Bcpeabody Construction Services, Inc. v. United States ( 2013 )


Menu:
  •             In the United States Court of Federal Claims
    No. 13-378C
    (Filed Under Seal: September 17, 2013)
    (Reissued: September 25, 2013)
    **********************************
    )
    BCPEABODY CONSTRUCTION                         )
    SERVICES, INC.,                                )   Post-award bid protest; best-value
    )   negotiated procurement conducted
    Plaintiff,                     )   under FAR Part 15; a procurement
    )   official’s discretion to seek clarification
    v.                                   )   of minor or clerical errors in offers;
    )   FAR § 15.306(a)(2); abuse of discretion
    UNITED STATES,                                 )
    )
    Defendant,                     )
    )
    and                                  )
    )
    EDENS CONSTRUCTION CO., INC.,                  )
    )
    Defendant-Intervenor.          )
    )
    ***********************************
    James E. Krause, Jacksonville, Florida, for plaintiff.
    Elizabeth Anne Speck, Trial Attorney, Commercial Litigation Branch, Civil Division,
    United States Department of Justice, Washington, D.C., for defendant. With her on the briefs
    were Stuart F. Delery, Acting Assistant Attorney General, Jeanne E. Davidson, Director, and
    Kenneth M. Dintzer, Assistant Director, Commercial Litigation Branch, Civil Division, United
    States Department of Justice, Washington, D.C. Of counsel was Carolyn J. Fox, Assistant
    District Counsel, United States Army Corps of Engineers, Jacksonville, Florida.
    William L. Bruckner, San Diego, California for defendant-intervenor.
    OPINION AND ORDER 1
    1
    Because this opinion and order might have contained confidential or proprietary
    information within the meaning of Rule 26(c)(1)(G) of the Rules of the Court of Federal Claims
    (“RCFC”) and the protective order entered in this case, it was initially filed under seal. The
    parties were requested to review this decision and provide proposed redactions of any
    confidential or proprietary information. The resulting redactions are marked by asterisks
    enclosed by brackets, e.g., “[***].”
    LETTOW, Judge.
    This post-award bid protest concerns a contract awarded by the Department of the Army,
    United States Army Corps of Engineers, Jacksonville District (“the Corps” or “the government”),
    for construction of a cutoff wall through abandoned culverts, placement of a drainage blanket, re-
    pavement of a dike crown, and completion of other ancillary work in Okeechobee County,
    Florida. The project was a small-business set aside, conducted as a competitive negotiated
    procurement subject to the Federal Acquisition Regulations (“FAR”), 48 C.F.R. Part 15. The
    contract was awarded to defendant-intervenor Edens Construction Co., Inc. (“Edens”).
    BCPeabody Construction Services, Inc. (“BCPeabody”), a bidder for the contract, protests the
    award. On June 21, 2013, the court granted plaintiff’s motion for preliminary injunction, barring
    the government from proceeding with the award made to Edens. See BCPeabody Constr. Servs.,
    Inc. v. United States, No. 13-378C, 
    2013 WL 3225844
     (Fed. Cl. June 21, 2013). Immediately
    thereafter, the court adopted an accelerated schedule of proceedings for resolution of this case.
    Now pending before the court are the government’s motion for judgment on the administrative
    record (“Def.’s Mot.”), ECF No. 37, Edens’s corresponding motion for judgment on the
    administrative record, ECF No. 38, BCPeabody’s cross-motion for judgment on the
    administrative record, (“Pl.’s Cross-Mot.”), ECF No. 39, and the government’s motion to correct
    the administrative record, ECF No. 48. BCPeabody contends that the Corps did not treat all
    offerors fairly and equally and that the contracting officer acted unreasonably when she failed to
    clarify an alleged clerical mistake in its bid proposal before rejecting the proposal as technically
    unacceptable.
    FACTS 2
    A. Solicitation
    The solicitation at issue, No. W912EP-13-R-0001, called for proposals to complete
    construction work for the Herbert Hoover Dike Rehabilitation Project, Culvert 7, Culvert 9, and
    Taylor Creek Abandonment in Okeechobee County, Florida. AR 2-56. 3 The Corps’s
    2
    The recitations that follow constitute findings of fact by the court drawn from the
    administrative record of the procurement filed pursuant to RCFC 52.1(a), see Bannum, Inc. v.
    United States, 
    404 F.3d 1346
    , 1356 (Fed. Cir. 2005) (specifying that bid protest proceedings
    “provide for trial on a paper record, allowing fact-finding by the trial court”), as well as from the
    parties’ evidentiary submissions related to prejudice and equitable relief, see Holloway & Co. v.
    United States, 
    87 Fed. Cl. 381
    , 391 n.12 (2009) (“It is the responsibility of th[e] [c]ourt, not the
    administrative agency [conducting the procurement], to provide for factual proceedings directed
    toward, and to find facts relevant to, irreparability of harms or prejudice to any party or to the
    public interest through grant or denial of injunctive [or declaratory] relief.”) (quoting PGBA,
    LLC v. United States, 
    60 Fed. Cl. 567
    , 568 n.1 (2004), aff’d, 
    389 F.3d 1219
     (Fed. Cir. 2004)).
    3
    Citations to the administrative record refer to the record filed on June 19, 2013. That
    record is paginated sequentially and also divided into tabs. In citing to the administrative record,
    the court will first designate the tab, followed by page number, e.g., AR 2-56 refers to page 56,
    which is located in tab 2 of the record.
    2
    Jacksonville District issued the solicitation pursuant to FAR § 15.101-2, i.e., invoking a
    “[l]owest price, technically acceptable source selection process.” AR 2-73. The solicitation
    stated that the “[g]overnment intends to evaluate proposals and award a contract without
    discussions with offerors (except clarifications as described in FAR § 15.306(a)).” AR 2-65.
