Vfa, Inc. v. United States ( 2014 )


Menu:
  •         In the United States Court of Federal Claims
    No. 14-173C
    (Filed Under Seal: October 21, 2014)
    (Reissued for Publication: October 29, 2014)1
    *************************************
    *
    VFA, INC.,                          *
    *
    Plaintiff,      *                  Bid Protest; DoD’s Sustainment
    *                  Management System; Subject Matter
    v.                                  *                  Jurisdiction; Standardization Decision;
    *                  Distributed Solutions; Definition of
    THE UNITED STATES,                  *                  Procurement.
    *
    Defendant.      *
    *
    *************************************
    John E. McCarthy, Jr., with whom were James G. Peyster and Robert J. Sneckenberg,
    Crowell & Moring LLP, Washington, D.C., Julia Huston and Daniel L. McFadden, Foley
    Hoag LLP, Boston, Massachusetts, Of Counsel, for Plaintiff.
    A. Bondurant Eley, with whom were Stuart F. Delery, Assistant Attorney General,
    Robert E. Kirschman, Jr., Director, Kirk T. Manhardt, Assistant Director, and Elizabeth
    A. Speck, Trial Attorney, Commercial Litigation Branch, Civil Division, U.S. Department
    of Justice, Washington, D.C., for Defendant.
    OPINION AND ORDER
    WHEELER, Judge.
    Plaintiff VFA, Inc. (“VFA”) is a provider of software and process solutions that
    can be used to assess and manage the condition of facilities at military installations. VFA
    filed this action as a bid protest to challenge the decision of the Department of Defense
    1
    The Court issued this opinion under seal on October 21, 2014 and gave the parties until October 28,
    2014, to submit any proposed redactions of competition-sensitive, proprietary, confidential, or other
    protected information. The parties did not submit any proposed redactions, and thus the opinion appears
    in its original form.
    (“DoD”) to standardize its facility condition assessment needs through the Sustainment
    Management System (“SMS”). The U.S. Army Corps of Engineers Construction
    Engineering Research Laboratory (“CERL”) developed the SMS software suite over
    many years, and the DoD claims ownership of SMS. The DoD uses SMS in making
    decisions about sustainment, restoration, and modernization of its facilities. VFA owns
    and markets a similar software product, and also provides inspection services for its
    customers. On September 10, 2013, the Under Secretary of Defense for Acquisition,
    Technology, and Logistics issued a memorandum to standardize the use of the SMS
    program at all of DoD’s military installations.
    VFA filed a bid protest in this Court on March 4, 2014, alleging that the DoD’s
    standardization decision excludes VFA and others from competing for contracts to
    provide facilities management software, in violation of the Competition in Contracting
    Act, 
    10 U.S.C. § 2304
     (“CICA”). Simply put, VFA contends that the DoD should be
    conducting competitive procurements for this software product, and that the September
    2013 decision to standardize without any competition was arbitrary and capricious. On
    March 26, 2014, Defendant filed the certified administrative record, and on April 21,
    2014, VFA moved for judgment on the administrative record. On May 12, 2014, the
    Government filed a motion to dismiss VFA’s protest for lack of jurisdiction and lack of
    standing. The Government argues that an internal standardization decision is not a
    “procurement” for purposes of the Court’s Tucker Act jurisdiction, and consequently
    VFA is not an interested party who may challenge such a decision. In the alternative, the
    Government filed a cross-motion for judgment on the administrative record, arguing that
    the agency had a rational basis for its decision.
    The issue presented in this case is whether the Government must conduct a
    competitive procurement before using something that it already owns. By analogy, if the
    Government owned an apple orchard, must it go to the market to compare prices of other
    apples before picking in its orchard? Or, if the Government owned a fleet of cars, must it
    solicit prices from Hertz and Avis before driving the cars it already possesses? Although
    the Federal Circuit’s broad interpretation of “procurement” in Distributed Solutions, Inc.
    v. United States, 
    539 F.3d 1340
    , 1345-46 (Fed. Cir. 2008) may make this issue worthy of
    discussion, in this case there was no procurement at all. To the extent CICA had any
    application, it would have come into play at the time of the software’s original
    development, not at the time of intended use after the product had been developed.
    As will be explained, the facts in this case were sufficiently muddled that the
    Court afforded VFA limited discovery regarding CERL’s development of the SMS
    program, and the way in which SMS is used among the various military departments.
