Inspace 21 LLC v. United States ( 2016 )


Menu:
  •       In the United States Court of Federal Claims
    No. 15-364C
    (Filed under seal August 4, 2016)
    (Reissued September 7, 2016)†
    * * * * * * * * * * * * * * * * * *
    *
    *
    INSPACE 21 LLC ,                  *         Post-award bid protest; U.S. Air Force
    *         launch and test ranges; laches; labor
    *         hour reductions; potential increased
    Plaintiff,             *         workload; potential labor unrest;
    *         consideration of minority evaluation
    v.                          *         opinions; Technical Risk factor;
    *         cursory source selection decision; no
    THE UNITED STATES,                *         material change in requirements;
    *         satisfactory explanation articulated;
    Defendant,             *         solicitation provisions followed; SSA’s
    *         reliance on others’ analyses, 48 C.F.R.
    and                         *         § 15.308.
    *
    RANGE GENERATION NEXT             *
    LLC,                              *
    *
    *
    Defendant-intervenor.  *
    *
    *
    * * * * * * * * * * * * * * * * * *
    Marcia G. Madsen, Mayer Brown LLP, of Washington, D.C., with whom were
    David F. Dowd, Cameron S. Hamrick, and Luke Levasseur, all of Washington, D.C.,
    for plaintiff.
    James P. Connor, Commercial Litigation Branch, Civil Division, Department
    of Justice, with whom were Benjamin C. Mizer, Principal Deputy Assistant
    † The parties were given the opportunity to request redactions, and only intervenor
    did so. Most of the requests were found to be unwarranted. Order (Sept. 6, 2016).
    The redacted information has been replaced in this manner: “[XXXX].” The opinion
    is reissued for publication with several minor, non-substantive corrections.
    Attorney General, Robert E. Kirschman, Jr., Director, and Franklin E. White, Jr.,
    Assistant Director, all of Washington, D.C., for defendant.
    Mark D. Colley, Arnold & Porter LLP, of Washington, D.C., for defendant-
    intervenor. Kara L. Daniels, Lauren J. Schlanger, and Elizabeth T.M. Fitzpatrick,
    all of Washington, D.C., of counsel.
    OPINION AND ORDER
    WOLSKI, Judge.
    In this post-award bid protest, plaintiff InSpace 21 LLC (InSpace) challenges
    the United States Department of the Air Force’s award of a Launch and Test Range
    System Integrated Support Contract for Operations, Maintenance & Sustainment
    (LISC OMS) to defendant-intervenor Range Generation Next (RGNext). Plaintiff
    argues that the Air Force arbitrarily evaluated the level of risk posed by RGNext’s
    technical proposal --- particularly in the Air Force’s treatment of minority opinions
    of evaluation team members and its assessment of the labor approach and hours
    proposed by RGNext. Plaintiff has moved for judgment on the administrative
    record, requesting a permanent injunction and bid preparation and proposal costs.
    The government and defendant-intervenor have both cross-moved for judgment on
    the administrative record, arguing that the evaluation of RGNext’s proposal was
    thoroughly and properly performed. For the reasons that follow, the cross-motions
    of defendant and intervenor are GRANTED, and plaintiff ’s motion is DENIED.
    I. BACKGROUND
    A. The Solicitation
    The Air Force issued Solicitation No. FA88-11-13-R-001 (RFP or Solicitation),
    to consolidate three existing legacy contracts into a single LISC OMS contract for
    fiscal years 2015 through 2024. Admin. R. (AR), Tab 101a at 29013; Tab 101 at
    27888; Tab 92b at 27320; Tab 101f at 33054. Previously, separate contracts
    provided for operations and maintenance of the Air Force’s two launch facilities ---
    the Eastern Range, run from Patrick Air Force Base and launching from Cape
    Canaveral Air Force Station in Florida; and the Western Range, located at
    California’s Vandenberg Air Force Base. AR, Tab 101 at 27888; Tab 101a at 29020–
    24. A third support contract sustained the instrumentation for the two ranges. See
    AR, Tab 101 at 27888. The ranges are used to launch military, National
    Aeronautical Space Administration, and commercial satellites into space, and as
    test ranges for rockets, missiles, and missile defense. 
    Id. -2- Plaintiff
    InSpace is a joint venture between PAE Applied Technologies LLC
    (PAE)1   and Honeywell Technology Solutions Inc., and intervenor RGNext is a joint
    venture between Raytheon Technical Services (Raytheon) and General Dynamics
    Information Technology. AR, Tab 57 at 14323; Tab 58 at 16127; Tab 77.1 at 21732;
    Tab 101 at 27894–95. Raytheon and PAE were among the incumbent contractors
    supporting the Eastern Range. See AR, Tab 57a at 14336–37; Tab 58a at 16131; see
    also, e.g., AR, Tab 101 at 28158–62, 28165–66, 28170, 28172, 28174–76, 28178–87,
    28565–68, 28571, 28573, 28577, 28582–88, 28590, 28593, 28595–97, 28599.
    The Solicitation contained a lengthy Performance Work Statement (PWS)
    detailing the tasks to be performed under the contract. AR, Tab 101a at 29009–
    29292. The description of these tasks consumed 170 pages, 
    id. at 29025–194,
    and
    was organized as follows: Objectives were assigned two-digit paragraph numbers,
    such as “3.1.” See 
    id. at 29066.
    The next level addressed tasks, expressed in full
    sentences and assigned a three-digit paragraph number. See 
    id. at 29067
    (“3.1.1.
    The contractor shall perform program planning to meet user requirements.”).
    Below the task level were more detailed subtasks, with paragraph numbers
    extending to four or five digits. See 
    id. (detailing 3.1.1.1
    and 3.1.1.1.1).
    A Work Breakdown Structure (WBS) was also employed in the Solicitation.
    AR, Tab 101a at 29293–300. In the WBS, the Air Force took the third-level tasks
    from the PWS and reorganized them under paragraphs corresponding to work for
    the LISC overall, the Eastern Range, the Western Range, “Sustainment,” and
    “Other Support,” totaling 109 separate tasks. 
    Id. at 29295,
    29297–300. The WBS
    supplied the framework to be used by each offeror in providing its Basis of Estimate
    (BOE), the staffing levels and skill mix to perform each requirement. 
    Id. at 32991.
    Offerors were required to identify this workload at the three-digit task level, but
    were free to express workloads according to the more detailed four- or five-digit
    levels, which would be included in their Contractor Work Breakdown Structures
    (CWBS). 
    Id. at 32993–94.
    The Solicitation provided for four evaluation factors, two of which, Technical
    Capability and Past Performance, were to be rated on a pass/fail basis for
    acceptability. AR, Tab 101a at 33023. Offerors with acceptable proposals under
    those two factors would compete for the best value award, which would be based on
    a tradeoff between the other two factors, Technical Risk and Price. 
    Id. Both technical
    factors were to be evaluated under three subfactors: Operations;
    Maintenance and Sustainment; and Program Management and Systems
    Engineering. 
    Id. The third
    subfactor was to be less important than the first two.
    
    Id. 1PAE Applied
    Technologies was formerly known as CSC Applied Technologies
    Division, LLC. See AR, Tab 57a at 14336; Tab 77.1 at 21732.
    -3-
    Technical Risk would be rated as low, moderate, or high. 
    Id. The evaluation
    was to consider “potential for disruption of schedule, increased costs, degradation of
    performance, the need for increased Government oversight, or the likelihood of
    unsuccessful contract performance.” AR, Tab 101a at 33030. A risk rating would be
    “[b]ased on the identification of, absence of, or combination of weaknesses or
    significant weaknesses,” although the finding of a significant weakness “will not
    necessarily generate a ‘high’ risk rating.” 
    Id. The presence
    of a high risk rating for
    any Technical Risk subfactor would make a proposal ineligible for award. 
    Id. at 33020.
    In the best value tradeoff determination, Price was to be “slightly more
    important” than Technical Risk. 
    Id. at 33023.
    Offerors were instructed to submit their proposals in five volumes. AR, Tab
    101a at 32972–73. Volume I was to consist of an Executive Summary, no longer
    than ten pages, and a “Master Table of Content and Cross-Reference Matrix” of
    unlimited length (and designated as Volume IA). 
    Id. at 32973.
    Volume II,
    addressing Technical Capability, was to be the basis for the evaluations of both
    technical factors. See 
    id. at 32979.
    The main volume was to be limited to 150 pages
    (not counting certain tables), and was to address each of the three technical
    subfactors. 
    Id. at 32973,
    32979–90. The first of eight attachments, designated
    “TC1,” would contain the BOEs for each required third-level task, including
    supporting rationales for, and schedules of, staffing levels and skill mixes. 
    Id. at 32991.
    The rationales were to include summaries of the tasks performed under
    each element, explanations of labor hour changes from one period of performance to
    the next, and the methodology used to estimate the hours proposed. 
    Id. at 32993.
    In the instructions, the Air Force provided “baseline” labor hour figures “for
    informational purposes only,” based on the three legacy contracts. 
    Id. at 32986.
    These totaled 3,120,600 hours for performing one year of the work falling under ten
    PWS objectives. See 
    id. at 32986–88.
    The second attachment to the Technical
    Capability volume was to contain the Contractor Work Breakdown Structure. AR,
    Tab 101a at 32973.2 Volumes III and IV were to cover the other two factors (Past
    Performance and Price, respectively), and Volume V was for “Contract
    Documentation.” 
    Id. at 32973,
    32999–3016.
    B. Evaluation of Proposals and Award of Contract
    1. The Approach to Source Selection
    Under the Source Selection Plan, a large source selection team was
    assembled. See AR, Tab 106 at 34052–53. The ultimate award decision was to be
    made by the Source Selection Authority (SSA), 
    id. at 34038,
    assisted by two SSA
    2 There were six other attachments, TC3 through TC8, which are not relevant to
    the protest. See AR, Tab 101a at 32973.
    -4-
    Advisors and a Source Selection Advisory Council (SSAC) made up of a chairman,
    four members, and eight advisors, 
    id. at 34052–53.
    The evaluation of proposals was
    to be performed by a Source Selection Evaluation Board (SSEB), which had a
    chairman served by seven advisors and three factor chiefs. 