    The solicitation listed two factors the Corps would evaluate in awarding the contract:
    (1) Technical Acceptability and (2) Price. AR 2-74. The Technical Acceptability factor was
    split into two sub-factors: (a) Demonstrated Experience and (b) Past Performance. Id. In turn,
    the Demonstrated Experience sub-factor contained two sub-elements: (i) Cutoff Wall Experience
    and (ii) Earthen Embankment Experience. AR 2-75. If an offeror received a rating of
    unacceptable for either sub-element, the offeror would necessarily receive a rating of
    unacceptable for both the Demonstrated Experience and Past Performance sub-factors of
    Technical Acceptability, and its offer consequently would be rejected as technically
    unacceptable. AR 2-76 to -78.
    To receive a rating of acceptable for the sub-elements of Cutoff Wall Experience and
    Earthen Embankment Experience, the bidders were required to submit project information sheets
    for each sub-element to demonstrate that the offeror and its subcontractors had experience
    performing the type of work requested in the solicitation. AR 2-75 to -76. One of the projects
    submitted for the Cutoff Wall Experience had to include work “penetrating, excavating, and
    backfilling through an obstruction that could not be removed by a typical backhoe or excavator
    during cutoff wall construction.” AR 2-75.
    B. Evaluation of Offers and Award
    The Corps received timely proposals from five firms, including BCPeabody and Edens.
    BCPeabody’s proposal identified Bauer Foundation Corporation (“Bauer”) as its major
    subcontractor for the Cutoff Wall Experience sub-element and provided an unconditional letter
    of commitment from Bauer stating that “[Bauer] will fulfill the duties of Cutoff Wall Installation
    for the [project]” should BCPeabody receive the contract. AR 4-707. Although BCPeabody’s
    proposal included two project information sheets demonstrating that Bauer had experience in
    performing cutoff wall construction, AR 4-708 to -11, the two sheets were identical. BCPeabody
    mistakenly included two copies of the same project information sheet regarding Bauer’s work.
    Id. The submitted project information sheets did not supply the necessary experience regarding
    cutoff wall construction in which a sub-surface obstruction was encountered that could not be
    removed by a typical backhoe or excavator. AR 9-941. 4 Because of the missing project
    information sheet, BCPeabody received a rating of unacceptable for Cutoff Wall Experience.
    AR 9-942.
    Regarding the second sub-element, Earthen Embankment Experience, BCPeabody
    supplied an information sheet relating to its own work, and it received a rating of acceptable for
    that sub-element. AR 13-973 to -74. Nonetheless, due to the rating of unacceptable for the
    4
    BCPeabody had been fully aware of the solicitation requirements and had requested the
    appropriate project information sheets from Bauer, including one that would demonstrate its
    experience penetrating, excavating, and backfilling through an obstruction that could not be
    removed by a typical backhoe or excavator during cutoff wall construction. AR 14-985.
    3
    Cutoff Wall Experience sub-element, it received a rating of unacceptable for the Demonstrated
    Experience sub-factor. AR 9-942. As a result, it also received a rating of unacceptable for Past
    Performance. Id. BCPeabody’s offer was considered to be technically unacceptable by the
    contracting officer, and she excluded it from the competition. Id. The technical rating process
    and the determination that BCPeabody should be found technically unacceptable occurred
    without alerting BCPeabody to the mistake in its proposal. BCPeabody’s proffered price was
    $3,699,326.26. AR 4-736.
    Edens’s proposal was the only proposal deemed technically acceptable, AR 9-946, and
    Edens was awarded the contract on December 21, 2012. AR 10-948. Like BCPeabody’s,
    Edens’s proposal contained a letter of commitment from Bauer to “fulfill the duties of Cutoff
    Wall Installation for the [project]” in the event the contract was awarded to Edens. AR 5-772.
    In addressing both sub-elements of the Demonstrated Experience sub-factor, Edens did not use
    project information sheets as required by the solicitation. AR 9-944. Nonetheless, it provided
    sufficient details about projects completed to receive a rating of acceptable for the sub-factor. Id.
    For the Cutoff Wall Experience sub-element, Edens supplied information about two projects
    completed by Bauer. See AR 9-943 to -44. The contracting officer thus knew that Bauer had the
    requisite experience to perform the cutoff wall construction under either of the conditions
    specified in the two sub-elements. Edens’s price quote was $4,783,688.00, more than
    $1,000,000 greater than the price put forward by BCPeabody. AR 5-923.
    [***] offerors relied on Bauer as a major subcontractor. AR 9-938 to -44. Nothing in
    BCPeabody’s or Edens’s proposals indicated an intention to rely on any other subcontractor for
    the cutoff wall construction. The proposals by BCPeabody and Edens were identical in that
    respect, as were the commitment letters from Bauer that each had appended to its proposal. The
    contracting officer indicated that she knew that BCPeabody intended to rely on Bauer for the
    cutoff wall construction: “Based on BCPeabody’s proposal, it was clear that BCPeabody
    intended to use Bauer as the subcontractor for the cut-off wall.” AR 19c-1046.
    But for the unacceptable rating that BCPeabody received for Cutoff Wall Experience due
    to its omission of a second project information sheet demonstrating Bauer’s experience with an
    underground obstruction, it would have had the lowest priced, technically acceptable bid. The
    other three offerors, [***], were all found technically unacceptable, but unlike BCPeabody, they
    were found unacceptable for both the Cutoff Wall Experience and the Earthen Embankment
    Experience sub-elements. AR 9-934. 5
    C. Protests
    Following notification that Edens had received the contract and that BCPeabody’s
    proposal was found to be technically unacceptable, AR 11-950, BCPeabody requested a
    debriefing from the contracting officer, which it received on January 9, 2013. See AR 14-980.