    The Court permitted document production and a deposition of Mr. Lance Marrano, the
    SMS Program Manager for CERL. This fact discovery occurred following the
    2
    Government’s submission of Mr. Marrano’s declaration with a reply brief in support of
    its motion to dismiss. Discovery consumed more time than is typical in a bid protest, but
    proved useful in clarifying the relevant facts. The Court also carefully considered VFA’s
    reliance on “standardization” decisions from this Court, and on “insourcing” decisions
    where this and other courts have taken jurisdiction to review agency actions bringing
    service contract work in house. However, following full development of the case, the
    Court finds that the DoD’s decision to use an SMS program it owns instead of conducting
    a competitive procurement is not an action that can be challenged in this Court.
    Accordingly, the Court grants Defendant’s motion to dismiss VFA’s complaint.
    Factual Background
    CERL’s development of the SMS program began in 1975, almost 40 years ago,
    and is well-documented by the Government’s patents. See Administrative Record
    (“AR”) 1, 4, 7, 41, 1460-507, 2037-38. In the mid-1970s, CERL issued reports
    identifying significant building and asset management problems, prompting the need for
    a property management software solution. See AR 145, 177. As no suitable
    management systems were then available, the Government began funding the creation of
    its own software program. 
    Id.
     Various modules of the SMS have been developed over
    many years, beginning with PAVER in 1977 for pavements and RAILER in 1988 for
    railroads. AR 41; Def.’s Mot. to Dismiss at 3. BUILDER was first released in 1990 to
    address real property management. 
    Id.
     CERL and its contractors continue to develop
    and maintain these modules today. Def.’s Mot. to Dismiss at 3.
    Beginning in 2007, some of the major DoD departments began implementing
    various modules of the SMS program. 
    Id.
     The Army, through regulation AR420-1,
    designated PAVER, RAILER, and ROOFER as the only acceptable condition assessment
    tools for their respective asset categories. AR 43, 557, 574-75, 579. Also in 2007, the
    DoD issued a policy memorandum identifying PAVER and RAILER as the data format
    standards for pavements and rails when managing linear segmentation of property. AR
    43. In 2008, the Marine Corps fully implemented BUILDER at all of its installations. 
    Id.
    In 2009, the Navy adopted BUILDER to replace commercial software that did not meet
    its requirements. AR 44. In 2011, the Defense Logistics Agency approved BUILDER
    for its facility condition assessments, and the Air Force also began expanding the use of
    BUILDER. AR 44-45. In 2012, the Army and Army Medical Command conducted
    BUILDER pilot programs. AR 46. In 2011, Fiatech, a construction industry innovation
    organization, awarded the BUILDER module its Celebration of Engineering and
    Technology Innovation award for its widespread adoption and the nearly 75 percent
    annual savings it created for the Navy in its shore-side facility condition assessments.
    AR 1518-19.
    3
    In a federal agency as large as DoD, it became increasingly apparent that multiple
    and different facilities condition assessment tools across DoD installations generated
    inconsistent and incomparable data. Def.’s Mot. to Dismiss at 4. For example, in 2006,
    the DoD commissioned a report from Black & Veatch consultants, which concluded that
    facilities condition assessment “methodologies differed, sometimes substantially,
    between Defense Components and the type of information collected [] was therefore
    different.” AR 330. These differences made “direct comparison of the results . . .
    difficult.” AR 331. A 2007 Booz Allen & Hamilton report reached similar conclusions.
    AR 1018-19.
    In 2012, Senate Report No. 112-26 noted that the DoD “does not have a set of
    standards or metrics that can be used to inform budget decisions and Congress on the
    minimal annual levels of funding required to recapitalize the physical plant at a rate that
    matches the design lives of facilities in the [DoD] inventory.” AR 1508. The report
    further noted, “[b]udget pressures and other priorities can result in funds appropriated for
    facility sustainment being used to fund other categories of base operating support. This
    leads to facilities that do not receive minimal levels of annual preventative maintenance,
    and are not modernized to current standards for safety, security, and technology.” 
    Id.
    The report concluded that, “[o]ver the long-term, underfunded maintenance on [DoD]’s
    facilities costs the Department more in eventual repairs and replacement.” 
    Id.