    Id. at 34053.3
    Each of
    the three technical subfactors had an assigned chief, who collectively oversaw the
    work of six evaluators and eleven advisors. Id.4 The Past Performance Factor Chief
    was to be served by an evaluator, and an evaluator, two advisors, and three senior
    advisors were to work for the Price Factor Chief. 
    Id. An additional
    nine people
    were to have roles in the source selection, bringing the total number involved in the
    procurement up to fifty-nine. 
    Id. at 34052–53.
    After the SSEB’s evaluation of Final
    Proposal Revisions, the SSAC was to review the evaluations and proposals and
    prepare a Comparative Analysis Report for the SSA’s use in making the source
    selection decision. 
    Id. at 34038–39.
    For each technical subfactor criterion and subcriterion identified in the
    instructions to offerors and the evaluation factors, see AR, Tab 101a at 32979–90,
    33024–29, an evaluator (or subfactor chief) was assigned to draft the SSEB’s
    assessment of the relevant portion of each proposal, AR, Tab 106 at 34054–55. At
    least two other members of the SSEB team --- usually SSEB advisors, occasionally
    evaluators or a subfactor chief --- would also review those portions and provide
    written comments, using the Electronic Source Selection (ESS) Tool. AR, Tab 101
    at 27902; Tab 106 at 34047, 34054–55. The Source Selection Plan provided for the
    creation and consideration of minority opinions whenever there was “significant
    disagreement among the SSEB members regarding the evaluation results that
    should be presented to the SSAC and the SSA.” AR, Tab 106 at 34040.
    Thus, when an advisor disagreed with the consensus assessment drafted by
    an evaluator, the advisor could write a minority opinion using the ESS Tool. AR,
    Tab 101 at 27902–03, 27905, 27913. Both would be reviewed by the relevant
    subfactor chief, who was charged with the responsibility of preserving comments.
    AR, Tab 106 at 34041. After discussions with the evaluation team, the subfactor
    chief would decide on the assessment, with the opposing opinion reported as a
    minority opinion to the factor chief. AR, Tab 101 at 27913. The same process would
    then be followed by the factor chief, with the resulting assessment and minority
    opinion reviewed by the SSEB Chair, who determined the SSEB’s position. 
    Id. This position,
    and any minority opinion, would then be reviewed by a Multi-
    functional Independent Review Team and then by the SSAC, before being reported
    to the SSA. 
    Id. Minority opinions
    could be generated at any stage of review ---
    initial evaluations, discussions, or final proposal revision. See 
    id. at 27913–18.
    As a
    3The same person served as chief for both technical factors, and was also the
    Operations subfactor chief. AR, Tab 106 at 34053.
    4   Two of these advisors (Lee Bridges and Rich Lamb) also served as SSEB advisors.
    -5-
    consequence of this procedure, each assessment received at least five layers of
    review.
    2. Evaluations & Minority Opinions
    In addition to InSpace and RGNext, two other joint ventures submitted
    proposals: CoRE, a joint venture made up of InDyne, Lockheed Martin, and URS
    Corp.; and IBL, a joint venture consisting of ITT Exelis, BAE Systems, and L3
    Communications. AR, Tab 101 at 27894. Taking into consideration the 170 pages
    of tasks contained in the PWS, see AR, Tab 101a at 29025–194, and the ten separate
    periods of performance, it is no surprise that the proposals were long even by
    federal procurement standards. The initial proposal of InSpace totaled about 1,785
    pages, AR, Tabs 57a–57e at 14324–6108, mostly contained in Volume II and its
    attachments (1,039 pages), AR, Tab 57b at 14442–5480.5 The RGNext proposal was
    longer than 1,500 pages, with 827 of them dedicated to the two technical factors.
    AR, Tab 58 at 16129–7640.
    After the SSEB evaluated the initial proposals, it briefed the SSAC and the
    SSA in February 2014. AR, Tabs 66 & 67. Each of the four proposals was
    considered “unawardable” at that time because of an unacceptable rating for at
    least one technical capability subfactor and a high risk rating for at least one
    technical risk sub-factor. See AR, Tab 67 at 18389; Tab 101a at 33020; Tab 110 at
    34160. The InSpace proposal was found to have 18 weaknesses, 9 significant
    weaknesses, and 17 respects in which it “does not clearly meet” the minimum
    requirements of the Solicitation (DNCMs). AR, Tab 67 at 18389. The proposal from
    RGNext was assigned 28 weaknesses, 21 significant weaknesses, and 25 DNCMs.
    
    Id. The CoRE
    proposal was found to have 49 weaknesses, 12 significant
    weaknesses, and 28 DNCMs; and IBL’s had 28 weaknesses, 24 significant
    weaknesses, and 35 DNCMs. 
    Id. Based on
    the initial evaluations, the SSA established a competitive range
    containing all four offerors and authorized the contracting officer to enter
    discussions with each. AR, Tab 101 at 27913. Following the Source Selection Plan,
    AR, Tab 106 at 34045–46, Evaluation Notices (ENs) were issued to the offerors
    based on their weaknesses, significant weaknesses, DNCMs, and other documented
    concerns, AR, Tab 101 at 27914; see AR Tab 68 (InSpace draft ENs); AR, Tab 69
    (RGNext draft ENs). The Air Force met separately with representatives of each
    offeror, and received written responses addressing the ENs, which ultimately
    resulted in all concerns regarding the technical factors being resolved. AR, Tab 101
    at 27919–22.
    5 Nearly 250 pages were taken up by the Master Table of Contents, an index, and a
    recurring acronym list.
    -6-
    The RGNext ENs corresponding to technical factor issues totaled 42, with
    another 6 ENs addressing price and 3 dealing with other concerns. See 
    id. at 27921.
    The RGNext responses, AR, Tab 78, resolved all but one of the ENs it had received.
    See AR, Tab 86.7–86.58.6 Discussions involved a considerable back-and-forth
    between the Air Force and offerors to satisfy the former’s concerns, with some ENs
    requiring several responses before they were resolved. See, e.g., AR, Tabs 78.5,
    78.73, 78.132 (RGNext responses to EN 4); AR, Tab 86.10 (notice closing EN 4).
    The Air Force received final proposal revisions from all offerors in September
    2014. See AR, Tab 94 (InSpace); AR, Tab 95 (RGNext). The SSEB’s Proposal
    Analysis Report (PAR) was signed by the SSEB Chair on October 30, 2014, and
    submitted for the SSA’s consideration. AR, Tab 101 at 28751. The PAR was 864
    pages in length, and contained detailed analysis under all four factors. See 
    id. at 27888–8751.
    The longest portions of the report concerned the third technical
    subfactor, Program Management and Systems Engineering, which totaled 661
    pages for the four offerors. See 
    id. at 27952–8106
    (CoRE), 28148–324 (InSpace),
    28365–517 (IBL), 28554–729 (RGNext). All four proposals were found to have the
    same low Technical Risk rating. 
    Id. at 27923–24,
    27934, 27950–51, 28106, 28117,
    28127, 28147, 28324, 28334, 28346, 28364, 28517, 28527, 28539, 28553, 28729.
    The SSAC reviewed the PAR, “unanimously accept[ed] the evaluation
    results,” and issued its Comparative Analysis Report (CAR). AR, Tab 104 at 34024.
    This report noted that all four offerors’ proposals were rated Acceptable for
    Technical Capability and Past Performance, and Low Risk for Technical Risk. 
    Id. at 34026.
    The SSAC recommended awarding the contract to RGNext based on its
    total evaluated price of $102,130,178, compared to InSpace’s price of $115,502,052.
    
    Id. at 34026–27.
    On November 5, 2014, the SSEB briefed the SSA on its final
    evaluation results, see AR, Tab 107 at 34066–139, and the SSAC briefed the SSA on
    its CAR and award recommendation, see AR, Tab 108 at 34142–49. The next day,
    the SSA issued his Source Selection Decision Document, directing that the contract
    be awarded to RGNext. AR, Tab 110 at 34161–62.
    During the course of the source selection process, three minority opinions
    concerning RGNext’s Technical Risk evaluation were lodged and considered. The
    first, by an SSEB evaluator, was generated during discussions. AR, Tab 91.37 at
    26962–66; AR, Tab 101 at 28741–45. The second, by an SSEB advisor, was raised
    during the evaluation of final proposals. AR, Tab 103.39 at 33706–08; Tab 103.41
    at 33812–13; Tab 101 at 28747–48. The third, by an SSAC advisor, was written in
    6 The one unresolved EN, number 53, concerned typographical errors referring to
    the number of pages contained in certain attachments. AR, Tab 101 at 27921–22;
    AR, Tab 86.56 at 25741. These were corrected in RGNext’s Final Proposal Revision.
    See AR, Tab 95f at 27781–82.
    -7-
    agreement with the second opinion, after the SSAC reviewed the SSEB’s final
    evaluation. AR, Tab 104 at 34026; Tab 108a at 34151–52; Tab 118 at 34178.
    The minority opinion by SSEB evaluator Capt. Kara Jarvis, approved by
    Program Management and Systems Engineering subfactor chief Robert Aguilar, see
    AR, Tab 91.37 at 26958, 26963, 26967, concerned the evaluation criterion from
    paragraph 5.2.3.2 of Section M of the Solicitation, 
    id. at 26958.
    This criterion
    considered whether an offeror’s “[m]anagement approach is consistent with FAR
    52.222-41, FAR 52.222-46, and all applicable Collective Bargaining Agreements
    (CBAs) and successfully manages both union and non-union labor over the life of
    the contract,” AR, Tab 101a at 33027. Captain Jarvis believed that RGNext’s
    proposal to cross-utilize some employees, and employ others on a part-time basis,
    did not clearly identify the functions to be performed and whether the personnel
    involved would be union members. AR, Tab 101 at 28741–43. She based a
    significant weakness on the risks that the proposed approach could result in labor
    disputes; that part-time employees could be difficult to recruit or retain; and that
    cross-utilized or part-time employees would not be as proficient as employees who
    used instruments on a daily basis. 
    Id. at 28744–45.