    5
    Two offerors provided project information sheets from Bauer and owned subsidiaries of
    Bauer to demonstrate the necessary experience for the Cutoff Wall Experience sub-element.
    Providing project information sheets from owned subsidiaries of Bauer created separate
    problems for those two offerors. See AR 9-938 to -44.
    4
    BCPeabody first learned of the copying error from the debriefing. BCPeabody immediately filed
    an agency level protest on January 10, 2013. AR 14-976.
    As part of its protest, BCPeabody argued that the government abused its discretion by
    failing to inquire about the collating mistake it made regarding information sheets concerning
    Bauer’s cutoff wall experience. See AR 14-979 to -80. The agency denied BCPeabody’s
    protest, concluding that the contracting officer had no obligation either to clarify the mistake or
    to draw any inferences or make any assumptions regarding BCPeabody’s proposal. AR 15-1002,
    1004. BCPeabody then filed a protest with the Government Accountability Office (“GAO”) on
    February 21, 2013. AR 19q-1280. BCPeabody maintained its argument that the contracting
    officer abused her discretion in failing to clarify the alleged clerical mistake, given her
    knowledge that BCPeabody planned to use Bauer as the major subcontractor and her knowledge
    that Bauer was well-qualified to perform the work. See AR 24-1455; see also BCPeabody
    Constr. Servs., Inc., B-408023, 2013 CPD ¶ 120, 
    2013 WL 1944164
    , at *3 (Comp. Gen. May 10,
    2013).
    GAO disagreed with the agency’s conclusion that the contracting officer did not abuse
    her discretion. It found that “[a]lthough an offeror has the burden of submitting an adequately
    written proposal, and an agency may downgrade a proposal for the lack of requested information,
    an agency may not ignore prior performance information of which it is aware.” AR 24-1456;
    
    2013 WL 1944164
    , at *4 (citing Consolidated Eng’g Servs., Inc., B-279565.2, .3, 99-1 CPD
    ¶ 75, 
    1998 WL 1045204
    , at *4 (Comp. Gen. June 26, 1998)). Because the Corps’s contracting
    officer was aware of Bauer’s experience from other proposals, including especially that by
    Edens, she could not reasonably find Bauer’s experience acceptable for Edens but unacceptable
    for BCPeabody. 
    Id.
     (“Here, the proposals of both Edens and BCPeabody included [Bauer] as
    their respective cut-off wall construction subcontractor, and it was not reasonable for the Corps
    to find [Bauer’s] experience acceptable for Edens but unacceptable for BCPeabody.”).
    GAO nonetheless denied BCPeabody’s protest, finding that it was not prejudiced by the
    contracting officer’s error. AR 24-1457; 
    2013 WL 1944164
    , at *4. BCPeabody had included
    with its briefing to GAO a project information sheet completed by Bauer Foundations Canada, a
    separate legal entity from Bauer. That affiliated entity was not covered by Bauer’s letter of
    commitment to BCPeabody, and therefore the protest was denied. AR 24-1457; 
    2013 WL 1944164
    , at *5.
    Thereafter, BCPeabody filed suit in this court on June 6, 2013. Compl., ECF No. 1.
    BCPeabody moved for a preliminary injunction on June 11, 2013 to bar the Corps from
    proceeding with the contract. See Pl.’s Mot. for Preliminary Injunction, ECF No. 18. A hearing
    was held on June 21, 2013, and the court granted the motion the same day. See Order Granting
    Mot. for Preliminary Injunction, 
    2013 WL 3225844
    , ECF No. 29. All parties subsequently filed
    and briefed cross-motions for judgment on the administrative record, and a hearing was held on
    July 23, 2013. Subsequently, to support an argument the government had fleshed out and
    elaborated in its reply brief on the merits, the government filed a post-hearing Motion to Correct
    the Administrative Record, ECF No. 48, to add to the record proposals submitted by offerors
    other than BCPeabody and Edens. Briefing on that motion was completed on August 12, 2013.
    5
    JURISDICTION
    This court has jurisdiction over bid protests pursuant to the Tucker Act, 
    28 U.S.C. § 1491
    , as amended by the Administrative Dispute Resolution Act, Pub. L. No. 104-320, § 12,
    
    110 Stat. 3870
    , 3784 (Oct. 19, 1996) (codified at 
    28 U.S.C. § 1491
    (b)). In pertinent part, the
    Tucker Act vests this court with jurisdiction to
    render judgment on an action by an interested party objecting to a
    solicitation by a [f]ederal 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). “An interested party is an actual or prospective bidder whose direct
    economic interest would be affected by the award of the contract.” Orion Tech., Inc. v. United
    States, 
    704 F.3d 1344
    , 1348 (Fed. Cir. 2013). A party can show the existence of a “direct
    economic interest” by demonstrating that it had a “substantial chance” of winning the award.
    Rex Serv. Corp. v. United States, 
    448 F.3d 1305
    , 1308 (Fed. Cir. 2006) (internal citations
    omitted). “[A] bidder has standing to challenge the lawfulness of discretionary acts that operate
    to exclude the bidder from consideration in cases where the bidder’s ratings are such that had the
    government acted lawfully the bidder would have had a substantial chance of winning the
    contract.” ST Net, Inc. v. United States, __ Fed. Cl. __, __, (2013), 
    2013 WL 4128730
    , at *5
    (citing G4S Tech. CW LLC v. United States, 
    109 Fed. Cl. 708
    , 719 (2013)).