    Thereafter, to address the concerns raised by the consultants and Congress, the
    DoD made a policy decision to standardize its facility condition assessments. Def.’s Mot.
    to Dismiss at 6; AR 4. As part of this policy, the DoD chose to standardize the software
    it developed and owns itself, which was widely used in almost all of its installations, and
    which had received recognition for cost savings. AR 4. On September 10, 2013, Under
    Secretary of Defense for Acquisition, Technology, and Logistics Frank Kendall issued a
    memorandum entitled “Standardizing Facility Condition Assessments.” 
    Id.
     Secretary
    Kendall outlined the DoD’s intent to establish “a DoD-wide facility condition assessment
    process” to help create “a more credible asset management program” and to “support
    better buying power.” 
    Id.
     Secretary Kendall stated that the decision was made “to ensure
    consistent and reliable data necessary for sound strategic investment decisions in
    managing the Department’s built environment.” 
    Id.
     Secretary Kendall named the SMS
    as the new standard, and described the SMS as having been developed by CERL. 
    Id.
     He
    also referenced an SMS factsheet that further details the development history and
    functionality of the SMS. AR 4, 7.
    The DoD then began to address the concerns of contractors who offered inspection
    services to the agency with their own software, including companies like VFA. AR 1;
    Def.’s Mot. to Dismiss at 7. As part of this accommodation, the DoD offered the SMS
    software to firms providing inspection services at no cost. AR 1. The DoD also provided
    4
    for firms that wished to continue using their own software in conjunction with these
    inspections, requiring only that “[each] contractor’s proposal [provides] that its
    assessment protocol is aligned with the SMS assessment process . . . and . . . the
    contractor can migrate all data from its software/data file to the appropriate SMS
    software/data file as a contract deliverable.” AR 2. This approach allowed the DoD to
    maintain uniform facilities assessment data for all of its installations while still allowing
    contractors to employ their own software.
    In March 2014, six months after the DoD’s September 10, 2013 standardization
    announcement, VFA filed this action. VFA alleged in three counts: (1) DoD’s
    standardization decision violates CICA’s substantive requirement of full and open
    competition as well as procedural requirements for the use of “other than competitive”
    procedures; (2) DoD’s standardization decision violates the Federal Acquisition
    Regulation’s (“FAR’s”) similar substantive and procedural requirements; and (3) DoD’s
    standardization decision was arbitrary, capricious, and an abuse of discretion. The cross-
    motions for judgment on the administrative record and Defendant’s motion to dismiss
    have been fully briefed, and the Court invited an additional round of briefing following
    document production and deposition of Mr. Marrano. The Court heard oral argument on
    September 22, 2014.
    Discussion
    A. Standard of Review
    The Court must determine whether a plaintiff has established subject matter
    jurisdiction before proceeding to review the merits of the complaint. Fisher v. United
    States, 
    402 F.3d 1167
    , 1173 (Fed. Cir. 2005). The jurisdiction of this Court is limited
    and extends only as far as prescribed by statute. 
    Id. at 1172
    . Where subject matter
    jurisdiction is challenged, the plaintiff must establish the Court’s jurisdiction by a
    preponderance of the evidence. Reynolds v. Army & Air Force Exch. Serv., 
    846 F.2d 746
    , 748 (Fed. Cir. 1988). If the Court finds that it lacks subject matter jurisdiction, it
    must dismiss the claim. Gluck v. United States, 
    84 Fed. Cl. 609
    , 614 (2008).
    B. DoD’s Ownership of SMS
    As noted, in a reply brief in support of its motion to dismiss, the Government
    submitted the declaration of Mr. Lance Marrano, the SMS Program Manager for CERL.
    The Government included this declaration to inform the Court on the question of DoD’s
    ownership and development of the SMS software suite. VFA argues that the DoD does
    not actually own the SMS software, but instead pays licensing fees to its developers.
    VFA also argues that the DoD installations must pay their own substantial fees to CERL
    5
    in exchange for using the SMS. As such, the DoD was making a procurement decision
    when it decided to have its component agencies “buy” software from CERL instead of
    conducting a competition among the firms and products available in the commercial
    market. In these circumstances where the Government offered a declaration with a reply
    brief and moved to supplement the administrative record with this declaration, the Court
    deemed it appropriate to grant VFA limited discovery. The Court afforded VFA the
    opportunity for document production and a deposition of Mr. Marrano on the matters
    covered in his declaration. The Court added these materials to the administrative record.
    Upon close examination of the declaration, the deposition, and the additional documents,
    the Court finds that the DoD does own the SMS, and does not purchase or license the
    software from CERL, which is a component of the DoD itself.
