Sotera Defense Solutions, Inc. v. United States ( 2014 )


Menu:
  •               In the United States Court of Federal Claims
    No. 14-255 C
    (Filed August 13, 2014)1
    * * * * * * * * * * * * * * * *                    Post-Award Bid Protest;
    SOTERA DEFENSE SOLUTIONS, *                        Protestor’s Standing Survives
    INC.,                             *                Allegation of Organizational
    *                Conflict of Interest; No Waiver
    Plaintiff,            *                of Protest Caused by Delay in
    *                Filing Protest of Agency
    v.                       *                Decision to Undertake Corrective
    *                Action; Waiver of Post-Award
    THE UNITED STATES,                *                Protest of Cost Evaluation
    *                Scheme Set Forth in Solicitation;
    Defendant,            *                No Unstated Criteria in Re-
    *                evaluation of Proposals; Best
    RAYTHEON CO.,                     *                Value Award Not Shown To Be
    *                Unlawful, Arbitrary, Capricious,
    Intervenor defendant. *                or an Abuse of Discretion.
    * * * * * * * * * * * * * * * *
    Paul A. Debolt, Washington, DC, for plaintiff. James Y. Boland, Christina
    K. Kube, and Anna E. Pulliam, Washington, DC, of counsel.
    Steven M. Mager, United States Department of Justice, with whom were
    Stuart F. Delery, Assistant Attorney General, Robert E. Kirschman, Jr., Director,
    and Kirk T. Manhardt, Assistant Director, Washington, DC, for defendant. Brian
    Bentley, United States Army Legal Services Agency, Fort Belvoir, VA, of counsel.
    1
    / This opinion was issued under seal on July 25, 2014. Pursuant to ¶ 8 of the ordering
    language, the parties were invited to identify source selection, proprietary or confidential material
    subject to deletion on the basis that the material was protected/privileged. The only proposed
    redactions were offered by intervenor-defendant. Redacted material is indicated by brackets ([ ]).
    Mark D. Colley, Washington, DC, for intervenor-defendant. Emma V.
    Broomfield, Steffen G. Jacobsen, and Dana E. Peterson, Washington, DC, of
    counsel.
    ________________________________
    OPINION AND ORDER
    ________________________________
    Bush, Senior Judge.
    The contract at issue in this bid protest is for the development of an
    Electronic Warfare Planning and Management Tool (EWPMT); the procuring
    agency is the United States Army.2 This post-award protest is brought by Sotera
    Defense Solutions, Inc. (Sotera), the former contract awardee, after its award was
    nullified by corrective action undertaken by the Army in response to a protest
    brought by Raytheon Company (Raytheon) at the Government Accountability
    Office (GAO). Before the court are cross-motions for judgment on the
    administrative record filed under Rule 52.1(c) of the Rules of the United States
    Court of Federal Claims (RCFC), as well as motions to dismiss filed by the
    government and intevenor-defendant Raytheon.
    Plaintiff’s complaint was filed on April 1, 2014 and amended on April 24,
    2014. The government agreed to stay performance of Raytheon’s contract during
    the pendency of this protest which proceeded under an expedited briefing
    schedule. The administrative record (AR) was filed on April 16, 2014 and
    subsequently corrected on April 29, 2014. The parties’ dispositive motions have
    been fully briefed; oral argument was held on June 11, 2014. For the reasons
    discussed below, plaintiff’s motion for judgment on the administrative record is
    denied; the government’s and Raytheon’s motions to dismiss are granted in part
    and denied in part; and, the government’s and Raytheon’s motions for judgment
    on the administrative record are granted.
    2
    / Electronic warfare eludes succinct definition, but the Army describes it as “the use of
    electronics to prevent or reduce an enemy’s effective use and to protect friendly use of
    electromagnetic radiation equipment.” Administrative Record at 358. To give some concrete
    examples, various types of broadcast and receiving devices, navigational systems and radar units
    are targeted in electronic warfare. 
    Id. at 638-39.
    2
    BACKGROUND
    I.    Procurement Decision
    A.     Electronic Warfare Planning and Management Tool (EWPMT)
    As plaintiff describes the procurement,
    [t]he RFP is for the award of a cost reimbursement,
    five-year indefinite-delivery, indefinite-quantity
    (“IDIQ”) contract to design, develop and field the
    Army’s EWPMT. [AR] Tab 7 at 486. The EWPMT is a
    new system intended to enhance the Army’s existing
    Electronic Warfare capabilities. When developed, the
    EWPMT software will give electronic warfare officers
    “mission planning capability to plan, coordinate,
    manage, and deconflict unit EW activities.” 
    Id. The RFP
    required the awardee to deliver the EWPMT in six
    “notional Capability Drops (CDs).” 
    Id. The first
    task
    order is for CD1 and will be awarded concurrently with
    the IDIQ contact, while [CDs 2-6] will be awarded in
    subsequent task orders.
    Pl.’s Mot. at 3-4. This description is a largely correct overview of the solicitation
    and the procurement, except for plaintiff’s shorthand reference to the contract as a
    cost reimbursement contract. The cost structure of the full IDIQ contract is fairly
    complex, with a cost-plus-incentive-fee structure which would include target cost,
    incentive fee or profit benchmarks, as well as profit or incentive fee adjustments.
    AR at 298-99, 740. The first task order, CD1, has a relatively straightforward
    cost-plus-incentive-fee structure. 
    Id. at 740,
    7878, 9751.
    The solicitation, also known as a Request for Proposals (RFP), issued on
    December 20, 2012. AR at 726, 6624, 8106. An amendment of the solicitation of
    little consequence to this protest occurred on January 15, 2013. 
    Id. at 726-951,
    6624, 8110. Offers were due by February 4, 2013.
    B.     Evaluation Scheme
    3
    The winning proposal would be the proposal offering the best value to the
    government. AR at 744. The four evaluation factors, in descending rank of
    importance, are: (1) Technical; (2) Past Performance; (3) Cost; and, (4) Small
    Business Participation Plan. 
    Id. The non-cost
    factors are significantly more
    important than cost. 
    Id. Within the
    Technical Factor are two sub-factors, Technical Approach and
    Management. AR at 744. The Technical Approach sub-factor is more important
    than the Management sub-factor. 
    Id. Within the
    Technical Factor three specific
    criteria would be reviewed in the offerors’ technical proposals: (1) Understanding
    the Problems; (2) Feasibility of Approach; and, (3) Adequacy of
    Response/Completeness. 
    Id. Page limits
    were imposed for the offerors’ technical
    proposals. 
    Id. at 732.
    For the Technical Factor, the range of ratings were
    Outstanding, Good, Acceptable, Marginal and Unacceptable, and the evaluation
    team would also identify strengths and weaknesses. 
    Id. at 338-39.
    The Cost Factor would be evaluated based on the costs of the first task
    order, CD1. See AR at 739 (“Offerors are instructed to provide proposed costs for
    Task Order 1 only.”). Significant amounts of detail were required for the offerors’
    proposed costs. 
    Id. at 739-40.
    This detailed information would allow the agency
    to
    evaluate the realism of Offeror’s proposed costs in
    relation to the Offeror[’]s specific technical approach to
    Task Order 1. The Offeror’s proposed costs will be
    evaluated by determining what the Government predicts
    the Offeror’s approach would most probably cost the
    Government when the work performed under Task Order
    1 is completed. To the degree that the Government’s
    most probable cost estimate differs from the Offeror’s
    proposed cost, the Offeror’s proposed cost and incentive
    fee may be adjusted for the purposes of evaluation.
    AR at 745.
    C.     Evaluation of Proposals and Award to Sotera
    4
    1.    Bids Received and Discussions Held
    Six timely bids were received. Raytheon was designated as “Offeror A” in
    the evaluation documents and Sotera was designated as “Offeror B.” Throughout
    the evaluation process, the ratings for Sotera and Raytheon were very close and
    their proposals were ranked higher than the other proposals. See, e.g., AR at 6623,
    7410. Nonetheless, discussions were initiated because even the leading offerors’
    proposals were [ ] in at least one factor. 
    Id. at 6628.
    In successive competitive
    range determinations, two lower-ranked offerors were eliminated from the
    competition. Through discussions, both Sotera and Raytheon were able to
    improve the ratings of their proposals, but neither offeror was able to pull very far
    ahead of the other in the proposal ratings.