    BCPeabody is an “interested party” within the terms of the Tucker Act and has standing
    to pursue its protest. BCPeabody submitted a bid for the award at issue and contends that only it
    and Edens submitted technically acceptable offers. Because it had the lower price by more than
    $1,000,000, BCPeabody would have had a substantial chance of winning the contract. 6
    STANDARDS FOR DECISION
    The Administrative Procedure Act (“APA”), 
    5 U.S.C. § 706
    , governs the court’s review
    of a challenge to an agency’s contract award. See 
    28 U.S.C. § 1491
    (b)(4) (“In any action under
    6
    The government does not argue that BCPeabody’s copying and collating mistake
    prevented BCPeabody from having standing to challenge the contracting officer’s determinations
    about its offer, and, indeed, any argument against standing would have been unavailing. See ST
    Net, __ Fed. Cl. at __, 
    2013 WL 4128730
    , at *6 (citing Orion Tech., 704 F.3d at 1349
    (commenting that criticality of missing information is “relevant to the reasonableness of the
    [agency’s] decision-making, not to determining prejudice for standing purposes”); MVS USA,
    Inc. v. United States, 
    111 Fed. Cl. 639
    , 648-49 (2013) (holding that a protestor whose allegation
    that the disqualifying flaw in its proposal was due to improper government action had standing to
    challenge award); Castle-Rose, Inc. v. United States, 
    99 Fed. Cl. 517
    , 523 (2011) (concluding
    that a protestor had pled sufficient facts to raise a question whether government properly deemed
    its proposal to be late had standing to challenge award)).
    6
    this subsection, the courts shall review the agency’s decision pursuant to the standards set forth
    in section 706 of title 5.”). For that proposition, BCPeabody rests on the potentially viable legal
    position that it should have been given notice of its mistake in copying information about
    Bauer’s experience and been given the opportunity to correct the mistake. The court may set
    aside an agency’s procurement decision if it is “arbitrary, capricious, an abuse of discretion, or
    otherwise not in accordance with law,” 
    5 U.S.C. § 706
    , subject to satisfying the criteria for
    equitable relief, see PGBA, LLC v. United States, 
    389 F.3d 1219
    , 1224-28 (Fed. Cir. 2004). To
    find that an agency’s decision was arbitrary, capricious, or an abuse of discretion, the court must
    conclude that the “decision lacked a rational basis.” Impresa Construzioni Geom. Domenico
    Garufi v. United States, 
    238 F.3d 1324
    , 1332 (Fed. Cir. 2001). The court “is not empowered to
    substitute its judgment for that of the agency,” Keeton Corrs., Inc. v. United States, 
    59 Fed. Cl. 753
    , 755 (2004) (citing Citizens to Preserve Overton Park, Inc. v. Volpe, 
    401 U.S. 402
    , 416
    (1971), abrogated in part by Califano v. Sanders, 
    430 U.S. 99
    , 105 (1977) (abrogating Overton
    Park to the extent that it recognized the APA as an independent grant of subject matter
    jurisdiction)), and it must uphold an agency’s decision against a challenge if the “contracting
    agency provided a coherent and reasonable explanation of its exercise of discretion.” Axiom Res.
    Mgmt., Inc. v. United States, 
    564 F.3d 1374
    , 1381 (Fed. Cir. 2009) (internal citations omitted).
    ANALYSIS
    I. Clarification and Unequal Treatment
    BCPeabody contends that the contracting officer erred by failing to seek clarification of a
    clerical mistake in its proposal and by unequally evaluating Bauer’s demonstrated experience as
    a subcontractor for BCPeabody compared to Edens. BCPeabody avers that these actions were
    unreasonable and fell outside the reconcilable bounds of the contracting officer’s discretion.
    A. A Procuring Official’s Authority Regarding Clerical Errors
    Procurement officers have authority to act regarding clerical errors in bid proposals, but
    that authority varies depending on the type of procurement at issue – i.e., sealed bidding or
    negotiated procurement. Where sealed bids are concerned, the rules regarding clerical and other
    mistakes in offers are cast in mandatory terms. FAR Part 14 governs sealed bidding and
    provides generally that “[in] cases of apparent mistakes and in cases where the contracting
    officer has reason to believe that a mistake may have been made, the contracting officer shall
    request from the bidder a verification of the bid, calling attention to the suspected mistake.” FAR
    § 14.407-1 (emphasis added). Regarding “[a]pparent clerical mistakes,” the contracting officer
    “shall obtain from the bidder a verification of the bid intended” and attach it to the original bid.
    FAR § 14.407-2(a)-(b). Respecting other mistakes disclosed before award, “[s]uspected or
    alleged mistakes in bids shall be processed as follows[:] . . . . The contracting officer shall
    immediately request the bidder to verify the bid. Action taken to verify bids must be sufficient to
    reasonably assure the contracting officer that the bid as confirmed is without error, or to elicit the
    allegation of a mistake by the bidder.” FAR § 14.407-3(g)-(g)(1). In instances where the low
    bidder seeks to correct the bid but would remain the lowest bidder, the existence of the mistake
    and the bid actually intended must be established by “clear and convincing evidence.” FAR
    § 14.407-3(a). The closer the corrected bid comes to the next lowest bid, the greater the scrutiny
    7
    that will be applied to the evidence of the mistake and the intended bid. In cases where the
    corrected bid would be lowered enough to displace another bid as the lowest bid, a stricter
    standard applies. Both the mistake and the intended bid must be “ascertainable substantially
    from the invitation and the bid itself.” FAR § 14.407-3(a).