    The SSEB Chair disagreed with the assessment, concluding there was “no
    reason” to expect a labor dispute or “to believe both full-time and part-time
    employees can’t be certified” as qualified to perform tasks, and finding that part-
    time employees were “not a significant portion” of the proposed workforce. 
    Id. at 28745–47.
    The SSA agreed with the SSEB position, believing any potential labor
    unrest could be mitigated by using only unionized, full-time employees at a
    manageable increase in costs. 
    Id. at 28747.
    He rejected concerns about part-time
    employees, noting that the Solicitation did not require offerors to describe how the
    proficiency of workers would be achieved. 
    Id. The minority
    opinion by SSEB advisor Steve Daly addressed Program
    Management and Systems Engineering evaluation criterion 5.2.3.3.a. See AR, Tab
    103.39 at 33706–07. This criterion determined whether BOEs “contain sufficient
    staffing levels with an appropriate skill mix to successfully execute the PWS
    requirements.” AR, Tab 101a at 33027. The advisor found that, for the PWS tasks
    he reviewed, RGNext proposed “a ‘minimally’ sufficient staff with an appropriate
    skill mix to conduct” these tasks, but nevertheless concluded that “the Offeror’s
    overall staffing level is very low, and they are likely to not be able to meet PWS
    requirements,” warranting a significant weakness. AR, Tab 101 at 28747. While
    recognizing that the proposed “reduction of the current staffing levels by more than
    a third” was “an allowable level,” he was concerned there was a “lack of any margin
    to compensate for unplanned manning deficiencies across the contract.” 
    Id. at 28748.
    The SSEB Chair responded to the minority opinion, explaining that the
    evaluator, the Factor Chief, and he found RGNext’s staffing levels to be low risk
    -8-
    because not one of the eleven SSEB advisors who reviewed the proposal, including
    Mr. Daly, identified any tasks (out of 111 assessed) that were not sufficiently
    staffed. 
    Id. at 28749.
    Since the BOEs had no weaknesses at the task level, the
    SSEB Chair believed it was “illogical to conclude” that the tasks could total to an
    overall level that was deficient. 
    Id. He also
    noted that RGNext’s proposed “38%
    reduction compared to the existing three-contract baseline” was “not a viable
    discriminator according to the RFP,” as the baseline was provided for informational
    purposes and was not a required level. 
    Id. The purpose
    of Mr. Daly’s minority opinion was to raise the overall staffing
    level concern to the attention of the Space Wing leadership responsible for launches
    who were members of the SSAC. AR, Tab 101 at 28748. While no SSAC members
    agreed with his opinion, AR, Tab 103.39 at 33708; Tab 104 at 34024, 34026 n.1; Tab
    108 at 34146, it received the concurrence of an SSAC advisor --- Brigadier General
    Nina M. Armagno, the Commander of the 45th Space Wing and Eastern Range
    director, AR, Tab 108a at 34151–52. General Armagno issued her own dissenting
    opinion, objecting to the contract award to RGNext due to the risk from its
    “significantly lower level of proposed labor hours when compared to the other
    offerors.” 
    Id. at 34151.
    She also expressed concern that the RFP “significantly
    underestimated” the number of launches per year, which “compounded” any
    “underestimation of hours” by RGNext, resulting in a significant weakness. 
    Id. at 34152.
    During his briefing, the SSA asked General Armagno if she believed the RFP
    should be amended to address her concerns, and she replied in the negative. AR,
    Tab 118 at 34178; see also AR, Tab 104 at 34026 n.1. The SSAC concurred with the
    majority opinion concerning staffing levels, finding the minority concerns “areas
    beyond the requirements stated in Sections L and M of the RFP.” AR, Tab 104 at
    34026 n.1. The SSA also rejected the minority opinions and “fully supported” the
    SSEB’s majority evaluation. AR, Tab 118 at 34178; Tab 110 at 34161; Tab 103.39
    at 33708.
    C. GAO Protest and Contract Performance
    InSpace filed a protest with the Government Accountability Office (GAO) on
    November 24, 2014, challenging the Air Force’s evaluation of RGNext’s technical
    risk. AR, Tab 124. A day later, the president of Honeywell Technology Solutions
    Inc. (HTSI) --- the minority member of InSpace --- wrote to the GAO stating that his
    company had “not agreed to authorize the filing of this protest in the name of
    InSpace21.” AR, Tab 125 at 34905. According to HTSI’s interpretation of a
    provision of the InSpace operating agreement, a unanimous vote of plaintiff ’s
    management board was required to authorize the filing of a bid protest. 
    Id. at 34905–06.
    Since the two HTSI members of the five-person board dissented, HTSI
    argued that InSpace had chosen not to protest the award, and that majority
    -9-
    member PAE on its own lacked interested party status to bring a protest. 
    Id. at 34906.
    The GAO dismissed the protest on December 8, 2014, on the ground that
    InSpace failed to demonstrate it was an interested party in light of the internal
    dispute concerning the authority to file the protest. AR, Tab 127 at 34999–5000;
    InSpace 21 LLC, B-410852, et al., 2014 CPD ¶ 363, 
    2014 WL 7004856
    (Comp. Gen.
    Dec. 8, 2014). InSpace moved for reconsideration ten days later. AR, Tab 128. On
    January 23, 2015, a court of the commonwealth of Virginia found that the majority
    vote of plaintiff ’s managing board was sufficient to authorize the filing of the
    protest, but the GAO nevertheless denied reconsideration on April 3, 2015. AR, Tab
    132.
    In the meantime, with the Competition in Contracting Act stay of
    performance lifted once the GAO protest was dismissed, see 31 U.S.C.
    § 3553(d)(3)(A)(i), RGNext began performing the 90-day transition period, see AR,
    Tab 101a at 29015. The transition was completed two days after reconsideration
    was denied, on April 5, 2015. App. to Def.’s Cross-Mot. J. Admin. R. and Resp. to
    Pl.’s Mot. J. Admin. R. at 10.
    D. The Protest in this Court
    InSpace filed its protest in our court on April 10, 2015, challenging the award
    of the contract to RGNext. Compl. Plaintiff ’s initial complaint contained eight
    separate counts. Count I contended that the agency “unreasonably disregarded” the
    minority opinions concerning the riskiness of RGNext’s proposal. Compl. ¶¶ 42–43.
    The second count argued that the Air Force did not follow the Solicitation criteria
    for identifying proposal risks. 
    Id. ¶¶ 45–46.
    Count III challenged the evaluation of
    RGNext’s proposed staffing levels and labor rates and argued that the Air Force
    failed to consider the associated risks to performance, including the potential for
    increased costs or union work stoppages. 
    Id. ¶¶ 48–59.
    The fourth count alleged
    that the agency provided only a “cursory” look at the Technical Risk factor, ignored
    the risk posed by a shortened first period of performance, and arbitrarily awarded
    all contractors a low risk rating. 
    Id. ¶¶ 61–65.
    Count V alleged that the agency
    provided RGNext with an unfair advantage by directing InSpace to increase its
    staffing levels but not RGNext. 
    Id. ¶¶ 67–69.
    In the sixth count, plaintiff alleged
    the Air Force improperly failed to perform cost realism analysis of cost-based rates.
    
    Id. ¶¶ 71–73.
    Count VII argued that RGNext “materially underbid the effort” by
    failing to propose adequate staffing to accomplish certain transition tasks, and
    should have received a higher risk rating as a result. Compl. ¶¶ 75–79. The eighth
    count asserted that the Source Selection Decision Document was unreasonably
    brief. 
    Id. ¶¶ 81–86.
    Plaintiff sought a permanent injunction requiring a
    resolicitation or, in the alternative, an award of proposal preparation costs. Compl.
    at 35.
    - 10 -
    On May 1, 2015, the government filed the Administrative Record for this
    protest. This consisted of 132 tabs of material, several of which contained scores of
    separate documents. All told, more than 900 documents, totaling 35,057 pages,
    were included in the record. Pre-solicitation materials made up only about one-
    quarter of this material, see AR, Tabs 1–51, and the Solicitation and its attachments
    totaled 4,285 pages, AR, Tab 101a. The evaluation of RGNext’s proposal included
    assessments and comments by the SSEB totaling 1,296 pages regarding the initial
    proposal, AR, Tab 71 at 20346–1641; 388 pages regarding discussions, AR, Tab 91
    at 26814–7201; and 470 pages concerning the final proposal revision, AR, Tab 103
    at 33552–4022, in addition to more than 200 pages of the PAR, AR, Tab 101 at
    28527–738, 28741–49, and more than 400 pages concerning EN responses, AR, Tab
    90 at 26391–813.
    Eleven days after the Administrative Record was filed, plaintiff filed an
    amended complaint. While the facts alleged for background purposes were
    unchanged but for the addition of Administrative Record references, see Compl.
    ¶¶ 1–40; Am. Compl. ¶¶ 1–40, the eight counts were revised, revamped, and even
    replaced. Count I was fleshed out with considerable detail concerning the minority
    opinions which plaintiff believes were not reasonably considered. See Am. Compl.
    ¶¶ 44–53, 55–57. The second count focused on the concern expressed in one of the
    minority reports, and alleged that the evaluation improperly failed to take into
    account an increase in estimated launches from one of the ranges (which plaintiff
    characterizes as the “actual workload”). 
    Id. ¶¶ 59–61.
    Count III contended that the
    Air Force should have analyzed the riskiness of RGNext’s proposed reduction in
    total labor hours relative to staffing under the incumbent contracts. 
    Id. ¶¶ 63–65.
    The fourth count argued that the Air Force misunderstood the extent of RGNext’s
    reliance on part-time workers, and failed to consider the risks associated with that
    approach. 
    Id. ¶¶ 67–70.
    Count V contained the allegations that were Count II in
    the initial complaint, concerning the Solicitation’s risk criteria. See 
    id. ¶¶ 72–73.
    In the sixth count, plaintiff repeated the alleged union work stoppage risk from the
    previous third count, and added several specific criticisms of the evaluation of the
    labor hours proposed by the awardee to perform various PWS requirements. 
    Id. ¶¶ 75–88.
    Count VII is an abbreviated version of the allegations from the prior
    Count IV. See Am. Compl. ¶¶ 90–91. The eighth count is identical to that from the
    initial complaint, except for one reference to the Administrative Record. See 
    id. ¶¶ 93–98.