    2.    Best Value Award to Sotera
    Once the four final proposals were evaluated, the non-cost evaluation
    factors for Raytheon and Sotera were similarly rated. For Technical Approach,
    Raytheon received an Outstanding rating, with five strengths and one weakness.
    AR at 7429-30. Sotera, for this same sub-factor, also received an Outstanding
    rating, with five strengths and two weaknesses. 
    Id. at 7481-83.
    For the
    Management sub-factor, Raytheon received an Acceptable rating, with zero
    strengths and zero weaknesses. 
    Id. at 7433-34.
    For this sub-factor, Sotera also
    received an Acceptable rating, with zero strengths and zero weaknesses. 
    Id. at 7486.
    Thus, the overall Technical Factor rating for both Raytheon and Sotera was
    Good.
    Turning to the less important non-cost factors, for Past Performance
    Raytheon received a Substantial Confidence rating, as did Sotera, although
    Sotera’s rating was slightly above Raytheon’s in one respect. AR at 7456, 7504-
    05, 7640. Raytheon ranked better than Sotera in the Small Business Participation
    Plan factor, the least important evaluation factor. For this factor, Raytheon
    received an Outstanding rating with six strengths and no weaknesses, whereas
    Sotera received a Good rating with two strengths and no weaknesses. AR at 7472-
    73, 7517-18.
    There was, however, a not insignificant difference in the cost of these
    offerors’ proposals for CD1. Raytheon’s evaluated price was $11,258,505;
    5
    Sotera’s evaluated price was $10,325,671.3 AR at 7469, 7513. The difference in
    price between the two proposals is described as either a difference of 8.3%, 
    id. at 7529
    (concluding that “Offeror B’s cost [is] 8.3% lower [than Offeror A’s cost]”),
    or a difference of 9%, 
    id. at 7639
    (concluding that the difference in prices “equates
    to a 9% difference”). It would be accurate to state that Sotera’s proposal was
    evaluated to cost approximately 8.3% less than Raytheon’s proposal.
    The Source Selection Authority’s trade-off analysis comparing non-cost
    with cost factors for Raytheon (Offeror A) and Sotera (Offeror B) concluded that
    [i]n consideration of the equal Technical ratings, the
    more advantageous Past Performance and Cost Factor
    assessments which outweigh the differences in the Small
    Business Participation Plan assessments, it is my
    determination that the proposal submitted by Offeror B
    provides superior value to the Government than the
    proposal provided by Offeror A.
    AR at 7640. The EWPMT contract was awarded to Sotera on June 28, 2013, and
    the CD1 task order was awarded to Sotera on July 1, 2013. Both Sotera and
    Raytheon asked for debriefings regarding the award decision.
    D.     Raytheon’s Protest and the Army’s Corrective Action
    Raytheon raised numerous issues regarding the Army’s award in its
    debriefing. AR 8042-59. In one particular instance, Raytheon suggested that a
    recently-hired Sotera employee had access to proprietary information of other
    offerors through his prior contract work for the Army, and that Sotera’s proposal
    was thus tainted by an organizational conflict of interest (OCI). 
    Id. at 8042-43.
    The OCI concern was investigated for two weeks by the Army, from July 3, 2013
    through July 17, 2013, and the results of this limited investigation re-assured the
    Army that no OCI had skewed the competition for the EWPMT contract. 
    Id. at 8056-59.
    3
    / The Army reports the evaluated price for Raytheon either as $11,258,505 or
    $11,258,506. Compare AR at 7469, with 
    id. at 7529
    .
    6
    After its debriefing with the Army, on July 22, 2013 Raytheon timely filed
    a protest of the award at the GAO. Raytheon’s protest was robust and thorough –
    it featured a detailed sixty-page brief and over three hundred pages of exhibits.
    AR Tab 48. The protest included arguments such as: (1) the award to Sotera was
    “flawed because of the existence of several organizational conflicts of interest”;
    (2) “the [Source Selection Authority] failed to look behind the ratings and
    qualitatively assess the underlying technical differences of the proposals to
    determine whether the various risks and benefits justified a 9% ($900K) cost
    differential”; (3) the Management sub-factor rating was not “a comparative,
    qualitative evaluation”; and, (4) the Army “failed to properly apply its relevancy
    standards” in the Past Performance evaluation. 
    Id. at 8102-03.
    Internally, the Army crafted a corrective action plan to separately address
    the OCI allegations and the evaluation errors alleged by Raytheon. AR at 8499-
    500. Although the terminology used in the internal plan is not perfectly
    consistent, a re-evaluation of final proposals was a key element of the plan. 
    Id. at 8500
    (“The Agency will re look at the evaluations of all offerors in the final
    competitive range, and in addition will specifically examine the following [alleged
    flaws] as [they] pertain[] to the allegations set forth in Raytheon’s protest . . . .”)
    (emphasis added); 
    id. (“Upon completion
    of the Agency’s re evaluations, the
    Agency[] will take appropriate action based on the results of the re evaluation.”)
    (emphases added). In essence, the re-evaluations would address the allegations of
    evaluation errors highlighted by Raytheon in its GAO protest and would either
    confirm the award to Sotera or produce another proposal evaluation result.
    On August 15, 2013, the Army proposed the following corrective action so
    as to render Raytheon’s protest at the GAO moot:
    The Army believes that it is in its best interest to take
    corrective action in this protest by fully investigating the
    OCI allegations and facts related to them and, if
    warranted, take appropriate action resulting from any
    finding of an OCI or appearance thereof made by the
    contracting officer.
    The Army also will examine all proposals and
    evaluations for offerors in the final competitive range
    (this includes Protester), and will re-evaluate as
    7
    appropriate. If the re-evaluations result in any changes,
    the source selection authority will render a new source
    selection decision.
    AR at 8506.1. The Army further clarified, after Raytheon disputed whether the
    corrective action would provide adequate notice of the results of the OCI
    “investigation and re-evaluation activity,” 
    id. at 8506.4,
    that “the Army intends to
    announce a new award decision, or confirmation of its previous decision, in
    writing to the parties promptly after such decision is made. This notice will be
    provided to the parties regardless of the outcome of the decision.” 
    Id. at 8506.5.
    The GAO then dismissed Raytheon’s protest as moot on August 21, 2013.
    As for the OCI investigation, Sotera provided the Army with a well-argued
    “white paper” rejecting the proposition that an OCI tainted Sotera’s proposal. AR
    Tab 53. The Army conducted a thorough OCI investigation which lasted from
    July 22, 2013 into October 2013. 
    Id. at 8671-75.
    The Army determined, again,
    that Sotera’s proposal was not barred by an OCI and produced a six-hundred page
    report which documented the investigation and this finding. See 
    id. Tab 57.
    E.     Re-evaluation of Proposals and Award to Raytheon
    The proposal evaluation personnel for the Army were organized into a
    three-tiered hierarchy: (1) the Source Selection Authority (SSA), with ultimate
    award authority; (2) the Source Selection Advisory Council (SSAC), with
    supervisory authority over the evaluation process; and, (3) the Source Selection
    Evaluation Board (SSEB), with evaluation factor rating responsibilities. AR at
    333-36. Once the Army decided to re-evaluate proposals, the SSAC Chair sent an
    email to members of the SSEB. This email included the following instructions:
    Steve/SSEB Team, as you reassess ratings for each of the
    4 Offerors from the final competitive range ensure that
    you are following [Source Selection Evaluation Plan
    (SSEP)] guidance in strict accordance with evaluation
    criteria and definitions. In addition,
    I would like extra emphasis placed on the following:
    Technical Approach
    8
    ·   Quantify schedule risk regarding any pre-award
    activities completed by each Offeror
    ·   Assess each Offerors estimated “% complete and
    ready for integration testing” and how much
    [software lines of code (SLOC)] is prior leveraged
    efforts vice Govt furnished [government off the
    shelf (GOTS)]/[commercial off the shelf (COTS)]
    Management
    ·   Assess EXTENT to which requirements are
    met/exceeded vice a “go/no go” for elements
    identified under the Management subfactor (e.g.
    subcontract management, [software] development
    process, [Capability Maturity Model Integration
    (CMMI)] levels, [Quality Assurance], training,
    schedule risk (not just [Integrated Master
    Schedule] details), etc. . . and provide assessment
    if a superior approach lowers risk or is sufficiently
    advantageous to the Govt to warrant a Strength [in
    accordance with] the definition
    ·   Mgmt and Technical Team to discuss the merits if
    CMMI Lvl 5 (highest quality / lowest risk)
    certification vs lower CMMI levels, e.g. CMMI
    Lvl 3 (med quality / med risk) and whether higher
    CMMI levels are advantageous to the Govt for the
    EWPMT effort. Also assess CMMI levels for subs
    and quantify extent of performance the sub is
    performing in relationship to overall CD1. Does a
    higher CMMI Lvl for a sub have equal merit to a
    prime with a high CMMI level?
