstate.
    CONCLUSION
    We have considered the parties’ remaining arguments
    and find them unpersuasive. Accordingly, the Judgment
    of the U.S. Court of Federal Claims is
    REVERSED
    v. United States, 429 F. App’x 983, 984 (Fed. Cir. 2011);
    Chrysler Motors Corp. v. Auto Body Panels of Ohio,
    Inc., 
    908 F.2d 951
    , 953 (Fed. Cir. 1990) (“If the injunction
    is denied, 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 deni-
    al.”). Moreover, we find that Appellees cannot meet their
    burden to justify a permanent injunction even if the three
    remaining permanent injunction factors balanced togeth-
    er in equilibrium, and therefore reversal is appropriate
    here because any alternative result on remand necessarily
    would have been an abuse of discretion. Cf. Robert Bosch
    LLC v. Pylon Mfg. Corp., 
    659 F.3d 1142
    (Fed. Cir. 2011)
    (weighing permanent injunction factors and reversing
    instead of remanding a lower court’s decision to deny a
    permanent injunction).
    

Document Info

Docket Number: 2017-2516, 2017-2535, 2017-2554

Judges: Moore, Schall, Wallach

Filed Date: 9/24/2018

Precedential Status: Precedential

Modified Date: 10/19/2024