    Plaintiff again sought a permanent injunction requiring a resolicitation,
    but changed its request for proposal preparation costs from an alternative remedy
    to an additional one. See Am. Compl. at 38.
    Plaintiff then moved for judgment on the administrative record, followed by
    cross-motions for judgment filed by the government and intervenor. Plaintiff ’s
    briefing and argument tracked the issues in the amended complaint, except that
    Counts V and VII --- concerning the Solicitation’s definition of risk, and whether
    risk was qualitatively considered --- became more generalized, cross-cutting
    - 11 -
    concerns. See Pl.’s Mot. J. Admin. R. (Pl.’s Mot.) at 19–20; Pl.’s Resp. & Reply to
    Def.’s and Intervenor’s Cross-Mots. J. Admin. R. (Pl.’s Reply) at 2–4. InSpace
    argued that the Air Force arbitrarily disregarded the three minority opinions. Pl.’s
    Mot. at 20–24; Pl.’s Reply at 1–2, 4–7. Plaintiff faulted defendant for not accounting
    for potential increases in workload, Pl.’s Mot. at 24–25; Pl.’s Reply at 7–12; for not
    considering the riskiness of RGNext’s proposed reduction in overall staffing levels,
    Pl.’s Mot. at 25–26, 29; Pl.’s Reply at 21–22; and for failing to comprehend the
    extent of RGNext’s proposed reliance on part-time labor, Pl.’s Mot. at 27–28; Pl.’s
    Reply at 12–21. InSpace argued that the Air Force failed to take into account large
    differences between the numbers of hours it proposed to perform various tasks and
    those proposed by RGNext, Pl.’s Mot. at 31–33; Pl.’s Reply at 22–25; and failed to
    adequately explain why the hours proposed by intervenor were sufficient, Pl.’s Mot.
    at 33–35. Finally, plaintiff maintained that the decision of the SSA was
    unreasonable in its brevity and its reliance upon the SSEB’s risk ratings. 
    Id. at 35–
    36.
    The government responded, arguing in its cross-motion that the minority
    opinions were thoroughly considered by the other participants in the source
    selection. Def.’s Cross-Mot. J. Admin. R. and Resp. to Pl.’s Mot. J. Admin. R. (Def.’s
    Br.) at 22–24; Def.’s Reply in Support Cross-Mot. J. Admin R. (Def.’s Reply) at 3–7.
    Defendant contended that it would have been improper for the Air Force to evaluate
    the proposals based on criteria that were not included in the Solicitation, including
    possible workload changes. Def.’s Br. at 24–25. Defendant noted the overall
    workload would fluctuate depending on the number of launches planned at a given
    time, and offerors were required to submit plans based on an estimated workload.
    
    Id. The government
    defended the Air Force’s assessment of the risk posed by
    RGNext’s staffing level, 
    id. at 26–31;
    explained in detail the evaluation of
    intervenor’s proposed use of part-time and cross-utilized labor, 
    id. at 31–41;
    Def.’s
    Reply at 12–16; rejected other criticism as mere second-guessing of the evaluator’s
    judgment, Def.’s Br. at 41–42; Def.’s Reply at 16–18; and argued that the SSA
    reasonably relied on the analyses of the SSEB, Def.’s Br. at 42.
    In its cross-motion, RGNext defended the Air Force’s treatment of the
    minority opinions, Def.-Int. [RGNext]’s Cross-Mot. J. Admin. R. and Resp. to Pl.’s
    Mot. J. Admin. R. (Int.’s Br.) at 12–33; see also Def.-Int. [RGNext]’s Reply Br. in
    Support Cross-Mot J. Admin. R. (Int.’s Reply) at 4–5; argued that the Solicitation
    workload requirements were properly used in evaluating the risk posed by its
    overall staffing levels, Int.’s Br. at 33–37; contended that its proposed use of part-
    time labor was reasonably evaluated, 
    id. at 37–38;
    Int.’s Reply at 10–16; argued
    that plaintiff ’s proposed labor hours were irrelevant, Int.’s Br. at 39–41; and
    defended the SSEB’s evaluation of its proposed labor effort and the SSA’s reliance
    upon that evaluation, 
    id. at 41–48;
    Int.’s Reply at 17–18. Intervenor also argued
    that the doctrine of laches bars plaintiff ’s action. Int.’s Br. at 8–12; Int.’s Reply at
    2–4. Because InSpace did not file its bid protest in our court in December 2014,
    - 12 -
    after the GAO dismissal and before intervenor began performance, but waited until
    after intervenor completed the 90-day transition period, RGNext argued that
    circumstances have changed dramatically. Int.’s Br. at 10–11. According to
    intervenor, that status quo is no longer, and any injunctive relief would be to its
    competitive prejudice, as well as the government’s economic prejudice. 
    Id. at 11–12.
    RGNext concluded that dismissal is warranted.
    In its reply, InSpace contended that the change in estimated launches to be
    performed was a material change in requirements that necessitated an amendment
    of the Solicitation. Pl.’s Reply at 9–11 (citing, inter alia, 48 C.F.R. § 15.206(a)).
    Plaintiff also argued against the application of laches, contending that its
    reconsideration request in the GAO and its state court lawsuit could not properly be
    equated with sitting on its rights. 
    Id. at 25–28.
    The government, in its reply brief,
    argued that InSpace’s argument that the RFP should have been amended was
    waived, that the change in the estimate of launches was immaterial, and that use of
    the larger estimate would not have made a competitive difference. Def.’s Reply at
    7–12. Intervenor made similar arguments in its reply, see Int.’s Reply at 7–10, and
    reiterated its contention that plaintiff ’s delay in seeking injunctive relief in this
    court justifies dismissal of the action, 
    id. at 2–4.
    A lengthy hearing was held on the motions, at which all three parties
    participated. This opinion issues after a careful review of the arguments made at
    the hearing and in the briefs and the authorities cited, as well as a thorough
    consideration of the pertinent documents in the administrative record.
    II. DISCUSSION
    A. Legal Standards
    1. Judgment on the Administrative Record in a Bid Protest
    Bid protests are heard by this court under the Tucker Act, as amended by the
    Administrative Dispute Resolution Act of 1996 (ADRA), Pub.L. No. 104–320,
    § 12(a)–(b), 110 Stat. 3870, 3874. The relevant provision requires our court to follow
    Administrative Procedure Act (APA) standards of review in bid protests. 28 U.S.C.
    § 1491(b)(4). Those standards, incorporated by reference, provide that a:
    reviewing court shall . . . (2) hold unlawful and set aside agency action,
    findings, and conclusions found to be -- [¶] (A) arbitrary, capricious, an
    abuse of discretion, or otherwise not in accordance with law; [¶] (B)
    contrary to constitutional right, power, privilege, or immunity; [¶] (C) in
    excess of statutory jurisdiction, authority, or limitations, or short of
    statutory right; [¶] (D) without observance of procedure required by law;
    [¶] (E) unsupported by substantial evidence in a case subject to sections
    - 13 -
    556 and 557 of this title or otherwise reviewed on the record of an agency
    hearing provided by statute; or [¶] (F) unwarranted by the facts to the
    extent that the facts are subject to trial de novo by the reviewing court.
    In making the foregoing determinations, the court shall review the
    whole record or those parts of it cited by a party, and due account shall
    be taken of the rule of prejudicial error.
    5 U.S.C. § 706 (2012).
    Based on an apparent misreading of the legislative history, see Gulf Grp., Inc.
    v. United States, 
    61 Fed. Cl. 338
    , 350 n.25 (2004), the Supreme Court had
    determined, before the 1996 enactment of the ADRA, that the de novo review
    standard of 5 U.S.C. § 706(2)(F) does not usually apply in review of informal agency
    decisions --- decisions, that is, such as procurement awards, see Citizens to Pres.
    Overton Park, Inc. v. Volpe (Overton Park), 
    401 U.S. 402
    , 415 (1971). Instead,
    courts in those cases are supposed to apply the standard of 5 U.S.C. §706(2)(A):
    whether the agency’s acts were “arbitrary, capricious, an abuse of discretion, or
    otherwise not in accordance with law.” See Overton 
    Park, 401 U.S. at 416
    (citation
    omitted); see also Advanced Data Concepts, Inc. v. United States, 
    216 F.3d 1054
    ,
    1057 (Fed. Cir. 2000) (applying 5 U.S.C. § 706(2)(A)). But see Impresa Construzioni
    Geom. Domenico Garufi v. United States (Domenico Garufi), 
    238 F.3d 1324
    , 1332
    n.5 (Fed. Cir. 2001) (also citing 5 U.S.C. § 706(2)(D) as applicable in bid protests).
    The “focal point for judicial review” is usually “the administrative record already in
    existence,” Camp v. Pitts, 
    411 U.S. 138
    , 142 (1973), even when the matter under
    review was not the product of a formal hearing, see Fla. Power & Light Co. v.
    Lorion, 
    470 U.S. 729
    , 744 (1985); Axiom Res. Mgmt., Inc. v. United States, 
    564 F.3d 1374
    , 1379 (Fed. Cir. 2009).
    A motion for judgment on the administrative record under Rule 52.1 of the
    Rules of the United States Court of Federal Claims (RCFC) differs from motions for
    summary judgment under RCFC 56, as the existence of genuine issues of material
    fact does not preclude judgment on the administrative record. See Bannum, Inc. v.
    United States, 
    404 F.3d 1346
    , 1355–57 (Fed. Cir. 2005); Fort Carson Supp. Servs. v.
    United States, 
    71 Fed. Cl. 571
    , 585 (2006). Rather, a motion for judgment on the
    administrative record examines whether the administrative body, given all the
    disputed and undisputed facts appearing in the record, acted in a manner that
    complied with the legal standards governing the decision under review. See Fort
    
    Carson, 71 Fed. Cl. at 585
    ; Greene v. United States, 
    65 Fed. Cl. 375
    , 382 (2005);
    Arch Chems., Inc. v. United States, 
    64 Fed. Cl. 380
    , 388 (2005). Factual findings are
    based on the evidence in the record, “as if [the court] were conducting a trial on the
    record.” 