    According to Mr. Marrano, “[t]he Government does not merely possess a license
    for SMS software; it actuals owns [it] and the underlying patents outright.” Marrano
    Decl. at 2. VFA challenges this assertion based on the facts that (1) it costs money for
    DoD to use the SMS, (2) the SMS was developed with the help of private contractors,
    and (3) VFA believes the private contractors likely hold title to the software. However,
    the administrative record does not support these claims.
    First, it is clear that the DoD owns the rights to the SMS. The Army has patented
    “key elements of the BUILDER module,” and each patent states, “the conditions under
    which this invention was made entitle the Government of the United States . . . to the
    entire right, title, and interest therein . . . .” See, e.g., GOV0000773, GOV0000795,
    GOV0000918, GOV0000934, now included in the administrative record. The private
    contractors that helped research and develop the SMS have given the Government “the
    entire right, title and interest in and to the Work, and any registrations and copyright
    applications relating thereto, and any extensions and renewals thereof, including all
    works based upon, derived from, or incorporating the Work, throughout the World” as
    part of their contracts with DoD. See Def.’s Resp. to Pl.’s Supp. Mem. at 4; see also,
    e.g., GOV0000766 (in relevant part, Contract Nos. W9132T-06-D-0003, and DACA42-
    01-D-0005), GOV0000768 (Contract No. W9132-T-05-D0001), GOV0000770 (in
    relevant part, Contract Nos. W9132T-06-D-0003, and DACA42-01-D-0005). Still other
    contracts incorporated the language of the Defense Federal Acquisition Regulation
    Supplement (“DFARS”) 252.227-7020, Rights in Data – Special Works, which provides
    that the “Government shall have unlimited rights in works first produced, created, or
    generated and required to be delivered under this contract.” 
    48 C.F.R. § 252.227
    -
    7020(c)(1); see, e.g., GOV0001102, GOV2702, GOV2745, GOV2786. The Government
    has provided other examples of contract language granting the Government an unlimited
    right to the SMS work. The Court is satisfied that the DoD owns the software.
    6
    Second, VFA’s claims that “DoD components pay to use the SMS software” are
    misleading and unsupported. VFA refers to the “over $5 million in ‘SMS Funding’ that
    CERL has received from DoD components since fiscal year 2010,” arguing that this level
    of payment is no different than buying software in the commercial market. Pl.’s Suppl.
    Mem. at 5. While this characterization may be convenient in constructing an argument
    for a competitive procurement, it is unsuccessful here because the agency components are
    not independent actors in a commercial market, but are all part of the DoD. VFA
    essentially is protesting the exchange of funds among various military departments,
    known as Military Interdepartmental Purchase Requests (“MIPRs”). MIPRs are “nothing
    more than a vehicle for transferring funds internally within DoD in accordance with the
    Economy Act, [and are] not a document memorializing a commercial transaction with a
    third party.” Def.’s Resp. to Pl.’s Supp. Mem. at 7; 
    31 U.S.C. § 1535
    . The statute itself
    forbids allowance for profit when transferring funds intra-agency, and thus serves to
    defeat the characterization by VFA, whether express or implied, that CERL is selling its
    software to the DoD components in a market-like manner. See 
    31 U.S.C. § 1535
    .
    Instead, SMS funding allocations emanate primarily from the SMS Configuration
    Support Panel (“CSP”) of the Installations & Environment Functional Business
    Governance Board. Def.’s Resp. to Pl.’s Supp. Mem. at 11. The CSP determines how
    the agency as a whole will fund the SMS, and allocates this funding across the
    participating components. 
    Id.
     Any additional or optional services requested by a
    component, such as a modification or component-specific improvement to the SMS, must
    be approved by the CSP. 
    Id.
     Thus, VFA’s characterization of the separate components
    as market actors is untenable because the DoD is allocating this funding on an agency-
    wide basis.
    Ultimately, the Court finds that the DoD owns the SMS software for the purposes
    of this protest. To the extent that private contractors helped develop the software, the
    Government has shown that it received all of the necessary ownership rights and patents
    therefrom. When the DoD components transfer funds to CERL as reimbursement for
    using the SMS, the Government has shown that these are agency funding allocations
    documented through the use of MIPRs, and are not arms-length commercial transactions.
    Having found that the DoD owns the SMS software in question, the Court will now turn
    to the issue of subject matter jurisdiction.