    For procurements governed by FAR Part 14, GAO has allowed use of mistake-correction
    techniques to enable nonresponsive bids to become responsive, applying the stricter standard to
    correct bids which displace otherwise low bids. As stated in John Cibinic, Jr., Ralph C. Nash,
    Jr., & Christopher R. Yukins, Formation of Government Contracts 649 (4th ed. 2011),
    Most cases involving correction of nonresponsive bids have
    involved invitations containing a number of bid items where
    bidders have incorrectly entered or omitted prices for one or
    more of the items. In Slater Elec. Co., Comp. Gen. Dec.
    B-183654, 75-2 CPD ¶ 126, GAO dealt with this kind of
    situation, stating: “Basically, even though a bidder fails to
    submit a price for an item in a bid, that omission can be
    corrected if the bid, as submitted, indicates not only the
    probability of error but also the exact nature of the error and
    the amount intended. The rationale for this exception is that
    where the consistency of the pricing pattern in the bidding
    documents establishes both the existence of the error and the
    bid actually intended, to hold that the bid is nonresponsive
    would be to convert what appears to be an obvious clerical
    error of omission to a matter of nonresponsiveness.”
    Id. (internal citations omitted).
    In contrast to the mandatory instructions in FAR Part 14 for handling mistakes
    discovered before award in sealed bidding situations, the regulatory provisions regarding
    mistakes discovered before award in bids for negotiated procurements are largely discretionary.
    FAR § 15.306(a)(1)-(2) allows clarification of certain aspects of proposals or to resolve minor or
    clerical errors without the initiation of “discussions.” 7 Specifically, FAR § 15.306(a)(2)
    provides that
    “[i]f award will be made without conducting discussions, offerors
    may be given 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 respond) or to resolve minor
    or clerical errors.”
    7
    Once discussions are initiated for a solicitation governed by FAR Part 15, discussions
    must be entered into with all offerors whose proposals fall within a competitive range. See, e.g.,
    FAR § 15.306(a)(3), (b)-(e).
    8
    Id. Clarifications are defined as “limited exchanges, between the [g]overnment and offerors, that
    may occur when award without discussions is contemplated.” FAR § 15.306(a)(1). The FAR
    does not define “minor or clerical errors.”
    The original FAR Part 15, issued in 1984, defined “discussions” to include “information
    essential for determining the acceptability of a proposal.” FAR § 15.601 (1997). Revisions to
    FAR Part 15 in 1997 deleted this definition of “discussions,” which was viewed as too
    constraining, in favor of allowing “as much free exchange of information between offerors and
    the [g]overnment as possible, while still permitting award without discussions and complying
    with applicable statutes. . . . This policy is expected to help offerors, especially small entities
    that may not be familiar with proposal preparation, by permitting easy clarification of limited
    aspects of their proposals.” 
    62 Fed. Reg. 51224
    , 51228-29 (Sept. 30, 1997) (emphasis added).
    While the line between “clarification” and “discussion” is not always easy to demarcate,
    some core concepts appertain. Changes to the terms of an offer made in a proposal cannot be
    considered a clarification. John Cibinic, Jr., Ralph C. Nash, Jr., & Karen R. O’Brien-DeBakey,
    Competitive Negotiation: The Source Selection Process 508 (3d ed. 2011). As Cibinic, Nash and
    O’Brien-DeBakey explain, information exchanges that do not concern changes to the terms of
    offers may be appropriate in the clarification process: “[I]t is useful to distinguish between
    information concerning the capability of the offeror and information relating to the features of
    the offer. Whereas the former should clearly be clarifications under FAR [§] 15.206(a), past
    decisions dealing with information relating to the offer make inclusion of this type of
    communication more problematic.” Id. at 509; see also Information Tech. & Applications Corp.
    v. United States, 
    316 F.3d 1312
    , 1321 (Fed. Cir. 2003) (reviewing the regulatory history of the
    revisions to Part 15 in 1997 regarding clarification and holding that communications for the
    purpose of obtaining additional information about subcontractors listed in the offeror’s proposal
    constituted clarifications rather than discussions); Mil-Mar Century Corp. v. United States, 
    111 Fed. Cl. 508
    , 539 (2013) (“[Although, in a clarification, the winning offeror] may have provided
    the [a]gency with required information that was not included in its proposal, the court does not
    find that [the offeror] revised its proposal because [it] did not change its total price and did not
    ‘change the terms of its proposal to make it more appealing to the government.’” (quoting
    Information Tech & Applications, 
    316 F.3d at 1322
    )).
    Despite the intention that the revisions to Part 15 in 1997 would enable more information
    to be exchanged between the government and offerors without reaching the level of discussions,
    the revisions stopped short of requiring contracting officers to clarify minor or clerical errors in
    negotiated procurements, unlike the mandatory nature of the comparable provisions in Part 14
    for sealed bidding. Consequently, a fairly sharp divide remains between the clarification rules in
    Part 15 for negotiated procurements and the mandatory nature of comparable provisions in Part
    14 for sealed bidding. For negotiated procurements, clarifications are to be obtained at the
    discretion of the contracting officer. 8 Nonetheless, the permissive language of the clarification
    8
    Where contracting officers exercised their discretion to seek clarifications, but did not go
    so far as to engage in “discussions,” the court has tended to uphold the contracting officers’
    actions. See Allied Tech. Grp., Inc. v. United States, 
    94 Fed. Cl. 16
    , 44-45 (2010), aff’d, 649
    9
    provisions in Part 15 does not mean that those provisions are not susceptible to judicial
    enforcement.