    Bannum, 404 F.3d at 1357
    ; see also Carahsoft Tech. Corp. v. United States,
    
    86 Fed. Cl. 325
    , 337 (2009); Gulf 
    Grp., 61 Fed. Cl. at 350
    .
    - 14 -
    Under the “arbitrary and capricious” standard, the court considers “whether
    the decision was based on a consideration of the relevant factors and whether there
    has been a clear error of judgment” by the agency. Overton 
    Park, 401 U.S. at 416
    .
    Although “searching and careful, the ultimate standard of review is a narrow one.
    The court is not empowered to substitute its judgment for that of the agency.” 
    Id. The court
    will instead look to see if an agency has “examine[d] the relevant data
    and articulate[d] a satisfactory explanation for its action,” Motor Vehicle Mfrs. Ass’n
    v. State Farm Mut. Auto. Ins. Co., 
    463 U.S. 29
    , 43 (1983), and “may not supply a
    reasoned basis for the agency’s action that the agency itself has not given,” Bowman
    Transp., Inc. v. Ark.-Best Freight Sys., Inc., 
    419 U.S. 281
    , 285–86 (1974). The court
    must determine whether “the procurement official’s decision lacked a rational
    basis.” Domenico 
    Garufi, 238 F.3d at 1332
    (adopting APA standards the D.C.
    Circuit developed); see also Delta Data Sys. Corp. v. Webster, 
    744 F.2d 197
    , 204
    (D.C. Cir. 1984). A second ground for setting aside a procurement decision is when
    the protester can show that “the procurement procedure involved a violation of
    regulation or procedure.” Domenico 
    Garufi, 238 F.3d at 1332
    . This showing must
    be of a “clear and prejudicial violation of applicable statutes or regulations.” 
    Id. at 1333
    (quoting Kentron Haw., Ltd. v. Warner, 
    480 F.2d 1166
    , 1169 (D.C. Cir. 1973)).
    Under the first rational basis ground, the applicable test is “whether ‘the
    contracting agency provided a coherent and reasonable explanation of its exercise of
    discretion.’” Domenico 
    Garufi, 238 F.3d at 1333
    (quoting Latecoere Int’l, Inc. v.
    United States Dep’t of Navy, 
    19 F.3d 1342
    , 1356 (11th Cir. 1994)). This entails
    determining whether the agency “‘entirely failed to consider an important aspect of
    the problem, offered an explanation for its decision that runs counter to the
    evidence before the agency,’” or made a decision that was “‘so implausible that it
    could not be ascribed to a difference in view or the product of agency expertise.’”
    Ala. Aircraft Indus., Inc.-Birmingham v. United States, 
    586 F.3d 1372
    , 1375 (Fed.
    Cir. 2009) (quoting Motor Vehicle Mfrs. 
    Ass’n, 463 U.S. at 43
    ).
    Because of the deference courts give to discretionary procurement decisions,
    “the ‘disappointed bidder bears a heavy burden of showing that the [procurement]
    decision had no rational basis.’” Domenico 
    Garufi, 238 F.3d at 1333
    (quoting
    Saratoga Dev. Corp. v. United States, 
    21 F.3d 445
    , 456 (D.C. Cir. 1994)). The
    protester must demonstrate, by a preponderance of the evidence, the absence of any
    rational basis for the agency decision. See Overstreet Elec. Co. v. United States, 
    59 Fed. Cl. 99
    , 117 (2003); Info. Tech. & Appl’ns Corp. v. United States, 
    51 Fed. Cl. 340
    ,
    346 (2001) (citing GraphicData, LLC v. United States, 
    37 Fed. Cl. 771
    , 779 (1997)),
    aff’d, 
    316 F.3d 1312
    (Fed. Cir. 2003). If arbitrary action is found as a matter of law,
    the court will then decide the factual question of whether the action was prejudicial
    to the bid protester. See 
    Bannum, 404 F.3d at 1351
    –54.
    - 15 -
    2. Injunctive Relief
    In a bid protest, the court has the power to issue a permanent injunction
    pursuant to 28 U.S.C. § 1491(b)(2). In determining whether to grant a motion for a
    permanent injunction, the court applies a four-factored standard, under which a
    plaintiff must show: (a) that it has actually succeeded on the merits; (b) that it will
    suffer irreparable harm if the procurement is not enjoined; (c) that the harm it will
    suffer, if the procurement action is not enjoined, will outweigh the harm to the
    government and third parties; and (d) that granting injunctive relief serves the
    public interest. Centech Grp., Inc. v. United States, 
    554 F.3d 1029
    , 1037 (Fed. Cir.
    2009); PGBA, LLC v. United States, 
    389 F.3d 1219
    , 1228–29 (Fed. Cir. 2004); MORI
    Assocs., Inc. v. United States, 
    102 Fed. Cl. 503
    , 551–53 (2011). None of the four
    factors, standing alone, is dispositive; thus, “the weakness of the showing regarding
    one factor may be overborne by the strength of the others.” FMC Corp. v. United
    States, 
    3 F.3d 424
    , 427 (Fed. Cir. 1993); AshBritt, Inc. v. United States, 
    87 Fed. Cl. 344
    , 378 (2009). Conversely, the lack 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 deny the injunction. Chrysler Motors Corp. v. Auto Body Panels of Ohio,
    Inc., 
    908 F.2d 951
    , 953 (Fed. Cir. 1990). A lack of success on the merits, however,
    precludes the possibility of an injunction. See Amoco Prod’n Co. v. Vill. of Gambell,
    
    480 U.S. 531
    , 546 n.12 (1987) (explaining that a permanent injunction requires
    “actual success” on the merits); Tech Sys., Inc. v. United States, 
    98 Fed. Cl. 228
    , 268
    (2011); Gulf 
    Grp., 61 Fed. Cl. at 364
    .
    B. The Doctrine of Laches Does Not Bar the Protest
    Laches is a discretionary, equitable remedy that may bar a plaintiff ’s claim if
    two conditions have been satisfied: (1) the plaintiff has unreasonably delayed
    bringing a lawsuit to remedy an alleged wrong; and (2) by delaying, the plaintiff has
    prejudiced the defendant, in the form of either economic or “defense prejudice.” See
    JANA, Inc. v. United States, 
    936 F.2d 1265
    , 1269–70 (Fed. Cir. 1991); Cornetta v.
    United States, 
    851 F.2d 1372
    , 1377–78 (Fed. Cir. 1988) (en banc); Reilly v. United
    States 
    104 Fed. Cl. 69
    , 78 (2012); Heritage of Am., LLC v. United States, 
    77 Fed. Cl. 66
    , 73 (2007).
    RGNext argues that the two conditions for applying laches are present in this
    case. It contends that the four months that elapsed, from the December 8, 2104
    dismissal of InSpace’s GAO protest to the April 10, 2015 filing of the complaint in
    this case, were unreasonable. Int.’s Br. at 10. And it maintains that this delay,
    during which the 90-day transition period work was performed under the awarded
    contract, has resulted in two forms of prejudice --- economic prejudice to the
    government, which might suffer “termination costs and duplicative transition
    costs,” 
    id. at 11;
    and “competitive prejudice” to RGNext, now that its “competitive,
    - 16 -
    proprietary processes and approaches” have been implemented and thus revealed,
    
    id. at 12.
    The Court does not find that laches applies in these circumstances. First,
    plaintiff did not unreasonably delay filing its complaint in our court. InSpace’s
    situation is not comparable to the plaintiff ’s in Reilly, where the four months
    between GAO denial and the filing of a protest in our court were spent “passively
    waiting” while an “inter-agency dispute” proceeded. 
    Reilly, 104 Fed. Cl. at 80
    .
    Here, by contrast, InSpace moved for the GAO’s reconsideration within ten days,
    AR, Tab 128 at 35001, and filed its lawsuit one week after reconsideration was
    denied.7 It is not unreasonable for a protester to seek reconsideration of a dismissal
    by the GAO, and any delay to accommodate the GAO is far from “unexcused.” See
    Heritage of 
    Am., 77 Fed. Cl. at 73
    (finding no unreasonable delay when plaintiff
    filed a bid protest within thirty days of the GAO’s reconsideration denial).
    Second, intervenor has not identified the sort of prejudice that the laches
    doctrine was designed to address. No “defense prejudice,” such as the loss of
    evidence or dimming of memories, see 
    Cornetta, 851 F.2d at 1378
    , is involved.
    Rather, intervenor contends that it will be at a competitive disadvantage should a
    resolicitation occur, as by performing the contract its proprietary approach is open
    to other offerors for emulation. Int.’s Br. at 12. But this is an issue to be considered
    when determining if injunctive relief is warranted, under the balancing of harm
    factor, see Elmendorf Support Servs. JV v. United States, 
    105 Fed. Cl. 203
    , 212
    (2012), and in any event would be no obstacle to the award of proposal preparation
    costs. And the economic prejudice that RGNext identifies is not its own potential
    loss, but the costs to the government of paying for a second transition and for
    terminating the RGNext contract --- the latter of which would actually be received
    by RGNext. As the government is not attempting to assert a laches defense, its
    costs are beside the point. Cf. Res Rei Dev., Inc. v. United States, 
    126 Fed. Cl. 535
    ,
    549–50 (2016) (holding that harms suffered by non-parties have no bearing on the
    merits of a protest). For its part, the government asserts that these costs,
    exacerbated by InSpace’s decision to seek GAO reconsideration instead of a
    preliminary injunction in our court, are relevant to the balancing of harms factor in
    the injunctive relief calculus. See Def.’s Br. at 49–50. Having failed to demonstrate
    unreasonable delay and prejudice of the economic or defense variety, RGNext’s
    request that the case be dismissed under the doctrine of laches is DENIED.8
    7 Moreover, the GAO protest was filed by InSpace a week after it received its
    debriefing from the Air Force, see AR, Tab 122 at 34226; Tab 124 at 34270,
    compared to the nearly four-month delay in 
    Reilly, 104 Fed. Cl. at 79
    .