    ·   Do software productivity initiatives, e.g. SWIFT
    or other efficiencies merit value to the Govt and
    9
    hence a Strength? Look at this across all 4 Offerors
    ·     Look closely at subcontractor management
    initiatives, pre-award investments, and extent to
    which these mitigated cont[r]act performance risks
    ·     Where does schedule risk (or risk reduction) come
    into the Management subfactor rating assessment?
    How is this different then Technical?
    Past Performance
    ·     Ensure proper application of relevancy standards
    (4 levels) and relevancy definition for prime and
    subcontracts[]
    ·     Look how individual assessments of prime/sub are
    derived and any “weighting” based on extent and
    nature of their underlying past performance
    ·     Be sure to factor in Extent (% of total contract)
    and nature of proposed sub performance on the
    EWPMT contract vice that of past performance
    ·     If Offeror propose[s] to leverage prior scope for
    insertion into EWPMT CD1 solutions, how does
    this influence the RELEVANCY assessment?
    I’d like to discuss in more detail at our 26 Aug status
    update
    AR Tab 51.
    The re-evaluation of proposals by the SSEB was completed by October 16,
    2013. Broadly speaking, some evaluation ratings remained unchanged for all four
    offerors: (1) the Technical Approach sub-factor ratings, as well as the strengths
    and weaknesses in this sub-factor; (2) the overall Past Performance Confidence
    ratings; (3) the Small Business Participation Plan ratings, as well as the strengths
    10
    and weaknesses in this factor; and, (4) the Cost Factor evaluated prices of the
    proposals. AR at 8555. Raytheon, however, made significant gains in the
    Management sub-factor, gaining a strength and improving this sub-factor rating
    from Acceptable to Good. 
    Id. at 8555,
    9249. This Good rating in the
    Management sub-factor then triggered an overall rating in the Technical Factor of
    Outstanding, rather than Good (Raytheon’s former rating in this evaluation factor).
    Sotera, as 
    noted supra
    , retained its cost advantage over Raytheon in the re-
    evaluation process, but lost the slight edge it previously had enjoyed in the Past
    Performance Factor. This change was due to a correction of the weight previously
    assigned to the past performance of Sotera’s sub-contractors. AR at 8555, 9341,
    9372. Once the re-evaluation results were considered by the SSAC, Raytheon’s
    proposal presented advantages in its Technical Approach, Management, Past
    Performance and Small Business Participation Plan. 
    Id. at 9477-78.
    These
    advantages outweighed Sotera’s lower cost. 
    Id. The SSA
    concurred with the SSAC and found Raytheon’s proposal to be the
    best value for the EWPMT project. AR Tab 62. Sotera’s contract was terminated
    for the convenience of the government on December 2, 2013. Raytheon was
    awarded the EWPMT contract on December 2, 2013 and the CD1 task order on
    December 3, 2013. Both Sotera and Raytheon requested and received debriefings
    regarding the award.
    II.   Protests by Sotera
    A.    Sotera’s Protest at the GAO
    On December 10, 2013, Sotera timely filed a protest of the contract award to
    Raytheon with the GAO, but did not protest the Army’s decision to re-evaluate
    proposals. AR Tab 74. Even in two subsequent supplemental GAO protests,
    Sotera never contended that the Army improperly chose to re-evaluate the
    EWPMT proposals in the corrective action that mooted Raytheon’s protest of the
    prior award to Sotera. See 
    id. Tabs 77,
    91. Instead, Sotera argued that the
    decision to award the contract to Raytheon was flawed for a number of reasons,
    including failure to follow evaluation criteria and to perform appropriate cost
    realism and trade-off analyses. 
    Id. at 9987.
    11
    In supplemental protests at the GAO, Sotera raised additional allegations of
    error. For example, in the first supplemental protest Sotera argued that the re-
    evaluation and the award decision were tainted both by Raytheon’s prior protest at
    the GAO and by the Army’s failure to investigate potential OCI’s on the part of
    Raytheon. AR at 10660-61. In the second supplemental protest, Sotera
    highlighted additional alleged evaluation errors, including an accusation that the
    re-evaluation employed “unstated evaluation criteria.” 
    Id. at 12438.
    Throughout
    the GAO protest proceedings, Sotera repeatedly requested production of any
    written instructions provided to the SSEB for the re-evaluation of proposals, and
    was repeatedly told by the Army that written instructions to the SSEB did not
    exist. Sotera’s protest at the GAO was denied on March 20, 2014.
    B.     Sotera’s Protest in this Court
    1.    Initial Complaint
    The initial complaint filed by Sotera contained three counts. Count I
    focuses on the Army’s decision to re-evaluate proposals. In this count Sotera
    argues that it is unlawful to “abandon a lawful contract award,” and that it was
    arbitrary and capricious for the Army to conduct a new evaluation of proposals
    when there was no clear error in the old one. Compl. ¶ 91.
    In Count II, Sotera argues that the re-evaluation of proposals and the best
    value award decision were flawed in several respects. One part of Count II
    questions whether Raytheon’s higher evaluated price was correctly weighed in the
    trade-off analysis, and posits that Raytheon’s actual costs over the life of the
    contract will be much higher than Sotera’s actual costs. Another part of Count II
    debates the relative technical strengths of Raytheon’s and Sotera’s proposals.
    In Count III of the original complaint, Sotera attacks the cost evaluation of
    proposals performed by the SSEB. Because Raytheon had already achieved some
    of the milestones required for CD1, Sotera argues that Raytheon’s cost proposal
    for CD1 made Raytheon’s contract performance appear to be much cheaper than it
    would actually be over the life of the contract. Thus, Sotera argues that
    “Raytheon’s ‘evaluated cost,’ which was supposed to be indicative of Raytheon’s
    total cost for the EWPMT program, was dramatically and arbitrarily under-
    evaluated. The Army arbitrarily failed to account for Raytheon’s unique cost
    assumptions, which were not contemplated by the RFP.” Compl. ¶ 134.
    12
    In the original complaint’s prayer for relief, plaintiff requests a declaratory
    judgment affirming the arguments presented in Counts I-III. In addition, Sotera
    seeks “[a]n injunction directing the Army to terminate the contract awarded to
    Raytheon and reinstate the original award to Sotera since the Army cannot prove
    that the original award to Sotera was unlawful.” Compl. at 27. In the alternative,
    Sotera requests “an injunction directing the Army [to] conduct a rational and
    lawful evaluation and best value source selection decision consistent with the
    Court’s decision in this case.” 
    Id. 2. Written
    Instructions to the SSEB Disclosed in the
    Administrative Record Filed in this Case
    Once the government filed the AR in this case, plaintiff learned that the
    SSAC Chair had indeed provided some written instructions to the SSEB for the re-
    evaluation of proposals in an email. See AR Tab 51. Within a week Sotera moved
    to amend its complaint, stating that “[t]he Army’s concealment and
    misrepresentations [as to the existence of written instructions to the SSEB] not
    only prevented Sotera from adequately arguing its case before the GAO, but it
    prevented Sotera from including this [proposed additional] protest count in the
    original complaint.” Pl.’s Mot. of Apr. 23, 2014, at 3. Leave to amend the
    complaint was granted, and the amended complaint, adding a Count IV and
    revising the prayer for relief, was filed on April 24, 2014.4
    3.     Amended Complaint
    Although Counts I-III of the original complaint remain unchanged, the
    amended complaint contains a new Count IV and a revised request for relief.
    4
    / On May 6, 2014, Sotera moved to amend the protective order in this case so that the
    GAO could be provided with the amended complaint and the newly disclosed document
    containing the written instructions to the SSEB, which were both filed under seal in this case.
    The government opposed the motion and the court deferred ruling on the motion at that time. At
    oral argument, the court asked counsel arguing for plaintiff whether the motion to amend the
    protective order was now moot, given that the GAO has had access to much of the information,
    in redacted form, that was the subject of plaintiff’s motion. Counsel replied that the motion was
    probably moot, in his view, and that plaintiff could always renew the motion at a later time. Oral
    Argument Transcript (Tr.) at 91. On June 26, 2014, plaintiff moved to withdraw its motion to
    amend the protective order and filed an unopposed motion to release a redacted version of AR
    Tab 51. Both motions filed June 26, 2014 are granted.