    C. Subject Matter Jurisdiction
    Under the Tucker Act, this Court has “jurisdiction to render judgment on an action
    by an interested party objecting to . . . any alleged violation of statute or regulation in
    connection with a procurement or proposed procurement.” 
    28 U.S.C. § 1491
    (b)(1). In
    this case, VFA has challenged the government’s actions under CICA and the FAR, but
    the key phrase for Tucker Act jurisdiction is that Plaintiff’s protest must be “in
    7
    connection with a procurement or a proposed procurement.” 
    Id.
     Since neither the Tucker
    Act nor CICA define the term “procurement,” the Federal Circuit has held that the term
    “procurement” includes “all stages of the process of acquiring property or services,
    beginning with the process for determining a need for property or services and ending
    with contract completion and closeout.” See Distributed Solutions 
    539 F.3d at 1345-46
    .
    The Federal Circuit applied this definition from what is now 
    41 U.S.C. § 111
    , which is
    part of the statute establishing the Office of Federal Procurement Policy (“OFPP”). See
    41 U.S.C. Subt. 1.
    While many courts have cited Distributed Solutions for the proposition that
    Tucker Act bid protest jurisdiction is broad, the holding remains limited by the facts of
    the case. Distributed Solutions involved an attempted circumvention of federal
    procurement law when the Government sought to acquire software for a joint program
    between the U.S. Agency for International Development (“USAID”) and the State
    Department. See 
    539 F.3d at 1342
    . The Government delegated to a contractor the task
    of selecting private vendors to provide the software. See 
    id.
     The Government, along
    with the designated contractor, issued a Request for Information (“RFI”) which stated
    that the objective of the government’s effort was to “select and implement acquisition
    and assistance solutions that meet the unique functional requirements of both [USAID
    and the Department of State].” 
    Id. at 1346
    . The RFI specifically stated that it was “for
    market research purposes only” and would “not result in a contract award.” 
    Id.
     After
    reviewing the responses to the RFI, the Government told the vendors that it had “decided
    to pursue alternative courses of action.” 
    Id.
    The contractor then issued its own RFI, and used the responses to select the
    software vendors it wanted. 
    Id.
     The Government approved these selections. 
    Id.
     Thus,
    the Government initiated a type of procurement competition without actually committing
    to award a contract to the best offeror, thereby circumventing applicable federal
    procurement laws. The court found that “unlike AT&T [Commc’ns, Inc. v. Wiltel, Inc.,
    
    1 F.3d 1201
     (Fed. Cir. 1993)], the government used an RFI to solicit information from
    outside vendors, and then used this information to determine the scope of services
    required by the government.” 
    Id. at 1346
    . These events prompted the Federal Circuit to
    find that the RFI and the later software acquisition constituted a procurement, defining
    the term to include “all stages of the process of acquiring property or services, beginning
    with the process for determining a need for property or services. . .” 
    Id. at 1345
    . The
    determination of need was in the form of an explicit Request for Information followed by
    government action. Thus, the Federal Circuit concluded that a procurement existed and
    that a legally compliant competition was required.
    The present case is much different in key respects. Here, the DoD never
    contemplated or initiated a procurement process. The Government did not issue an RFI,
    8
    did not receive information from vendors, and did not plan to award any contract. From
    the DoD’s standpoint, it already possessed the SMS program it wanted to use, and there
    was no reason to acquire anything. VFA is requesting a competitive procurement in
    order to sell to the Government something it already possesses. CICA’s competition
    requirements may well have applied when the DoD originally developed the various SMS
    modules, but that development occurred long ago and is not before the Court.
    1. Standardization Cases
    Plaintiff argues for the application of other standardization decisions where this
    Court has interpreted the breadth of § 1491 jurisdiction broadly, namely Savantage
    Financial Services, Inc. v. United States, 
    81 Fed. Cl. 300
     (2008), Google, Inc. v. United
    States, 
    95 Fed. Cl. 661
     (2011), and McAfee, Inc. v. United States, 
    111 Fed. Cl. 696
    (2013). While all three of these cases involved software standardization decisions by the
    Government, the Court finds that the similarities end there.
    In Savantage, the Department of Homeland Security (“DHS”) conducted a sole-
    source procurement for financial systems application software. DHS decided to
    standardize its software on the Oracle and SAP systems, signing a “Brand Name
    Justification” instead of conducting a competition. DHS then issued a solicitation for
    services to migrate to these systems. Plaintiff challenged the underlying standardization
    decision to use the software of Oracle and SAP, and this Court accepted jurisdiction of
    the protest. The Court found that DHS expanded its systems contracts with Oracle and
    SAP without any competition for the new work. Savantage, 81 Fed. Cl. at 305.