    8 Moreover, although the undersigned has on occasion entertained the laches
    defense, see, e.g., Abernethy v. United States, 
    108 Fed. Cl. 183
    , 190 (2012), the Court
    has serious doubts that it can properly be applied in a case governed by the statute
    - 17 -
    C. The Agency’s Evaluation and Award Decision Was Rational
    1. The Air Force Reasonably Considered the Minority Opinions
    Plaintiff argues that the manner in which the Air Force treated the three
    minority opinions issued by source selection team members was arbitrary. Pl.’s Br.
    at 20–24. In addition to disputing the reasoning contained in and factual bases for
    the SSA’s and the SSEB Chair’s discussion of these opinions, InSpace contends that
    the opinions were “arbitrarily disregarded.” 
    Id. at 21.
    This latter contention rests
    on the GAO’s decision in Northrop Grumman Info. Tech., Inc. (NGIT), B-400134.10,
    2009 CPD ¶ 167, 
    2009 WL 2620070
    (Comp. Gen. Aug. 18, 2009). But the Court is
    not persuaded that the evaluation process at issue in this case resembles the one
    under review in NGIT.
    In NGIT, a solicitation instructed that staffing information would be used to
    evaluate all subfactors of a technical factor, and the evaluation criterion for a
    particular subfactor specifically included the demonstrated reduction in personnel.
    
    2009 WL 2620070
    at *3–4. Despite this, the comments of an evaluator of that
    subfactor concerning staffing efficiencies “were discarded during the consensus
    process as being not relevant since they addressed evaluation of proposal elements
    outside of the” particular subfactor. 
    Id. at *6.
    The GAO noted that “the agency
    concede[d] it did not look at the evaluator’s negative comments.” 
    Id. at *7.
    As we
    will see below, all of the minority opinions were considered and addressed by
    procurement officials, even if they were found to concern matters beyond the scope
    of the requirements. Far from being “discarded,” two of them were included in the
    Proposal Analysis Report, AR, Tab 101 at 28741–45, 28747–48, and the third,
    generated after the report was written, was addressed in an addendum to the
    report, AR, Tab 118 at 34178.
    a. The evaluator’s opinion on part-time staffing.
    The minority opinion by Capt. Jarvis addressed the evaluation criterion
    which considers whether a proposed management approach “successfully manages
    both union and non-union labor over the life of the contract.” See AR, Tab 101a at
    33027. She believed that RGNext’s proposal “lack[ed] enough detail for the
    Government to determine the risk of the proposed approach” of using part-time and
    cross-utilized labor. AR, Tab 101 at 28741. She was not certain which tasks were
    to be performed by these employees, and was concerned that they might operate
    of limitations found in 28 U.S.C. § 2501 --- which the Supreme Court has held
    cannot be extended by equitable considerations, see John R. Sand & Gravel Co. v.
    United States, 
    552 U.S. 130
    , 134, 136–39 (2008).
    - 18 -
    range instrumentation, potentially causing delays or mission failure if a union
    rejected the approach or if the employees were not adequately trained. 
    Id. at 28742.
    To place these concerns in context, three ENs were issued to RGNext
    concerning the proposed use of part-time and cross-utilized employees. See AR, Tab
    69 at 19133, 19149, 19235–36 (draft ENs). The first, EN 11, noted that the
    proposed use of part-time workers needed changes to a collective bargaining
    agreement, and stated that it was “not clear” how many of the “[XXXX] critical
    employees and [XXXX] remaining employees” would be part-time. AR, Tab 86.17 at
    25650. The Air Force was “concerned that if the number of part-time personnel is
    significant,” RGNext was “likely to experience mid-term and long-term employee
    retention issues.” 
    Id. RGNext responded,
    explaining that none of the [XXXX]
    employees designated as critical were part-time; that the use of part-time
    employees “represents less than 4% of the total workforce”; and that the relevant
    union issued a letter of intent “stating their receptiveness to the approach.” AR,
    Tab 78.12 at 23018. The approach was further explained as an efficient means to
    retain institutional knowledge and provide flexibility. 
    Id. The other
    two evaluation notices concerned the transition plan criterion
    5.2.3.9.d, requiring “staffing levels sufficient to successfully execute the entire PWS
    within 90 days from transition start.” See AR, Tab 101a at 33028. One, EN 40,
    questioned whether the part-time workforce would be “a significant portion” or
    would be “applied to critical tasks.” AR, Tab 93a.1 at 27522. The other, EN 41,
    questioned if RGNext raised its part-time approach with all relevant unions and
    was concerned that if part-time employees were “a significant portion” of the total,
    unions might be hesitant to agree, resulting in potential delays or labor disruptions.
    
    Id. at 27524.
    In response to EN 40, RGNext reiterated that part-time employees
    were “less than 4% of the total workforce” and were none of the [XXXX] critical
    staff. AR, Tab 78.41. It explained:
    Full-time employees will lead all critical tasks. Most critical tasks will
    be completed exclusively by full-time employees. Some critical tasks
    may be augmented by part-time employees as individual contributors.
    Also, well in advance of every launch, we will [XXXX]; further
    eliminating uncertainty as to whether RGNext has the necessary
    manpower to achieve successful contract performance.
    
    Id. The Air
    Force found that this response satisfied its concern, as “less than 4%” of
    the workforce was “an insignificant portion,” and it appreciated the “additional
    detail” regarding the performance of critical tasks. AR, Tab 93a.1 at 27521. The
    response to EN 41 explained that only the one union which provided the letter of
    intent required its agreement to be modified to allow for part-time employees, and
    that “RGNext has only proposed using part time workers who are represented” by
    that union, and by one other which has already agreed to the use of part-time staff.
    - 19 -
    AR, Tab 78.42 at 23108. This information satisfied the Air Force. AR, Tab 93a.1 at
    27523.
    Getting back to EN 11, the Air Force also found that RGNext’s response to
    that notice resolved its concern, as “less than 4% of [RGNext’s] total workforce” was
    found to be “an insignificant portion.” AR, Tab 90.11 at 26497; Tab 93a.1 at 27451.
    One SSEB advisor, Lee Bridges, was not satisfied with the response and wanted to
    issue a follow-up, however, believing that retention issues still needed to be
    addressed and concerned that the critical tasks in which part-time employees would
    assist were not specified. AR, Tab 90.11 at 26505–07. Captain Jarvis agreed with
    this suggestion. 
    Id. at 26507.
    Another concern surfaced regarding the proficiency
    of part-time employees. 
    Id. at 26501.
    The other advisor reviewing proposals under
    criterion 5.2.3.2 believed that the union risk issue was resolved, and that
    proficiency concerns did not come under that criterion. 
    Id. at 26500–01.
    The Air
    Force ultimately determined that the particular issues were not embraced by the
    RFP and would require an amendment if pursued. 
    Id. at 26500.
    The concerns expressed by Advisor Bridges, see AR, Tab 90.11 at 26503–04,
    became the basis for the minority opinion issued by Capt. Jarvis, AR, Tab 91.37 at
    26962–66. The subfactor chief approved of this opinion, expressing a concern that
    part-time workers might lack the proficiency to hold critical positions, and
    questioning the attractiveness of part-time work. 
    Id. at 26967.
    The factor chief
    rejected this opinion. 
    Id. at 26966–67.
    She found that RGNext adequately
    addressed concerns regarding the use of part-time employees to support launch
    operations. 
    Id. at 26966.
    The factor chief also pointed out that none of the [XXXX]
    critical positions would be held by part-time employees, found that RGNext’s
    approach to training and certification of employees adequately addressed any
    satisfied proficiency issues, and was satisfied with RGNext’s relations with the
    relevant union. 
    Id. at 26967.
    The minority opinion was included in the PAR, along with the response of
    the SSEB Chair and the decision of the SSA. AR, Tab 101 at 28741–47. The
    evaluator did not think the work to be performed by cross-utilized or part-time
    employees was clearly explained, and was worried about a potential labor dispute.
    AR, Tab 101 at 28741–42. She would have posed to RGNext several questions
    concerning how cross-utilized and part-time employees would be used, what
    additional mitigation strategies would be employed in the face of union
    intransigence, and how the retention and proficiency of part-time workers would be
    maintained. 
    Id. at 28742–44.
    The SSEB Chair considered this opinion, and disagreed with it. He explained
    that the SSEB was satisfied with RGNext’s response to the EN, as no critical
    positions would be held by part-time employees; no part-time employees would lead
    critical tasks; an insignificant 4% of the total workforce was to be part-time; the
    - 20 -
    part-time workforce was to be trained and certified; and the matter was discussed
    with the one union whose agreement was necessary to implement the part-time
    approach. 
    Id. at 28745.
    He found there was “no reason to believe” that RGNext’s
    proposed bridge contract with the relevant union would be rejected. 
    Id. at 28746.
    And while recognizing that the Solicitation did not require offerors to provide a
    “plan to achieve and ensure proficiency,” the SSEB found that there was “no reason
    to believe both full-time and part-time employees can’t be certified” to operate
    launch systems. 
    Id. The SSA
    approved the SSEB position. AR, Tab 101 at 28747. He believed
    that the concern over labor unrest did not warrant a weakness or worse, as the
    efficiency resulting from cross-utilization would only increase target cost by 1.1%,
    which was “well within the contract ceiling price.” 
    Id. He also
    concurred that the
    Solicitation did not require offerors to address their plans for worker proficiency,
    and would not amend the RFP to add such a requirement “because there is no clear
    standard for ensuring proficiency.” 
    Id. Given this
    record, the Court is not persuaded that the evaluator’s minority
    opinion was ignored by the Air Force. Plaintiff argues that the SSEB’s
    determination that a plan to maintain proficiency was not required by the
    Solicitation resulted in the Air Force not considering how the use of part-time
    employees would affect launch capability. Pl.’s Br. at 14. But the Air Force did
    consider this, and just disagreed with the minority view. The factor chief found
    RGNext’s approach to training and certification sufficient for all employees, AR,
    Tab 91.37 at 26967, and the SSEB Chair found “no reason to believe” that all
    employees could not be certified under intervenor’s approach, AR, Tab 101 at 28746.