    13
    Count IV alleges that “the Army applied unstated evaluation criteria [in the
    proposal re-evaluations] that were created by the SSAC Chair to accommodate
    Raytheon’s particular concerns [that were presented in Raytheon’s GAO protest].”
    Am. Compl. ¶ 141. According to Sotera, the use of these unstated criteria
    rendered the proposal re-evaluations and the award to Raytheon unlawful and
    unfair. 
    Id. ¶ 167.
    The revised prayer for relief continues to ask for a declaratory judgment
    affirming the arguments presented in the counts of the complaint, now four in
    number. Sotera also continues to ask for “[a]n injunction directing the Army to
    terminate the contract awarded to Raytheon and reinstate the original award to
    Sotera since the Army cannot prove that the original award to Sotera was
    unlawful.” Am. Compl. at 34-35. As an alternative remedy, however, Sotera
    suggests that an additional condition be placed on further evaluations of proposals.
    Plaintiff seeks
    an injunction directing the Army [to] replace the entirety
    of the evaluation teams (including SSEB, SSAC, and
    SSA), and then conduct a rational and lawful evaluation
    and best value source selection decision with new
    evaluators in a manner that is consistent with the Court’s
    decision in this case[.]
    
    Id. at 35.
    4.    Dispositive Motions and Attached Exhibits
    a.     Pending Motions
    Plaintiff’s motion for judgment on the administrative record largely tracks
    Sotera’s amended complaint, although the motion addresses the counts of the
    amended complaint in this order: Count IV (unstated evaluation criteria for the re-
    evaluation of proposals); Count I (improper decision to re-evaluate proposals);
    Count II (arbitrary re-evaluation of proposals and best value award); and Count III
    (arbitrary cost evaluation). Both defendant and Raytheon include motions to
    dismiss with their motions for judgment on the administrative record. All of the
    briefs are well-written and supported by citation to relevant authority.
    14
    The government moves to dismiss Count I (improper decision to re-evaluate
    proposals) and Count III (arbitrary cost evaluation) as waived under the authority
    of Blue & Gold Fleet, L.P. v. United States, 
    492 F.3d 1308
    , 1313 (Fed. Cir. 2007).
    Raytheon moves to dismiss the entire complaint, stating that Sotera has no
    standing to bring this protest due to an alleged OCI. Further, Raytheon agrees
    with the government that Count I (improper decision to re-evaluate proposals) is
    untimely and waived. Finally, Raytheon again agrees with the government that
    Count III (arbitrary cost evaluation) is untimely and waived, because Count III “is
    a challenge to the Solicitation ground rules for the cost realism evaluation, and is
    therefore patently untimely.” Raytheon Mot. at 48. Even if their motions to
    dismiss are denied, both the government and Raytheon argue that the record in this
    case shows that the Army’s award decision withstands all of the challenges
    presented in Counts I-IV of Sotera’s amended complaint.
    b.     Proposed Supplements to the Administrative Record
    To resolve this protest, the court relies on the amended complaint, the
    administrative record and the parties’ briefing of their dispositive motions. To
    plaintiff’s motion for judgment on the administrative record was attached an
    exhibit, Exhibit A, which is an additional, omitted email in a chain of emails
    presented in the AR. At oral argument the parties agreed that this Exhibit A is
    unobjectionable as a supplement to the administrative record. Oral Argument
    Transcript (Tr.) at 98-99. The court agrees that this email should complete the
    administrative record.
    There was no such agreement as to other exhibits attached by the parties to
    their dispositive motions and reply briefs. The court notes that no formal motions
    to supplement the administrative record were filed in this protest. As explained in
    the analysis section of this opinion, the other exhibits attached to the parties’
    motions are not appropriate supplements to the administrative record. See infra
    nn.12,18-19. The court does, however, rely on the exhibits attached to Raytheon’s
    motion, not as supplements to the administrative record but as supporting
    documentation necessary for an alternative holding regarding Sotera’s standing to
    bring this bid protest. See infra. The court now turns to its resolution of the
    parties’ motions.
    DISCUSSION
    15
    I.    Jurisdiction
    This court “shall have jurisdiction to render judgment on an action by an
    interested party objecting to a solicitation by a Federal agency for bids or
    proposals for a proposed contract or to a proposed award or the award of a
    contract or any alleged violation of statute or regulation in connection with a
    procurement or a proposed procurement.” 28 U.S.C. § 1491(b)(1) (2012). The
    jurisdictional grant is “without regard to whether suit is instituted before or after
    the contract is awarded.” 
    Id. As a
    threshold jurisdictional matter, however, the
    plaintiff in a bid protest must show that it has standing to bring the suit. Info.
    Tech. & Applications Corp. v. United States, 
    316 F.3d 1312
    , 1319 (Fed. Cir. 2003)
    (ITAC); Myers Investigative & Sec. Servs., Inc. v. United States, 
    275 F.3d 1366
    ,
    1369 (Fed. Cir. 2002) (citation omitted).
    II.   Standards of Review
    A.     Judgment on the Administrative Record
    RCFC 52.1(c) provides for judgment on the administrative record. To
    review a motion, or cross-motions, under RCFC 52.1(c), the court asks whether,
    given all the disputed and undisputed facts, a party has met its burden of proof
    based on the evidence in the record. Bannum, Inc. v. United States, 
    404 F.3d 1346
    , 1356 (Fed. Cir. 2005). The court must make fact findings where necessary.
    
    Id. The resolution
    of RCFC 52.1 cross-motions is akin to an expedited trial on the
    paper record. 
    Id. B. Bid
    Protest Review
    First, the plaintiff in a bid protest must show that it has standing to bring the
    suit. 
    ITAC, 316 F.3d at 1319
    . This may be accomplished by demonstrating that
    the plaintiff was an actual bidder and that it was prejudiced by the award to the
    successful offeror. 
    Id. (citing Am.
    Fed’n of Gov’t Employees v. United States, 
    258 F.3d 1294
    , 1302 (Fed. Cir. 2001) (AFGE)). Prejudice is proven by establishing
    that the plaintiff had a substantial chance of receiving the contract, but for the
    alleged procurement error. 
    Id. (citing Alfa
    Laval Separation, Inc. v. United States,
    
    175 F.3d 1365
    , 1367 (Fed. Cir. 1999)).
    16
    As the United States Court of Appeals for the Federal Circuit has stated,
    “the proper standard to be applied in bid protest cases is provided by 5 U.S.C.
    § 706(2)(A) [(2012)]: a reviewing court shall set aside the agency action if it is
    ‘arbitrary, capricious, an abuse of discretion, or otherwise not in accordance with
    law.’” Banknote Corp. of Am. v. United States, 
    365 F.3d 1345
    , 1350-51 (Fed. Cir.
    2004) (citing Advanced Data Concepts, Inc. v. United States, 
    216 F.3d 1054
    ,
    1057-58 (Fed. Cir. 2000)); see also 28 U.S.C. § 1491(b)(4) (describing this court’s
    standard of review for bid protests). Under this standard, a procurement decision
    may be set aside if it lacked a rational basis or if the agency’s decision-making
    involved a violation of regulation or procedure. Impresa Construzioni Geom.
    Domenico Garufi v. United States, 
    238 F.3d 1324
    , 1332 (Fed. Cir. 2001)
    (Impresa) (citations omitted). De minimis errors in the procurement process,
    however, do not justify relief. Grumman Data Sys. Corp. v. Dalton, 
    88 F.3d 990
    ,
    1000 (Fed. Cir. 1996) (citing Andersen Consulting v. United States, 
    959 F.2d 929
    ,
    932-33, 935 (Fed. Cir. 1992)). The bid protest plaintiff bears the burden of
    proving that a significant error marred the procurement in question. 
    Id. (citing CACI
    Field Servs., Inc. v. United States, 
    854 F.2d 464
    , 466 (Fed. Cir. 1988)).
    The higher the degree of discretion allotted the contracting officer, the more
    difficult it is for a protestor to prove that the procurement decision was arbitrary
    and capricious. Burroughs Corp. v. United States, 
    617 F.2d 590
    , 597 (Ct. Cl.
    1980) (citation omitted). Negotiated procurements give a “breadth of discretion”
    to the contracting officer and impose a heavier burden of proof on a protestor. 