    Specifically, the Court ruled that the “expansion of work fits squarely within the
    congressional definition of ‘procurement’ because it is an acquisition of additional
    property or services from Oracle and SAP.” Id. The Court rightly held that acquiring
    new work from a private vendor is, by definition, a procurement action on the part of the
    Government. Savantage stands in contrast to VFA’s position. Here, VFA is challenging
    the DoD’s decision to standardize its own software in an effort to maximize its use of
    existing resources rather than acquire new goods or services. This wholly internal action
    by the Government cannot be compared to the selection of a private vendor to provide
    goods or services without competition.
    Similarly, in Google, the Department of Interior “restricted competition
    exclusively to the Microsoft BPOS-Federal and the Microsoft Desktop and Service
    Software for messaging and collaboration solutions,” in effect standardizing on a single
    private vendor’s product instead of conducting a competition. 95 Fed. Cl. at 672-73. As
    in Savantage, the Court accepted jurisdiction and sustained the protest requiring a
    competitive procurement. Once again, the agency was acquiring something new (an
    email messaging system) rather than using something it already had.
    9
    In McAfee, the Air Force conducted a brand-name, sole-source procurement for
    reconfiguration and strengthening of its network security technology. 111 Fed. Cl. at
    696. The Air Force, without competition, decided to “move from multiple-source
    security to sole-source security, effectively cutting out [the Plaintiff] and all security
    providers other than Palo Alto [Networks],” another private vendor. Id. at 707. In all
    three of these software standardization cases, the Government attempted to conduct a
    sole-source procurement without any competition. The existence of a procurement
    triggered this Court’s jurisdiction. It is a different circumstance altogether when the
    Government decides to forgo the private market and use its own existing resources.
    2. Insourcing Cases
    VFA argues in the alternative that the Court should follow the reasoning of recent
    “insourcing” cases, positing that the DoD’s use of its own software to the exclusion of
    VFA and others constitutes “insourcing” and grants this Court jurisdiction. Specifically,
    VFA relies upon Fisher-Cal Industries, Inc. v. United States, 
    839 F.Supp.2d 218
     (D.D.C.
    2012), Rothe Development Co. v. Dept. of Defense, No. SA-10-CV-743-XR, 
    2010 WL 4595824
     (W.D. Tex. Nov. 3, 2010), aff’d 
    666 F.3d 336
     (5th Cir. 2011), Triad Logistics
    Services Corp. v. United States, No. 11-43C, 
    2012 WL 5187846
     (Fed. Cl. Apr. 16, 2012),
    and Vero Technical Support, Inc. v. Dept. of Defense, 
    437 Fed. Appx. 766
     (11th Cir.
    2011). The Court also considered the holdings in Santa Barbara Applied Research, Inc.
    v. United States, 
    98 Fed. Cl. 536
     (2011), and International Genomics Consortium v.
    United States, 
    104 Fed. Cl. 669
     (2012).
    In all of the cited insourcing cases, the DoD was obligated to compare cost
    efficiency between civilian and contractor personnel under 10 U.S.C. § 129a (“The
    Secretary of Defense shall establish policies and procedures for determining the most
    appropriate and cost efficient mix of military, civilian, and contractor personnel to
    perform the mission of the Department of Defense.”). Each of the cases involved a
    required cost comparison, and this fact alone distinguishes them from the present case.
    The fact that the DoD compared the cost of the private contractor to its own hiring of
    civilian personnel is a significant step in the procurement process, and one that was never
    taken in this case. Further, each of these cases required the hiring of civilian personnel,
    not just the use of existing personnel, and thus involved an acquisition process.
    In Fisher-Cal Industries, the district court found that a challenge to an Air Force
    decision to insource personnel for multimedia services was within the jurisdiction of the
    U.S. Court of Federal Claims. The case involved the hiring of civilian employees instead
    of the continued use of an outside contractor. Under either approach, the Air Force still
    required new workers, and was beginning an acquisition process when it decided where it
    10
    should obtain them. The district court found the Air Force’s employment decision to be
    part of the “federal contracting acquisition process.” Fisher-Cal Industries, 839 F. Supp.