    InSpace contends that the Air Force’s refusal to find a risk associated with
    the use of part-time employees was based on a failure to appreciate the extent to
    which RGNext planned to use such employees. See Pl.’s Br. at 16–19. They focus
    on the SSEB Chair’s statement that only “5.2 FTEs” were “attributed to [RGNext’s]
    skilled augmented workforce part-time efficiency,” from which he calculated that
    there would be “no more than 11” part-time employees. See AR, Tab 101 at 28745;
    Pl.’s Br. at 13, 21–22. But even if the SSEB Chair was confusing the positions to be
    saved as part-time employees were further implemented with the number of people
    who would hold part-time positions at the outset, the Court does not find this error
    to be material to the Air Force’s decision. The SSEB Chair also accurately stated
    that the intervenor was proposing less than 4% of its workforce to be part-time, and
    also determined that union resistance to the proposal was unlikely. AR, Tab 101 at
    28745–46. InSpace also cites the SSA’s use of a cost estimate of 1.1% to measure
    the impact of a decision to not cross-utilize employees. Pl.’s Br. at 22. While this
    estimate was apparently limited to cross-utilized employees, see AR, Tab 91.39 at
    26975, and thus did not include any increased costs if part-time employees were
    also not used, the Court does not find this fatal to the Air Force’s decision. Plaintiff
    - 21 -
    has failed to demonstrate whether any cost savings due to the use of part-time
    employees were built into the RGNext baseline for performing the contract, and
    given that the labor efforts were expressed in hours, not individuals, see, e.g., AR,
    Tab 58b.4, it is reasonable to conclude that the costs would be the same if performed
    by full-time rather than part-time employees.
    Upon being informed that no critical positions would be held be, nor critical
    tasks led by, part-time employees, and that no more than 4% of the work was
    proposed to be performed by them, the Air Force did not believe there was any
    enhanced risk due to the RGNext approach to staffing. AR, Tab 101 at 28745. It
    found no reason to believe that there would be union difficulties and no reason to
    think that part-time and cross-utilized employees would be less proficient than
    others. 
    Id. at 28745–46.
    This is not an arbitrary decision, but rather a judgment
    with which some members of the source selection team, as well as InSpace,
    disagree.9
    b. The SSEB advisor’s opinion on total staffing levels.
    Mister Daly, one of eleven source selection team members who reviewed
    portions of offers to see if particular tasks were sufficiently staffed under criterion
    5.2.3.3.a of the Program Management and Systems Engineering subfactor, see AR,
    Tab 107 at 34081, agreed with the SSEB’s Technical Capability determination ---
    that RGNext’s proposal clearly met the Solicitation requirements, AR, Tab 103.39
    at 33706; Tab 101 at 28747. He did not identify any weaknesses relating to the
    individual tasks he reviewed, finding the staffing sufficient and appropriately
    skilled. AR, Tab 101 at 28747. He contended that a significant weakness should
    nonetheless be assigned, because RGNext’s total staffing levels were less than two-
    thirds the level of labor performing under the predecessor contracts. 
    Id. at 28748.
    He was of the opinion that this significant weakness was “likely to cause
    degradation of performance,” 
    id. at 28747,
    which would presumably result in a risk
    rating of High, see AR, Tab 101a at 33030.
    The Court finds that the Air Force reasonably rejected this minority opinion.
    The SSEB Chair explained that the Solicitation did not require that offerors meet
    some minimum, overall staffing level. AR, Tab 101 at 28749. Instead, the hours
    and skill mix proposed to accomplish each PWS task were scrutinized, and
    RGNext’s BOEs were not found to have any weaknesses or significant weaknesses.
    9 The Court notes it might well have been arbitrary had the Air Force found
    RGNext’s proposal to be risky due to the proposed cross-utilization of employees, as
    the other three offerors proposed cross-utilization and were not subject to such
    criticism. See AR, Tab 66 at 17675 (CoRE), 17677 (InSpace), 17679 (IBL); Tab 101
    at 27896–97, 27934, 27949–50, 27954, 27956, 28100, 28104 (CoRE), 27898, 28122,
    28127, 28153, 28258 (InSpace), 27900, 28361, (IBL).
    - 22 -
    See AR, Tab 101 at 28527–729. If, under criteria 5.2.3.a, there are found “sufficient
    staffing levels with an appropriate skill mix to successfully execute the PWS
    requirements,” AR, Tab 101a at 33027, when each requirement is viewed in
    isolation, it is hardly unreasonable to conclude that the aggregate amount of
    staffing must also be sufficient and appropriate --- staffing levels are not proposed
    for their own sake, but to perform the requirements. Contrary to plaintiff ’s
    argument, Pl.’s Br. at 23, it was appropriate for the SSEB Chair to find “illogical”
    the notion that the whole is less than the sum of the parts, AR, Tab 101 at 28749.
    The Solicitation did not require offerors to explain why they proposed fewer
    hours than were used to perform the incumbent contracts. Instead, they were given
    the aggregate one-year “labor hour baseline[s]” only “for informational purposes,”
    and were to provide their own “manpower levels and skill mixes.” AR, Tab 101a at
    32986. While offerors were required to explain any changes in staffing from one
    period of performance to the next, see 
    id. at 32993,
    the Solicitation did not require
    such an explanation for differing staffing levels relative to the predecessor
    contracts. And since only aggregate baseline hours were provided, see 
    id. at 32986–
    88, an offeror would not be in a position to know what many of the previous levels
    were for each task.10 All each could do was to demonstrate that the levels proposed
    were sufficient to perform each task --- which RGNext was found to do. Thus, the
    SSEB properly found that the percentage “reduction compared to the existing three-
    contract baseline” was “not a viable discriminator according to the RFP.” AR, Tab
    101 at 28749. The minority and majority views were presented to the SSA, see AR,
    Tab 107 at 34131–32, and he agreed with the majority opinion, AR, Tab 110 at
    34161; Tab 118 at 34178. The Court finds that Air Force “articulate[d] a
    satisfactory explanation for its” disagreement with the views of this individual
    SSEB advisor. Motor Vehicle Mfrs. 
    Ass’n, 463 U.S. at 43
    .
    c. The SSAC advisor’s opinion on total staffing levels.
    After receiving the SSEB briefing, an SSAC advisor agreed with Mr. Daly’s
    minority opinion, and issued one of her own. AR, Tab 108a at 34151–52. She
    echoed the concern that the 38% reduction in staffing from prior levels presented
    “significant risk,” 
    id. at 34151,
    and was also of the opinion that the Solicitation
    “significantly underestimated” space launch workload --- based on Fall 2014
    projections that there would be 20 launches from the Eastern Range in 2015 and 26
    10 Moreover, a reduction in staffing levels from the predecessor contracts was not
    viewed by the Air Force as some anomaly to be explained, but was instead one of
    the benefits of the consolidation. See AR, Tab 38 at 4045 (noting expected “cost
    savings resulting from more efficient processes and manpower utilization”), 4046
    (identifying cost savings from “the elimination of duplicative or redundant
    activities, functions, or organizations”).
    - 23 -
    in 2016, 
    id. at 34152.
    She did not, however, want the Solicitation to be amended to
    reflect these concerns. AR, Tab 103.39 at 33708; Tab 104 at 34026 n.1.
    Her views were considered by the SSAC, which accepted the majority
    assessment of risk and believed the minority opinion was based on matters beyond
    the Solicitation requirements. AR, Tab 104 at 34026 n.1. The opinion was
    presented to the SSA, who also found it “considered areas beyond the requirements”
    and “fully supported and approved the SSEB majority assessment.” AR, Tab 118 at
    34178. As was discussed above, the Solicitation did not state that the evaluation of
    proposals would have anything to do with overall staffing levels proposed, let alone
    a comparison of these to the effort under the incumbent contracts. And concerning
    the workload estimates, the Solicitation required offerors to assume 12–18 launches
    from the Eastern Range and 10–14 from the Western Range. AR, Tab 101a at
    29226. The Air Force could not assess proposals based on an offeror’s ability to staff
    20 or 26 launches from the Eastern Range in a given year, when a maximum of 18
    launches was required. See Alfa Laval Separation, Inc. v. United States, 
    175 F.3d 1365
    , 1367–68 (Fed. Cir. 1999); L-3 Commc’ns EOTech, Inc. v. United States, 
    83 Fed. Cl. 643
    , 653 (2008); 10 U.S.C. § 2305(b)(1); 48 C.F.R. § 15.305(a). Thus, the Air
    Force rationally selected the majority opinion over this minority view.
    The plaintiff argues that the SSAC advisor’s minority opinion identified a
    material change in requirements, which would have necessitated a solicitation
    amendment under 48 C.F.R. § 15.206(a). Pl.’s Reply at 9–11. The Court is not
    persuaded that the potential for two or eight additional launches is material, when
    the total number of estimated launches that offerors were to staff was thirty-two.
    Plaintiff relies on GAO decisions in which the changes were far greater. For
    instance, in one case an agency’s need for one category of items dropped by 85
    percent, Symetrics Indus., Inc., B-274246.3, et al., 97-2 CPD ¶ 59, 
    1997 WL 529581
    ,
    at *4 (Comp. Gen. Aug. 20, 1997); and in another, the number of units per shipment
    to be obtained was reduced by about two-thirds, CGI Fed. Inc., B-410330.2, 2014
    CPD ¶ 366, 
    2014 WL 7185393
    , at *7–8 (Comp. Gen. Dec. 10, 2014). By contrast, the
    25 percent increase in potential launches is of a far smaller magnitude. Although
    the Court concludes that it would not have been proper to assess offerors’ ability to
    staff 34 or 40 launches with the labor hours proposed, when the Solicitation
    assumed a maximum of 32 launches, the difference was not a material change.
    Moreover, plaintiff has failed to demonstrate that the labor efforts proposed would
    not have been scalable, such that the 6 to 25 percent potential increase in launches
    could have altered the risk evaluation.
    2. The Air Force Properly Based Its Risk Assessment on the Solicitation
    Requirements
    InSpace contends that it was unreasonable for the Air Force to fail to take
    into consideration the increased estimate of Eastern Range launches that was
    - 24 -
    mentioned in the SSAC advisor’s minority opinion. Pl.’s Br. at 24–25. It also
    faulted the government for not considering the overall level of staffing proposed by
    RGNext. 
    Id. at 25–26.