    Id. at 598
    (citation omitted). Similarly, “best value” contract awards give a
    contracting officer more discretion than awards based on price alone. Galen Med.
    Assocs., Inc. v. United States, 
    369 F.3d 1324
    , 1330 (Fed. Cir. 2004) (citing E.W.
    Bliss Co. v. United States, 
    77 F.3d 445
    , 449 (Fed. Cir. 1996)). Thus, the
    protestor’s burden is especially heavy in negotiated, best value procurements.
    Banknote Corp. of Am. v. United States, 
    56 Fed. Cl. 377
    , 380 (2003) (citations
    omitted), aff’d, 
    365 F.3d 1345
    (Fed. Cir. 2004).
    The deference afforded to an agency’s decision must be even greater when a
    trial court is asked to review a technical evaluation. “[T]echnical ratings . . .
    involve discretionary determinations of procurement officials that a court will not
    second guess.” E.W. 
    Bliss, 77 F.3d at 449
    (citations omitted); Omega World
    Travel, Inc. v. United States, 
    54 Fed. Cl. 570
    , 578 (2002) (“It is well settled that
    contracting officers are given broad discretion with respect to evaluation of
    technical proposals.” (citing E.W. 
    Bliss, 77 F.3d at 449
    )). “[W]here an agency’s
    17
    decisions are highly technical in nature, . . . judicial restraint is appropriate and
    proper.” Electro Methods, Inc. v. United States, 
    7 Cl. Ct. 755
    , 762 (1985) (citing
    Isometrics v. United States, 
    5 Cl. Ct. 420
    , 423 (1984)).
    “‘If the court finds a reasonable basis for the agency’s action, the court
    should stay its hand even though it might, as an original proposition, have reached
    a different conclusion as to the proper administration and application of the
    procurement regulations.’” Honeywell, Inc. v. United States, 
    870 F.2d 644
    , 648
    (Fed. Cir. 1989) (quoting M. Steinthal & Co. v. Seamans, 
    455 F.2d 1289
    , 1301
    (D.C. Cir. 1971)). If, on the other hand, “the trial court determines [that] the
    government acted without rational basis or contrary to law when evaluating the
    bids and awarding the contract[,] . . . it proceeds to determine, as a factual matter,
    if the bid protester was prejudiced by that conduct.” 
    Bannum, 404 F.3d at 1351
    .
    The protestor again bears the burden of proof, and must “show that there was a
    ‘substantial chance’ [the plaintiff] would have received the contract award but for
    the [government’s] errors in the bid process.” 
    Id. at 1358
    (citations omitted). If a
    protestor can show that, but for the procurement error of the agency, there was a
    substantial chance that it would have won the contract award, prejudice has been
    established. 
    Id. at 1353
    (citations omitted). “Prejudice is a question of fact.” 
    Id. (citing Advanced
    Data 
    Concepts, 216 F.3d at 1057
    ).
    C.     Supplementation of the Administrative Record
    In Axiom Resource Management, Inc. v. United States, 
    564 F.3d 1374
    (Fed.
    Cir. 2009), the Federal Circuit identified the acceptable circumstances under
    which the administrative record may be supplemented in a bid protest. The Axiom
    panel criticized a decision by this court which permitted supplementation of the
    administrative record in a bid protest, and criticized the trial court’s over-broad
    reliance on Esch v. Yeutter, 
    876 F.2d 976
    , 991 (D.C. Cir. 1989), a case which
    provides a list of possible justifications for the supplementation of the
    administrative record of an agency action. 
    Axiom, 564 F.3d at 1379-81
    .
    The court notes that the Axiom panel adopted a restrictive standard for
    supplementation of the administrative record in a bid protest, and favorably cited
    Murakami v. United States, 
    46 Fed. Cl. 731
    (2000), aff’d, 
    398 F.3d 1342
    (Fed. Cir.
    2005). 
    Axiom, 564 F.3d at 1380
    . The Axiom standard for supplementation of the
    administrative record in a bid protest is a direct quotation from Murakami, stating
    that “supplementation of the record should be limited to cases in which ‘the
    18
    omission of extra-record evidence precludes effective judicial review.’” 
    Id. (quoting Murakami,
    46 Fed. Cl. at 735). The Federal Circuit relied on the cases
    cited by this court in Murakami to conclude that “[t]he purpose of limiting review
    to the record actually before the agency is to guard against courts using new
    evidence to ‘convert the “arbitrary and capricious” standard into effectively de
    novo review.’” 
    Id. (quoting Murakami,
    46 Fed. Cl. at 735, and citing Fla. Power
    & Light Co. v. Lorion, 
    470 U.S. 729
    , 743-44 (1985); Camp v. Pitts, 
    411 U.S. 138
    ,
    142 (1973)). The thrust of the Axiom decision, and Murakami, is that this court
    must exercise restraint when considering whether or not to supplement the
    administrative record in a bid protest. See 
    id. (favoring a
    “more restrictive
    approach” and questioning the vitality of Esch) (citations omitted); 
    Murakami, 46 Fed. Cl. at 735
    (stating that the construction of the Esch justifications for allowing
    supplementation of an administrative record should be “extremely limited”)
    (citations omitted). For these reasons, this court has carefully considered the
    documents attached by the parties as exhibits to their briefs to consider whether
    these documents should supplement the administrative record.
    III.   Standing
    Although the government does not contend that Sotera lacks standing to
    bring this bid protest, Raytheon moves to dismiss Sotera’s protest on standing
    grounds because of an alleged OCI that it argues impairs Sotera’s eligibility for
    contract award. Raytheon Mot. at 7-19. In its opening brief on this issue,
    Raytheon fails to cite a single bid protest decision with analogous facts, i.e., a case
    where a protestor’s standing was destroyed by an alleged OCI that the agency had
    already investigated and eliminated as a cause for concern. In essence, Raytheon
    asks this court to substitute its judgment for that of the agency on the OCI issue,
    and to employ a de novo review of this issue to deprive Sotera of standing. In the
    court’s view, relevant bid protest caselaw does not support Raytheon’s motion.
    First, as 
    noted supra
    , standing in bid protests is established if the protestor
    possesses a substantial chance of receiving the contract award if its allegations of
    procurement error are sustained by the court. 
    ITAC, 316 F.3d at 1319
    . Here,
    Sotera once won the contract award, is currently second in line for award, and has
    been determined by the procuring agency to have no OCIs. The Army has, in
    other words, shown no indication that it would deny Sotera the contract award
    because of the alleged OCI, and no other impediment to Sotera’s standing has
    been identified by intervenor-defendant. The record thus clearly shows that Sotera
    19
    has a substantial chance of contract award and standing to bring this suit. See,
    e.g., Bilfinger Berger AG Sede Secondaria Italiana v. United States, 
    97 Fed. Cl. 96
    , 135 (2010) (“A prejudice determination for the purpose of evaluating standing
    is a ‘limited review’ that seeks ‘minimum requisite evidence necessary for plaintiff
    to demonstrate prejudice and therefore standing.’” (quoting Night Vision Corp. v.
    United States, 
    68 Fed. Cl. 368
    , 392 & n.23 (2005)).
    It was only at oral argument that Raytheon pointed to support from a recent
    case decided by this court, Bannum, Inc. v. United States, 
    115 Fed. Cl. 148
    (2014),
    for its standing argument. Bannum and similar cases, however, merely stand for
    the proposition that the court may rule on the standing issue based on
    disqualifying elements of a protestor’s proposal that the agency has overlooked.
    See, 
    e.g., 115 Fed. Cl. at 155-56
    (stating that “in assessing standing, this Court is
    not bound by the finding in the Source Selection Decision or required to apply the
    [deferential] APA standard of review . . . [because] the Court must ascertain its
    own jurisdiction and, in doing so, [it] is not bound by an agency’s mistake in
    overlooking a non-compliant proposal”) (citing Dismas Charities, Inc. v. United
    States, 
    75 Fed. Cl. 59
    , 61-62 (2007)); 
    Dismas, 75 Fed. Cl. at 61-62
    (finding that a
    protestor lacked standing despite the fact that the procuring agency’s “Source
    Selection Decision . . . never explicitly stated that [the protestor’s proposal] did
    not comply with the solicitation”) (citing A & D Fire Prot., Inc. v. United States,
    
    72 Fed. Cl. 126
    , 140 (2006)). Here, Raytheon is not attempting to point out an
    overlooked aspect of Sotera’s proposal that renders Sotera ineligible for award –
    instead, Raytheon asks the court to overturn the agency’s OCI ruling. Bannum
    offers no support for that course of action.