    2d at 223 (quoting Distributed Solutions, 
    539 F.3d at 1346
    ). A comparable insourcing
    decision was made in Santa Barbara Applied Research, and this Court found jurisdiction
    there as well.
    Similarly, in Rothe, the district court found a “decision not to acquire services
    from a competitive outside source, based on a detailed comparison of the costs of both
    public and private sources as required by the regulations at issue,” is very much related to
    the “process of acquisition.” 
    2010 WL 4595824
    , at *5. In Triad, the plaintiff challenged
    yet another personnel insourcing decision, this time regarding vehicle operations and
    maintenance services for the Air Force. The court in Triad acknowledged that “there is
    no binding, precedential authority regarding this court’s jurisdiction to review DoD in-
    sourcing decisions.” 
    Id.
     However, the Court proceeded to find jurisdiction over agency
    insourcing decisions. Notably, Triad also involved “newly-hired employees” to perform
    the work previously performed by the plaintiff. 
    Id.
     In Vero, the Eleventh Circuit found
    Court of Federal Claims jurisdiction in another case involving the insourcing of personnel
    services, this time for weather forecasting and support services for the Air Force.
    All of VFA’s insourcing cases involved agency action found to be part of the
    federal acquisition process. None of the cited cases involved standardizing a product
    already owned by the Government. Thus, the present case is quite different from the
    insourcing cases. Unlike in Fisher-Cal, Santa Barbara, Rothe, and Vero, where the
    statutes explicitly required the Government to compare the costs of personnel from a
    contractor to those it would hire directly, VFA has pointed to no regulation or guideline
    suggesting the DoD was under an obligation to compare the cost of the SMS to the
    software products offered in the commercial market. Because it was not so required, the
    Government did not solicit any commercial pricing proposals, did not issue an RFI, and
    did not conduct an internal review or comparison of products.
    Conclusion
    In International Genomics, a contractor challenged the decision of the National
    Cancer Institute (“NCI”) to assign a private operator the responsibility for procuring
    certain services needed to run an NCI project. The case did not involve a standardization
    or insourcing decision, but is instructive on whether a disappointed contractor may
    challenge an internal agency decision unaccompanied by any explicit steps toward a
    procurement. NCI had chosen to delegate the running of its Atlas program to a private
    contractor, not in order to circumvent competition, but “primarily for budget and
    efficiency reasons.” 104 Fed. Cl. at 674. The plaintiff protested this internal, non-
    procurement decision.
    11
    Judge Allegra of this Court questioned the logical end for this type of
    jurisdictional expansion. He wrote, “as plaintiff sees it, the agency's discussions that
    precede such a decision, no matter how laconic or informal, begin the ‘process for
    determining a need for property or services,’ thereby giving rise to a ‘proposed
    procurement,’ the existence of which, in turn, triggers this court's jurisdiction.” Id. at
    676. After considering the immediate implications of this expansion, Judge Allegra
    concluded that, “[c]arried to its logical end, plaintiff's reading of Distributed Solutions []
    would also authorize this court to review any challenge to an agency's needs
    determination—no matter how nascent, informal, or abbreviated the process was leading
    up to that decision—so long as that ‘process’ resulted in a determination to forego the use
    of an outside contractor.” Id. In response to claims that this jurisdictional breadth could
    be cabined by the facts of the case, Judge Allegra found that it was not so easily done.
    Instead, he warned that plaintiff’s view of this court’s jurisdiction “would unlock a
    veritable Pandora's box of bid protest challenges to many internal agency decisions that
    never ripen into government procurements . . . ,” potentially allowing protests of “every
    agency decision not to procure a product or service.” Id. at 676-77.
    The Court agrees. Allowing VFA to bring this case, where no procurement or cost
    comparison process was mandated or undertaken, would so broadly expand this Court’s
    jurisdiction as to eliminate any restrictions of the Tucker Act. Under VFA’s theory of
    jurisdiction, every time the government chooses not to procure a good or service from a
    private contractor, and instead creates or develops something on its own, the providers of
    similar products and services would be able to challenge this decision, asking “why don’t
    you buy from us instead?” The Court is unwilling to open this “Pandora’s box.” For the
    reasons stated above, the Defendant’s motion to dismiss for lack of subject matter
    jurisdiction is GRANTED.
    IT IS SO ORDERED.
    s/ Thomas C. Wheeler
    THOMAS C. WHEELER
    Judge
    12