    B. BCPeabody’s Error
    BCPeabody alleges that the duplication of the same project information sheet regarding
    Bauer’s experience with cutoff wall installation was a copying error in assembling its offer. Pl.’s
    Cross-Mot. at 2. BCPeabody concedes that a contracting officer has discretion in clarifying such
    clerical errors, but argues that, given the particular circumstances associated with its proposal, it
    was unreasonable for the contracting officer to fail to do so. 
    Id.
     The government responds that
    the copying error was not a clerical error, and even if it were, the contracting officer was under
    no duty to inquire into it. Def.’s Mot. at 7. According to the government, BCPeabody’s
    proposal was incomplete, and the contracting officer had unqualified discretion to reject it as
    technically unacceptable. 
    Id.
    The government goes too far in arguing that BCPeabody’s mistake was a “major
    omission that made it impossible for the agency to fully evaluate BCPeabody’s [p]roposal.”
    Def.’s Mot. at 7. The record shows that the proposal, taken as a whole, could be properly
    evaluated despite the error. The contracting officer knew that BCPeabody intended to rely on
    Bauer as the subcontractor for the cutoff wall construction, that Bauer had the requisite
    experience to perform the work, and that BCPeabody mistakenly submitted two identical project
    information sheets respecting Bauer’s experience. The circumstances are thus closely akin to
    those at issue in Information Tech. & Applications and Mil-Mar Century where “clarifications”
    provided essential information about a subcontractor and contractor, respectively, but did not
    alter or revise the terms of the pertinent offers. See Information Tech. & Applications, 
    316 F.3d at 1322
    ; Mil-Mar Century, 111 Fed. Cl. at 539.
    By contrast, in ST Net, the protestor had omitted material pricing information. See ST
    Net, __ Fed. Cl. at __, 
    2013 WL 4128730
    , at *8. Had the protestor included the requisite pricing
    items, its total evaluated price would have increased by roughly 7%. 
    Id.
     Under those
    circumstances, it was impossible for the agency accurately to evaluate the protestor’s proposal,
    and the court accordingly held that the omission was not a clerical error. 
    Id.
     at __, 
    2013 WL 4128730
    , at *10. In the instant case, the omitted project information sheet did not bear on price
    or involve information that the contracting officer did not already know. Inclusion of a second
    project information sheet would not have materially altered the terms of BCPeabody’s offer. It
    only addressed Bauer’s suitability as a subcontractor, and the contracting officer was well aware
    that Bauer was a qualified subcontractor. The court consequently is satisfied that BCPeabody’s
    mistake constituted a clerical error within the meaning of FAR § 15.306(a)(2), a matter that
    could have been the subject of inquiry by the contracting officer without provoking discussions.
    C. The Contracting Officer’s Discretion
    F.3d 1320 (Fed. Cir. 2011); see also Dyncorp Int’l, LLC v. United States, 
    76 Fed. Cl. 528
    , 540
    (2007).
    10
    Undoubtedly, the language of FAR § 15.306(a)(2) is permissive, and a contracting officer
    has discretion in determining whether to seek clarification. Whether that discretion is absolute
    and whether an agency’s actions must be reasonable and rational are at issue here. The question
    at hand focuses on the extent to which competitive negotiation is so far removed from sealed
    bidding that a contracting officer’s reaction to a clerical mistake can be diametrically different in
    the two types of procurement, despite factually comparable and compelling circumstances for
    clarification. 9
    The government points to Orion Technology, 
    704 F.3d 1344
    , as precedent for the
    proposition that it is within an agency’s unqualified discretion to reject a technically incomplete
    proposal. See Def.’s Mot. at 7, 12-13. In Orion, the protestor submitted a proposal on the last
    possible day and omitted proprietary cost information for five of its eight subcontractors. Orion,
    704 F.3d at 1346. Eight days later, the soliciting agency received the missing subcontractor data,
    but refused to consider it. Id. The protestor’s proposal was subsequently rejected because,
    without the subcontractor data, the agency could not perform a cost-realism analysis of the
    proposal. Id. at 1346-47. The court of appeals held that it was within the agency’s discretion to
    reject the belatedly submitted information and to exclude the proposal because it could not
    perform the necessary cost-realism analysis. Id. at 1351. As in ST Net, the protestor’s omission
    in Orion was material and prevented the soliciting agency from accurately evaluating the
    proposal. The technical incompleteness in BCPeabody’s proposal does not rise to that level.
    BCPeabody’s mistaken omission did not impair the contracting officer’s ability to evaluate
    BCPeabody’s fitness or price quote for the contract.
    9
    A knowledgeable commentator has questioned whether the standards for correction of
    minor or clerical errors should be sharply divergent between the two types of procurements. See
    Ralph C. Nash, 27 No. 9 Nash & Cibinic Rep., Correcting Mistakes: Negotiation v. Sealed
    Bidding, ¶ 41 (Sept. 2013) (“[W]e can’t see how the [g]overnment would be harmed by adopting
    a mandatory verification and mistake correction rule when competitive negotiation is the
    procurement technique. When the [g]overnment uses long and complex solicitations, mistakes
    can be expected. It would seem that both parties would benefit from a rule that compensates for
    such mistakes. Companies that spend the money required to compete in these circumstances
    would be given fair treatment and the agencies would have a better chance of awarding to the
    offeror(s) that really can deliver best value.”). This sentiment was evident in the court’s decision
    in Griffy’s Landscape Maintenance LLC v. United States, 
    46 Fed. Cl. 257
     (2000), where the
    protestor’s contact information for its insurance representative was missing from the proposal.