    Plaintiff suggests that Raytheon’s standing challenge is, in essence, a protest
    of the Army’s OCI ruling. Pl.’s Reply at 10-11. In the court’s view, it does not
    matter how Raytheon’s motion to dismiss is characterized. Ultimately, Raytheon
    has produced no authority stating that a de novo OCI review is required to confirm
    a protestor’s standing to bring a bid protest, when the agency has fully considered
    the OCI allegation and has ruled against the existence of an OCI. Under
    Raytheon’s construction of this court’s bid protest standard of review, an agency’s
    OCI ruling would be afforded less deference in a challenge to a protestor’s
    standing than such an OCI ruling would receive in a challenge to an awardee’s
    eligibility for contract award on the merits. See, e.g., 
    Axiom, 564 F.3d at 1382
    (stating that an agency’s ruling regarding an awardee’s OCIs should not “trigger[]
    de novo review” because the deferential arbitrary and capricious standard applies).
    20
    Such an incongruous and inconsistent application of deference to procuring
    agencies’ OCI rulings is logically unsupportable.
    Thus, even if the court, in the circumstances of this procurement, considered
    it appropriate to conduct a review of Raytheon’s OCI allegations to confirm
    Sotera’s standing, which it does not, and even if the court agreed that the AR
    should be supplemented with the materials attached to Raytheon’s motion to
    dismiss, which it again does not, the court believes that deference would
    nonetheless be due the Army’s OCI ruling and that the arbitrary and capricious
    standard of review would apply. In other words, the court would follow Axiom
    and only overturn the Army’s finding that Sotera’s eligibility for award was not
    destroyed by an OCI if the court determined the Army’s finding regarding OCIs to
    be unreasonable.
    The identification and mitigation of OCIs are examples of discretionary
    procurement decisions by a federal agency that are due deference from this court.
    As stated in Axiom,
    the [Federal Acquisition Regulation (FAR)5] recognizes
    that the identification of OCIs and the evaluation of
    mitigation proposals are fact-specific inquiries that
    require the exercise of considerable discretion. See 48
    C.F.R. § 9.505 (“Each individual contracting situation
    should be examined on the basis of its particular facts
    and the nature of the proposed contract. The exercise of
    common sense, good judgment, and sound discretion is
    required in both the decision on whether a significant
    potential conflict exists and, if it does, the development
    of an appropriate means for resolving it.”); see also
    [ARINC Eng’g Servs., LLC v. United States, 
    77 Fed. Cl. 196
    , 202 (2007)] (“The responsibility for determining
    whether such unequal access exists and what steps
    5
    / All citations to the FAR in this opinion are to the current version of Title 48 of the
    Code of Federal Regulations, which does not appear to differ in any material respect from the
    versions that were in force at times relevant to the procurement actions challenged in this bid
    protest.
    21
    should be taken in response thereto rests squarely with
    the contracting 
    officer.”). 564 F.3d at 1382
    . Having considered the three exhibits attached to Raytheon’s
    motion, and the arguments Raytheon presents regarding Sotera’s alleged OCI, the
    court finds nothing of sufficient concern to cast doubt on the reasonableness of the
    Army’s OCI ruling presented in AR Tab 57.6
    Finally, if an alternative de novo review of the OCI issue could be justified,
    the court would come to the same conclusion reached by the Army in 2013 after
    an extensive investigation. The technical elements of Sotera’s proposal were not
    substantively revised after Mr. Chet Wilson, the employee who allegedly
    possessed proprietary knowledge of Sotera’s competitors’ technical approaches,
    joined Sotera’s workforce. Although discussions, through Evaluation Notices
    (ENs) and responses thereto, permitted Sotera to expound upon aspects of its
    proposal that had previously received weak ratings, and to provide supporting
    documentation that responded to requests for more detailed explanations of
    Sotera’s plan of work, no substantive changes were made to the proposal
    originally submitted to the Army. See AR Tabs 9, 17, 19, 30. Furthermore, Mr.
    Wilson was bound by protocols not to divulge proprietary information gleaned
    from past work experiences. See 
    id. at 8677-81.
    The court must agree with the
    contracting officer who stated that:
    Given the nature of the limited scope of the ENs issued
    to Sotera and the responses received, coupled with the
    performance-based nature of the EWPMT effort which
    called for no specific approach, the fact that Sotera had
    developed and proposed its approach/solution prior to
    employing Mr. Wilson, the type of Raytheon
    “proprietary” information to which Mr. Wilson had
    access, and the fact that the ENs issued by the
    Government during discussions specifically sought and
    obtained clarification and detail on the approach
    6
    / AR Tab 57 is not carefully indexed by defendant. The contracting officer’s findings
    are on pages 8645, 8665-94; conclusions regarding the OCI allegations are found on pages 8691-
    94. An index of enclosures is found on page 8695. The Army’s accompanying legal analysis of
    Raytheon’s OCI allegations is found on pages 9236-46.
    22
    proposed by Sotera prior to Mr. Wilson beginning
    employment or reviewing the ENs, I have concluded that
    although Mr. Wilson had access to information marked
    as proprietary by Raytheon, said information was not
    competitively advantageous to Sotera in the preparation
    of its proposal or in responding to ENs, and therefore did
    not prejudice Raytheon in any way.
    
    Id. at 8683.
    Thus, even through the lens of a de novo review of Raytheon’s OCI
    allegations, Sotera is not ineligible for award because of an OCI; plaintiff has
    standing to bring this protest. 
    ITAC, 316 F.3d at 1319
    .
    IV.    Analysis for Count I of the Amended Complaint7
    A.     No Waiver of Count I Caused by Delay in Filing Protest of
    Agency Decision to Undertake Corrective Action
    1.      Binding Precedent
    Both the government and Raytheon contend that Blue & Gold Fleet bars this
    court’s consideration of Count I of the complaint. Their basic contention is that
    Sotera should have protested the Army’s decision to re-evaluate proposals before
    the results of that re-evaluation were revealed by the award to Raytheon. This
    contention is premised on an extension of the holding in Blue & Gold Fleet which
    states that
    a party who has the opportunity to object to the terms of
    a government solicitation containing a patent error and
    fails to do so prior to the close of the bidding process
    waives its ability to raise the same objection
    subsequently in a bid protest action in the Court of
    Federal 
    Claims. 492 F.3d at 1313
    .
    7
    / The court addresses the counts of the amended complaint in the following order:
    Count I, Count III, Count IV, Count II.
    23
    Here, no solicitation term is at issue – it is the Army’s corrective action that
    might have triggered waiver of a bid protest ground. In particular, the protest-
    worthy action, according to the government and Raytheon, is the Army’s stated
    intent to
    examine all proposals and evaluations for offerors in the
    final competitive range (this includes [Raytheon]), and
    [the Army] will re-evaluate as appropriate. If the
    re-evaluations result in any changes, the source selection
    authority will render a new source selection decision.
    AR at 8506.1. The defendants in this case rely upon a variety of authorities for
    their waiver argument, but the Federal Circuit precedent cited is almost entirely
    dicta and of minimal precedential value.
    The waiver rule in Blue & Gold Fleet has been extended in COMINT
    Systems Corp. v. United States, 
    700 F.3d 1377
    , 1382 (Fed. Cir. 2012), so that
    protests of the terms of an amendment to a solicitation are waived if not raised
    before award. See 
    id. at 1382
    & n.5 (stating that “assuming that there is adequate
    time in which to do so, a disappointed bidder must bring a challenge to [an
    amended] solicitation containing a patent error or ambiguity [excepting latent
    errors or ambiguities] prior to the award of the contract” (citing Blue & Gold
    
    Fleet, 492 F.3d at 1313
    )). This COMINT extension of Blue & Gold Fleet to
    solicitation amendment scenarios is, however, inapplicable to the facts of this bid
    protest, where no solicitation amendment occurred as part of the Army’s corrective
    action. Furthermore, although there is brief commentary in the COMINT decision
    which looks to GAO timeliness rules as support for the rationale of COMINT’s
    extension of the waiver rule of Blue & Gold Fleet, this general endorsement of the
    GAO’s approach to delay-based waiver must be construed, at most, as dicta
    regarding the propriety of extending Blue & Gold Fleet’s waiver rule beyond the
    scope of the waiver holding in COMINT.