    But as we have just seen, Section 
    II.C.1.b–c, supra
    , the
    Solicitation required offerors to assume between 12 and 18 launches from the
    Eastern Range, and contained no requirements or criteria that compared aggregate
    staffing levels to the levels under the three previous contracts. The Air Force’s risk
    assessment was not arbitrary, but properly followed the Solicitation provisions. See
    10 U.S.C. § 2305(b)(1); 48 C.F.R. § 15.305(a).
    Plaintiff argues that it is a fact that the launch estimates were “significantly
    underestimated,” based on the SSAC advisor’s minority opinion. Pl.’s Br. at 24.
    But that minority opinion itself rested on a factual mistake, as the author thought
    “[t]he PWS estimated approximately 15 launches per year for the enterprise,” AR,
    Tab 108a at 34152, when the estimate was actually as many as 32 launches from
    the two ranges, AR, Tab 101a at 29226.11 In any event, as explained above, the
    change in estimates was not material, and thus the Air Force was required to
    evaluate proposals as promised in the Solicitation.
    Concerning overall staffing levels, plaintiff seems to be arguing that an
    offeror which proposes the deepest reduction in staff levels must receive a higher
    risk rating. The Court is not aware of any precedents for such a proposition, which
    would undermine the normal incentives (and expected benefits) of competition. See
    Arch 
    Chems., 64 Fed. Cl. at 400
    . As the Air Force has determined that there are no
    weaknesses in the staffing levels and skill mixes proposed for each individual task,
    it is not arbitrary to conclude that the staffing proposed by RGNext is low risk,
    regardless of how it compares to the staffing levels of prior contractors.
    3. The Evaluation of RGNext’s Proposed Use of Part-Time Labor Was Not
    Arbitrary
    InSpace contends that the Air Force misevaluated RGNext’s proposed use of
    part-time labor, by failing to understand the extent to which intervenor relied upon
    the part-time labor force, and failing to question the attractiveness of part-time
    11 One flaw in InSpace’s argument is its treatment of the SSAC advisor’s opinion as
    constituting facts with which the Air Force decision must be reconciled, rather than
    an opinion that itself ran contrary to the factual record. In addition to the mistaken
    belief concerning the total number of launches estimated in the PWS, the author
    mistakenly thought that RGNext “does not have recent space launch range
    experience,” AR, Tab 108a at 34151; but see AR, Tab 58a at 16131. The author also
    conceded she did “not fully understand” the proposed use of part-time employees.
    AR, Tab 108a at 34151. Perhaps these errors and uncertainty are why she did not
    believe that the risk posed by RGNext’s proposal was great enough to justify
    amending the Solicitation.
    - 25 -
    positions. Pl.’s Br. at 27–28. But as explained above, Section 
    II.C.1.a, supra
    , the
    Air Force properly based its determination on RGNext’s part-time workforce being
    less than 4% of the total, among other findings. And whether [XXXX] employees
    would find part-time positions to be attractive is a matter of opinion which this
    Court cannot second-guess. E.W. Bliss Co. v. United States, 
    77 F.3d 445
    , 449 (Fed.
    Cir. 1996). The Air Force’s risk assessment regarding RGNext’s proposed use of
    part-time employees was not arbitrary.
    4. The Risk Assessment of RGNext’s Proposed Labor Hours Was Reasonable
    It has long been established that “the minutiae of the procurement process in
    such matters as technical ratings . . . involve discretionary determinations of
    procurement officials that a court will not second guess.” E.W. Bliss Co. v. United
    States, 
    77 F.3d 445
    , 449 (Fed. Cir. 1996). This does not preclude a court from
    “verifying that objective elements contained in the agency’s analysis, such as the
    description of the offeror’s narrative, correspond to the evidence in the record . . .
    and checking to see if subjective judgments are reached elsewhere in the analysis
    that contradict the evaluators’ conclusions . . . making the decision too
    ‘implausible.’” USfalcon, Inc. v. United States, 
    92 Fed. Cl. 436
    , 462 (2010) (internal
    citations omitted). But instead of identifying objective inaccuracies or subjective
    inconsistencies, InSpace’s remaining arguments concerning the assessment of the
    awardee’s proposed labor hours focus on the minutiae.
    Plaintiff first argues that RGNext proposed “substantially lower” hours than
    plaintiff itself did, in total as well as in eighteen different areas of tasks. Pl.’s Br. at
    29, 31–33; see also Pl.’s Reply at 23–25. InSpace calls this a “material discrepancy.”
    Pl.’s Br. at 31. But no authority is provided to support the notion that plaintiff ’s
    proposed hours should be the standard for evaluating the proposals of other
    offerors. InSpace asserts that it was irrational for the Air Force to find its proposal
    and intervenor’s to both deserve a low risk rating, when RGNext proposed fewer
    hours to perform tasks that constituent parts of both parties had previously
    performed at the Eastern Range. Pl.’s Br. at 32–33; Pl.’s Reply at 23–24. But while
    it might be subjectively inconsistent for identical proposal approaches to be rated
    differently, the same cannot be said of different approaches rated equally. The
    differences in proposed staffing between InSpace and RGNext provides no basis for
    finding the Air Force evaluation to be arbitrary.
    The rest of InSpace’s criticism of the Air Force risk assessment focuses
    squarely on the minutiae. It complains that “in certain instances” the Air Force,
    after describing intervenor’s proposed staffing for a task, merely stated this was
    “sufficient.” Pl.’s Br. at 33. But when an agency is not finding fault with a
    particular approach to a task, or noting its superior quality, the Court cannot see
    how the agency should be required to explain its finding --- that the approach is
    - 26 -
    merely adequate --- in any detail.12 No statute or regulation requires such a
    process, which would impose high transactions costs on the government with little
    added benefit --- particularly for procurements like this one, covering more than 100
    separate tasks. See AR, Tab 101a at 29293–300. The PAR amply documents that
    intervenor’s proposal was scrutinized for each required task, and that no problems
    were found. See AR, Tab 101 at 28527–729. InSpace similarly faults the Air Force
    for employing “boilerplate generalizations” in finding staffing sufficient, such as the
    latter’s “professional experience” or “current practices at the Ranges.” Pl.’s Br. at
    34–35. But again, it is not arbitrary for an agency to not provide detailed
    explanations of the reasons an approach is adequate, unless this subjective
    judgment can be shown to be inconsistently reached.
    Plaintiff also notes particular judgments of the Air Force that it questions,
    such as tasks for which the evaluators find one FTE to be adequate despite stating
    that “multiple FTE” were expected, see Pl.’s Br. at 34 (citing AR, Tab 101 at 28570),
    or where the Air Force determined that understaffing of a sub-task could be covered
    by the resources available at the task level, 
    id. at 35
    (citing AR, Tab 101 at 28608).
    Not only is this the sort of minutiae that a court may not second-guess, see E.W.
    
    Bliss, 77 F.3d at 449
    ; Tech. 
    Sys., 98 Fed. Cl. at 257
    –58, but even were a few errors of
    this sort identified, they would hardly constitute a ground for finding arbitrary the
    Air Force’s 203 page determination that more than 100 tasks proposed to be
    performed by more than 1000 staff constituted an approach with “little potential to
    cause disruption of schedule, increased cost or degradation of performance,” AR,
    Tab 101 at 28729. The risk assessment of RGNext has not been shown to have been
    unreasonable.
    5. The Source Selection Decision Was Not Arbitrary
    InSpace’s final argument is that the SSA’s decision was unreasonable,
    because it rested on the allegedly flawed risk assessment of the SSEB, and did not
    contain any details concerning the proposals other than their identical ratings and
    their evaluated prices. Pl.’s Br. at 35–36; see AR, Tab 110 at 34159–62. As we have
    seen, the Air Force’s assessment of risk was not arbitrary. Plaintiff ’s complaint is
    that the Technical Risk factor, which was supposed to be traded-off against the
    slightly more important Total Evaluated Price, see AR, Tab 101a at 33023, ended up
    being a non-factor due to all offerors receiving the low risk rating. But instead of
    being a hallmark of superficiality, this was a vindication of the process followed by
    the Air Force --- as the extended discussions over the problems identified in ENs
    12Plaintiff relies on a case in which the agency error was not the failure to explain
    why an approach was adequate, but rather why nearly identical approaches merited
    one offeror a “Good” rating but another merely “Satisfactory.” See Lab. Corp. of
    America Holdings v. United States, 
    116 Fed. Cl. 643
    , 652–53 (2014).
    - 27 -
    resulted in the government’s confidence that each proposal presented low risk. See,
    e.g., AR, Tab 69; Tab 78; Tab 86.
    Under the circumstances, there is nothing improper about the SSA’s cursory
    decision. He is entitled to rely on the analyses of others. 48 C.F.R. § 15.308. In this
    procurement, that analysis was in the form of a Proposal Analysis Report that was
    864 pages in length, AR, Tab 101 at 27888–8751, containing detailed discussion of
    each PWS task as addressed in each proposal. He also received the views of the
    SSAC, in the Comparative Analysis Report, AR, Tab 104 at 34023–27, and a
    briefing, AR, Tab 108. And the SSA had the benefit of a detailed briefing from the
    SSEB. AR, Tab 107. He was not required to reinvent the wheel, either in
    evaluating proposals or making a comparative assessment. See Computer Scis.
    Corp. v. United States, 
    51 Fed. Cl. 297
    , 320 (2002). The decision document indicates
    that the SSA “examined each proposal and its evaluation,” and he made the
    uncontroversial decision to award the contract to the lowest-priced offeror, all other
    considerations being equal. AR, Tab 110 at 34161–62. This decision is certainly
    reasonable. See Tech. 
    Sys., 98 Fed. Cl. at 265
    .
    III. CONCLUSION
    For the foregoing reasons, the Court finds that the Air Force’s decision to
    award the LISC OMS contract to RGNext was not arbitrary and capricious, but
    rather had a rational basis. Plaintiff ’s motion for judgment on the administrative
    record is DENIED. Defendant and intervenor’s cross-motions for judgment on the
    administrative record are GRANTED. The Clerk of Court is directed to enter
    judgment accordingly.
    IT IS SO ORDERED.
    s/ Victor J. Wolski
    VICTOR J. WOLSKI
    Judge
    - 28 -