    The court held that the omission was clerical and that the contracting officer had a duty to
    inquire into it even though it was a negotiated procurement and not a sealed bid procurement. Id.
    at 259 (“In character it was the same as a sealed bid procurement where there are no post-
    submission contacts with bidders.”). At the time of the solicitation, Griffy’s was performing
    another contract for the Army, and the court reasoned that the Army could have easily discerned
    the contact information from its own files or called Griffy’s. Id. at 260. The decision in Griffy’s
    Landscape has been criticized for applying the criteria for correcting minor or clerical errors in
    sealed bidding situations to a negotiated procurement. See C.W. Over & Sons, Inc. v. United
    States, 
    54 Fed. Cl. 514
    , 521 (2002); see also Camden Shipping Corp. v. United States, 
    89 Fed. Cl. 433
    , 438 & n.5 (2009).
    11
    A prior decision by this court can be read to imply that a contracting officer’s discretion
    under FAR § 15.306(a) is so broad that he or she would never have a duty to seek clarifications.
    In Gulf Group, Inc. v. United States, 
    61 Fed. Cl. 338
     (2004), the court held that a contracting
    officer did not abuse his discretion when, without explanation, he failed to clarify uncertainties in
    the protestor’s past performance information even though the technical evaluation team reported
    that clarifications were “required” before a final evaluation could be made. Id. at 360-61. In
    describing FAR Part 15, the court wrote, “[W]henever the contracting officials think a
    clarification of certain aspects of a proposal would be helpful, they have the discretion to seek
    such a clarification, even when discussions with all bidders would not occur. The FAR allows,
    but does not require, such exchanges to take place.” Id. at 360. Taken at face value, this court
    concurs with such a statement, but it cannot accept the implication that there are never situations
    in which a contracting officer’s discretion would be abused by a failure to seek clarification.
    This is particularly true where, as here, the clerical error led the contracting officer to
    evaluate the past performance of a subcontractor differently for two offerors. Contracting
    officers are required to “ensure that contractors receive impartial, fair, and equitable treatment.”
    FAR § 1.602-2(b). In addressing BCPeabody’s protest to GAO, that body pointed out that in a
    procurement, “an agency may not ignore prior performance information of which it is aware.”
    AR 24-1456, 
    2013 WL 1944164
    , at *4 (citing Consolidated Eng’g Servs., Inc., B-279565.2,
    1998 CPD ¶ 75, 
    1998 WL 1045204
    , at *4 (Comp. Gen. June 26, 1998)). That principle applies
    here. Once the contracting officer became aware of the suitability of Bauer’s past experience
    with cutoff wall construction, she could not reasonably rate Bauer differently for BCPeabody as
    contrasted to Edens. Given BCPeabody’s significantly lower bid, the contracting officer had
    virtually overwhelming cause to contact BCPeabody about the clerical error or assign an equal
    rating for Bauer as a subcontractor for both Edens and BCPeabody.
    The government argues that requiring the contracting officer to clarify the copying
    mistake in this case will “[obligate] the agency to correct each and every so-called ‘clerical error’
    [and] create a paternalistic acquisition system that the drafters of the [FAR] rejected.” Def.’s
    Mot. at 7. That argument amounts to a policy-based plea for the court to recognize an
    unreviewable discretion on the part of the contracting officer to omit inquiring about “minor or
    clerical errors.” As suggested previously, that contention is legally unpersuasive and factually
    untenable on the record of this case. The contracting officer had all of the information she
    needed about BCPeabody’s proposal, including all price information, and about Bauer’s
    qualifications as a subcontractor.
    In a last-ditch effort to sustain the contracting officer, the government makes a counter-
    factual contention that it was “fundamentally unclear” to the contracting officer “whether Bauer
    was the only major subcontractor that BCPeabody would use to perform the [subcontracted]
    work.” Def.’s Reply at 6. The government points to two other offerors who proposed to use
    Bauer for cutoff wall construction but to do so along with other subcontractors, including Bauer
    Foundations Canada. 
    Id.
     10 This argument manifestly is a construct of counsel, not borne out by
    the record of the contracting officer’s actions. The contracting officer excluded BCPeabody’s
    10
    In support, the government belatedly moved post-hearing to “correct” the record by
    including the proposals of other contractors..
    12
    proposal solely because it was lacking a second project information sheet, not because it was
    “fundamentally unclear” who BCPeabody intended to use as a subcontractor and whether that
    subcontractor had the requisite experience. Indeed, BCPeabody, like Edens, had included as part
    of its offer an unconditional commitment from Bauer that “[Bauer] will fulfill the duties of
    Cutoff Wall Installation for the [project].” AR 4-707. That commitment was categorical and
    unambiguous.
    In short, BCPeabody has established that the contracting officer in this case abused her
    discretion in two ways. First, she impermissibly found Bauer, the projected subcontractor for
    both BCPeabody and Edens, to have acceptable experience insofar as Edens’s proposal was
    concerned but not for BCPeabody’s competing proposal. Second, she improperly refused to seek
    clarification from BCPeabody regarding the copying mistake in BCPeabody’s offer that related
    to Bauer’s experience in cutoff wall construction in which a sub-surface obstruction was
    encountered.
    II. Prejudice
    To succeed on the merits, a bid protestor must show not only that there was an error in
    the procurement process but also that it was prejudiced by the error. See Data Gen. Corp. v.