    There is additional dicta in Systems Application & Technologies, Inc. v.
    United States, 
    691 F.3d 1374
    (Fed. Cir. 2012) (SA TECH II), regarding the waiver
    rule set forth in Blue & Gold Fleet. At issue in that appeal was the government’s
    allegation that the bid protest of a corrective action was not ripe, not that a
    protestor had waived its right to protest by delaying its protest until a new award
    decision had issued. 
    Id. at 1383-85.
    In particular, the government contended that
    24
    the apparent awardee could not protest a corrective action until the government
    concluded its corrective action and re-awarded the contract to another bidder. 
    Id. at 1384.
    The Federal Circuit disagreed, because “the Army’s proposed finality
    rule would make some of their actions protest-proof.” 
    Id. The only
    specific discussion of “protest-proof” actions being immune from
    review because of a waiver of protest grounds is this statement in SA TECH II:
    If SA-TECH’s claims were not ripe until after the
    contract award, then SA-TECH could never protest th[e]
    proposed amendment to the terms of the solicitation
    [which was part of its challenge to the corrective 
    action]. 691 F.3d at 1384-85
    (citing Blue & Gold 
    Fleet, 492 F.3d at 1313
    ). Because this
    commentary is dicta, and could just as easily be read to not extend as to extend the
    waiver rule in COMINT and Blue & Gold Fleet, the court finds SA TECH II to be
    of no value in resolving the waiver issue in this case. The court now turns to a
    brief discussion of the caselaw and GAO decisions relied upon by the government
    and Raytheon to argue that an extension of Blue & Gold Fleet’s waiver rule is
    warranted in the circumstances of this protest.
    2.    Federal Claims Court Cases
    According to defendant, relying in particular on a number of protest
    ripeness cases decided by this court, a delayed protest of a corrective action is
    waived. Def.’s Mot. at 15. A discussion of the ripeness of a particular protest,
    however, is no indication that this court has actually extended the waiver rule in
    Blue & Gold Fleet to protests of corrective actions that are separate and distinct
    from solicitation amendments. Although ripeness and waiver are related concepts,
    a holding deciding the ripeness of a bid protest does not confirm that this court has
    extended Blue & Gold Fleet to protests of re-evaluation decisions in the context of
    corrective actions by agencies responding to a GAO protest.
    Raytheon, in its reply brief, cites to better cases which discuss the waiver
    rule in the context of untimely challenges to government actions in a procurement
    – actions other than solicitation amendments. Raytheon Reply at 5-6. These cases
    are: Communication Construction Services, Inc. v. United States, 
    116 Fed. Cl. 233
    , 263-64 (2014) (waiver of a protest ground founded on an alleged OCI that
    25
    was known to the protestor before bids were submitted); CRAssociates, Inc. v.
    United States, 
    102 Fed. Cl. 698
    , 712 (2011) (waiver of a protest ground founded
    on an alleged OCI that was known to the protestor before bids were submitted);
    Ceres Environmental Services, Inc. v. United States, 
    97 Fed. Cl. 277
    , 310 (2011)
    (waiver of a protest ground founded on an “obvious procurement procedure”
    which disclosed the protestor’s pricing to competitors, because this procedure was
    known to the protestor before bids were submitted).
    While the three cases cited by Raytheon are instructive, they do not bind the
    court in this case. In addition, the facts of those cases are not very similar to the
    facts of this case. For example, all three of the cited cases involved a protestor
    that possessed knowledge of an alleged procurement defect, that faced a fixed
    deadline for protesting that defect (before the submission of bids), and that waited
    for the results of an evaluation process before protesting the alleged defect. Here,
    there was no upcoming bidding deadline because proposals were already in the
    hands of the Army. Waiver because of delay is less easily discerned when there is
    no proposal submission deadline that clearly demarcates timely and untimely
    protests.
    At oral argument, the court inquired as to when Sotera should have
    protested the re-evaluations of proposals in order to avoid waiver under Blue and
    Gold Fleet. Raytheon stated that Sotera should have acted “within a reasonable
    time,” and that waiting to raise this challenge until after Sotera had lost its GAO
    protest was “way too long.”8 Tr. at 67-69. The government stated that although
    the usual rule is that the protest must be lodged before award, when a GAO protest
    is dismissed as moot the protestor must protest the corrective action before the
    GAO protest is dismissed.9 
    Id. at 39-40.
    Plaintiff stated that even if Blue & Gold
    Fleet could be applied to this type of scenario, no waiver deadline would be
    8
    / The court notes that there is no requirement that a protestor raise each and every
    protest ground before the GAO before those protest grounds may be raised in a protest before this
    court. New protest grounds in cases before this court are not waived merely because the GAO
    had no chance to consider them in a previous protest. See, e.g., Centech Grp., Inc. v. United
    States, 
    78 Fed. Cl. 496
    , 507 n.20 (2007) (stating that “the right to file a protest in the Court of
    Federal Claims is unaffected by GAO’s protest process” (citing 31 U.S.C. § 3556 (2012)).
    9
    / Under the government’s rule Sotera would have had four business days from the initial
    corrective action notice, or two business days from the clarified corrective action notice, within
    which to have filed a timely appeal of the government’s proposed corrective action.
    26
    triggered unless the Army acknowledged that the first evaluation of proposals was
    unlawful and that there needed to be a second, lawful examination of proposals.
    
    Id. at 12.
    Given the uncertainty as to the appropriate deadline for avoiding waiver of a
    corrective action protest, and the lack of precedential authority for extending the
    waiver rule in Blue & Gold Fleet to protests of corrective action notices such as
    the one issued by the Army here, the cases cited by Raytheon and the government
    fail to persuade the court that Sotera necessarily waived its right to protest the
    Army’s decision to re-evaluate proposals.10
    3.      GAO Decisions
    The court now considers whether GAO decisions which have considered
    waiver in the context of corrective action protests are persuasive, even though
    GAO decisions are not binding precedent for this court. See, e.g., Allied Tech.
    Grp., Inc. v. United States, 
    649 F.3d 1320
    , 1331 n.1 (Fed. Cir. 2011) (stating that
    GAO decisions do not create binding precedent for the Federal Circuit); XTRA
    Lease, Inc. v. United States, 
    50 Fed. Cl. 612
    , 618 (2001) (stating that “GAO
    decisions are not binding on this court”) (citation omitted). The government and
    Raytheon cite to a pair of GAO decisions issued in 2008-09 as support for their
    waiver arguments. See Def.’s Mot. at 15 (citing Northrop Grumman Info. Tech.,
    Inc., B-400134.10, 2009 CPD ¶ 167 (Comp. Gen. Aug. 18, 2009); Domain Name
    Alliance Registry, B-310803.2, 2008 CPD ¶ 168 (Comp. Gen. Aug. 18, 2008));
    Raytheon Mot. at 32 (citing Northrop Grumman); Raytheon Reply at 5 (citing
    Domain Name). The principle that defendant and intervenor-defendant attempt to
    distill from these two cases is best summarized by the government:
    10
    / At least one judge of this court appears to suggest that the waiver rule set forth in Blue
    & Gold Fleet should not be applied too broadly in corrective action protests:
    [H]ad [the agency] at any point in taking corrective action
    modified its solicitation and called for new proposals, then the
    somewhat extended doctrine of timeliness and waiver represented
    by the progeny of Blue & Gold Fleet in this court could well have
    been triggered.
    Vanguard Recovery Assistance v. United States, 
    99 Fed. Cl. 81
    , 92 (2011) (footnote omitted).
    27
    GAO has long held that a protest “which challenges the
    way in which the agency will conduct its corrective
    action and recompetition, is analogous to a challenge to
    the terms of a solicitation,” and, thus, any such challenge
    must be raised prior to award to be timely.
    Def.’s Mot. at 15 (quoting Domain Name and citing Northrop Grumman). It
    would be more accurate, however, to state that the GAO has stated that some such
    corrective action challenges must be raised prior to award to be timely.
    The full GAO corrective action protest waiver rule is stated in a more recent
    GAO decision:
    Because [Earth Resources Technology’s (ERT’s)] protest
    of the agency’s decision in this regard amounts to a
    challenge of the agency’s corrective action and the
    ground rules established for the competition, see
    Northrop Grumman Info. Tech, Inc., B-400134.10, Aug.