    Johnson, 
    78 F.3d 1556
    , 1562 (Fed. Cir. 1996). In this respect, a protestor must demonstrate that
    there was a “substantial chance it would have received [the] contract award, but for the alleged
    error in the procurement process.” McAfee, Inc. v. United States, 
    111 Fed. Cl. 696
    , 712 (2013)
    (quoting Gentex Corp. v. United States, 
    58 Fed. Cl. 634
    , 653 (2003) (in turn citing Information
    Tech. & Applications, 
    316 F.3d at 1319
    )); see also Alfa Laval Separation, Inc. v. United States,
    
    175 F.3d 1365
    , 1367 (Fed. Cir. 1999). This inquiry into “prejudice” is distinct from the inquiry
    into standing. While both use the “substantial chance” doctrine, prejudice at the jurisdictional
    threshold can be satisfied on the basis of the plaintiff’s allegations, whereas prejudice on the
    merits can only be satisfied by the effect of an agency decision adjudged to be unlawful. See
    Linc Gov’t Servs., LLC v. United States, 
    96 Fed. Cl. 672
    , 696 (2010).
    BCPeabody has demonstrated that it was prejudiced by the contracting officer’s abuse of
    discretion. If the contracting officer had acted reasonably in light of the facts and circumstances
    at hand, BCPeabody would have had a “substantial chance” of receiving the contract.
    BCPeabody would have been a technically acceptable bidder offering the lowest price by more
    than $1,000,000.
    III. Equitable Factors
    To grant equitable relief which would set aside and enjoin the Corps’s award of the
    contract to Edens, the court must consider “whether (1) the plaintiff has succeeded on the merits,
    (2) the plaintiff will suffer irreparable harm if the court withholds the 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., Inc. v. United States, 
    554 F.3d 1029
    , 1037 (Fed. Cir. 2009) (citing PGBA, LLC v. United States, 
    389 F.3d 1219
    , 1228-29
    (Fed. Cir. 2004)).
    13
    Looking at each factor in turn, BCPeabody has succeeded on the merits by showing that
    the contracting officer acted unreasonably by excluding BCPeabody’s proposal from
    competition. She could have either clarified the clerical mistake or evaluated Bauer equally for
    both Edens and BCPeabody. The first factor weighs in favor of BCPeabody.
    BCPeabody argues that it will suffer irreparable harm if it is denied injunctive relief
    because it will have been “denied a fair opportunity to compete under the solicitation and to
    benefit from a lawful procurement process.” Pl.’s Mot. for Preliminary Injunction at 17. The
    government argues that neither denial of a fair opportunity to compete nor lost economic profits
    can constitute irreparable harm. Def.’s Reply at 26-27. The government inaccurately cites eBay,
    Inc. v. MercExchange, LLC, 
    547 U.S. 388
     (2006), for the proposition that denial of a fair
    opportunity to compete is not irreparable harm. See Def.’s Reply at 26-27. In eBay, the
    Supreme Court simply held there should be no presumption that permanent injunctions should
    issue in patent cases, and, instead, that such injunctions should be considered in accord with the
    generic four-factor test, just as in any other case. 
    547 U.S. at 394
    . The Supreme Court said
    nothing about denial of a fair opportunity to compete in the context of a bid protest. In
    contradiction to the government’s second argument, the court has repeatedly held that the loss of
    potential profits from a government contract can constitute irreparable harm. See Furniture by
    Thurston v. United States, 
    103 Fed. Cl. 505
    , 520 (2012) (citing cases). In this instance, denial of
    a fair opportunity to compete and loss of financial benefit from a lawful procurement process
    constitute irreparable harm.
    The court must balance the potential harm to the plaintiff of not granting the injunction
    against the potential harm to the Corps and to the awardee should the injunction be granted. See
    PGBA, 
    389 F.3d at 1231-32
    ; Gentex, 58 Fed. Cl. at 654. Edens would suffer an economic
    hardship if the contract award is rescinded, but if BCPeabody is only awarded bid preparation
    costs, it would suffer a corresponding hardship. The government, however, has not indicated any
    special consequence to delaying contract award and reevaluating the proposals. There is no
    evidence that the construction work must be undertaken immediately to rectify a pressing
    problem. The government has not demonstrated that the balance of hardships should weigh in its
    favor.
    It is well established that the public interest is well-served by ensuring that the
    government procurement process is fair and even-handed. PGBA, LLC v. United States, 
    60 Fed. Cl. 196
    , 221 (2004), aff’d, 
    389 F.3d 1219
    . The public has no urgent need for completion of the
    construction work and will not be harmed by a short delay while the Corps reevaluates proposals.
    Considering all of the factors, the court finds that a permanent injunction barring the
    Corps from awarding the contract to Edens and requiring it to restore BCPeabody to the
    competition and reevaluate proposals is justified.
    CONCLUSION
    For the reasons stated, BCPeabody’s motion for judgment on the administrative record is
    GRANTED, as is BCPeabody’s Motion for Permanent Injunction, ECF No. 47. The
    government’s and Edens’s motions for judgment on the administrative record are accordingly
    14
    DENIED. The Corps’s award of the contract to Edens is set aside, 11 and the Corps is required to
    restore BCPeabody to the competition and to reevaluate the proposals that were submitted. 12
    The clerk is directed to issue a final judgment in accord with this disposition. 13
    Costs are awarded to plaintiff.
    It is so ORDERED.
    s/ Charles F. Lettow
    Charles F. Lettow
    Judge
    11
    This aspect of the decision has been amended to accord with the court’s grant of
    defendant’s motion to clarify the judgment, filed September 24, 2013.
    12
    BCPeabody is relieved of the responsibility to maintain the security bond that it was
    required to post pursuant to RCFC 65(c), in connection with the issuance of the preliminary
    injunction.
    13
    BCPeabody’s Motion to File Affidavit in Support of Pl.’s Motion for Judgment on the
    Admin. Record, ECF No. 40, is GRANTED IN PART. The affidavit is taken into the record of
    the case but shall not be considered a supplement to the administrative record of the agency’s
    actions in the procurement. The government’s Motion to Correct the Administrative Record,
    ECF No. 48, is GRANTED.
    15