    18, 2009, 2009 CPD para. 167 at 10; Domain Name
    Alliance Registry, B-310803.2, Aug. 18, 2008, 2008
    CPD para. 168 at 7, it was unreasonable for ERT to wait
    until July 11, after having received its debriefing
    regarding the award decision, to protest NASA’s
    decision in this regard. Rather, because ERT knew or
    should have known of this basis of protest as a
    consequence of ERT’s counsel receiving the [corrective
    action notice], ERT should have, at the latest, protested
    the agency’s decision not to hold . . . discussions within
    10 days of receiving the [correction action notice], or by
    July 6. Having failed to timely protest this matter, the
    allegation is dismissed. 4 C.F.R. sect. 21.2.
    Earth Res. Tech., Inc., B-403043.2, 2010 CPD ¶ 248, 
    2010 WL 4304182
    , at *4
    (Comp. Gen. Oct. 18, 2010) (emphasis added). This full exposition of the GAO’s
    waiver rule, putting aside for the moment the fact that the GAO applies a ten-day
    timeliness rule which does not apply to this court’s bid protest jurisdiction,
    supposes that some corrective actions affect the ground rules of the competition
    28
    and that some do not. This distinction is explained, at least to some degree, in a
    more recent GAO decision:
    As an initial matter, we note that we have considered the
    merits of various protests challenging the adequacy of an
    agency’s proposed corrective action. In doing so, in
    those instances where the agency’s proposed corrective
    action alters or fails to alter the ground rules for the
    competition (i.e., aspects that apply to all offerors), we
    have considered a protester’s challenge of such to be
    analogous to a challenge to the terms of a solicitation,
    thus providing the basis for protest prior to award.
    Domain Name Alliance 
    Registry, supra
    (protest
    challenging agency’s decision not to reopen
    discussions); Northrop Grumman Info. Tech., Inc., B-
    400134.10, Aug. 18, 2009, 2009 CPD ¶ 167 at 10
    (protest challenging agency’s decision not to hold
    discussions or permit clarifications); see 4 C.F.R.
    § 21.2(a)(1) (2012). However, in those instances where
    the agency’s proposed corrective action does not alter
    the ground rules for the competition, we have considered
    a protester’s preaward challenge to be premature. Alliant
    Techsystems, Inc., B-405129.3, Jan. 23, 2012, 2012 CPD
    ¶ 50 at 2 n.1 (protest challenging the agency’s evaluation
    as improper); Northrop Grumman Tech. Servs., Inc., B-
    404636.11, June 15, 2011, 2011 CPD ¶ 121 at 4 (protest
    challenging the agency’s discussions as unequal).
    SOS Int’l, Ltd., B-407778.2, 2013 CPD ¶ 28, 
    2013 WL 121161
    , at *2 (Comp. Gen.
    Jan. 9, 2013) (SOS International).
    In its examination of the GAO’s waiver doctrine, as it applies to corrective
    action protests, the court asked the parties to comment on whether the Army’s
    corrective action notice in this case altered the ground rules of the competition for
    the EWPMT contract. In response plaintiff’s counsel stated that the corrective
    action did “not change the ground rules of the competition [because it had] no
    impact on the other offerors and there [were] no revisions to proposals.” Tr. at 90.
    Raytheon’s counsel disagreed, stating emphatically that the Army’s corrective
    29
    action altered the ground rules of the competition because the Army would “go
    back and do another evaluation.” 
    Id. at 69.
    Government counsel’s response was
    less definitive:
    [W]e did not change the ground rules. . . . We set a
    ground rule. . . . [D]epending on where the court is
    going with the question, you know, I’d have to say that
    we did set a ground rule, but I’m not saying we – and I
    would not say that we changed the ground rule in any
    significant fashion.
    
    Id. at 93-94.
    The court is not convinced that the GAO’s formulation of a waiver and
    ripeness doctrine for corrective action protests is of much utility in this case. First,
    the GAO must impose a strict ten-day deadline for the filing of protests, 4 C.F.R.
    § 21.2(a)(2) (2014); this court has no such imperative. Second, the GAO employs
    an obscure distinction between a “proposed corrective action [that] alters or fails
    to alter the ground rules for the competition (i.e., aspects that apply to all
    offerors),” and a “proposed corrective action [that] does not alter the ground rules
    for the competition.” SOS International, 
    2013 WL 121161
    , at *2 . This GAO
    doctrine, in the court’s view, relies overmuch on determining whether the “ground
    rules” of the competition have been altered, however those ground rules might be
    defined. For these reasons, the court will not rely on Domain Name or Northrup
    Grumman as persuasive authority to support the extension of Blue & Gold Fleet to
    the circumstances of this case.
    If the court were to rely on the GAO’s doctrine of corrective action protest
    waivers, at least one decision could be viewed as favoring Sotera. SOS
    International discusses a protest of a corrective action not very different from the
    corrective action undertaken in the instant case. The protestor in SOS
    International argued that a corrective action which only re-evaluated price
    proposals, rather than entire proposals, was inadequate. See SOS International,
    
    2013 WL 121161
    , at *2 (reporting that the protestor “argues that the course of
    action contemplated by the agency – reevaluating offerors’ price proposals but not
    also the technical and past performance proposals – will lead to an improper
    evaluation”). The GAO protest was dismissed as premature, because the partial
    30
    re-evaluation decision “does not effectively incorporate [various aspects of the
    evaluation] into the ground rules for the competition.” 
    Id. Here, the
    Army’s intent to “examine all proposals and evaluations for
    offerors . . . and . . . re-evaluate as appropriate” also, arguably, does not
    incorporate aspects of the evaluation into the ground rules of the EWPMT
    competition. Indeed, the corrective action announced in SOS International
    appears to have been more specific than the corrective action notice issued by the
    Army here, but was still seen as a preliminary government action not yet subject to
    protest. Although Raytheon and the government rely on the GAO’s waiver
    doctrine regarding corrective action protests to dismiss Count I of the complaint,
    that doctrine, as applied in SOS International, would just as likely have rejected
    any Sotera protest of the Army’s corrective action plan, if filed within ten days of
    receipt of the Army’s corrective action notice, as unripe. The court therefore
    cannot dismiss Count I of the amended complaint based solely on the GAO
    doctrine of waiver in corrective action protests.
    4.    No Waiver in these Circumstances
    Sotera’s delay in challenging the re-evaluation of proposals presents a close
    question of waiver. If the facts were slightly different, an extension of the waiver
    doctrine might well apply. Nonetheless, having given due consideration to the
    cases and decisions relied upon by the parties, as well as to the text of the Army’s
    corrective action notice and the clarification of that notice, no waiver, as described
    by Blue & Gold Fleet or other binding precedent, occurred here. In the
    circumstances of the EWPMT procurement corrective action announced by the
    Army, Count I of Sotera’s amended complaint was not waived.
    B.     The Agency’s Decision to Re-evaluate Proposals Survives Review
    1.    No Absolute Bar to Re-evaluation
    Sotera contends that the Army was precluded from re-evaluating the
    EWPMT proposals after Sotera had been awarded the contract. See Pl.’s Mot. at
    24 (stating that “the Army did not have a lawful basis to ‘reevaluate’ the original
    proposals and second-guess its original judgments”). Unfortunately for plaintiff’s
    position, there is no binding authority which supports that argument. Furthermore,
    plaintiff’s reliance on FAR 33.102(b) is misplaced. See Pl.’s Mot. at 26-27
    31
    (stating that “FAR 33.102(b) does not allow an agency to change its mind simply
    because it later believes, upon further reflection, that a different offeror represents
    a better value”). The FAR provision relied upon by plaintiff merely states, in
    discussing an agency’s response to a protest, that:
    If, in connection with a protest, the head of an agency
    determines that a solicitation, proposed award, or award
    does not comply with the requirements of law or
    regulation, the head of the agency may . . . [t]ake any
    action that could have been recommended by the
    Comptroller General had the protest been filed with the
    Government Accountability Office[.]
    48 C.F.R. § 33.102(b) (2013). This regulation does not contain any bar to the re-
    evaluation of proposals undertaken in response to a protest filed at the GAO.
    To the extent that Sotera interprets a decision of this court to severely limit
    proposal re-evaluation as a corrective action option for federal agencies seeking to
    moot protests filed at the GAO, the court must disagree. See Pl.’s Mot. at 24-27
    (citing Sys. Application & Techs., Inc. v. United States, 
    100 Fed. Cl. 687
    (2011)
    (SA TECH I), aff’d on other grounds, 
    691 F.3d 1374
    (Fed. Cir. 2012). First,
    decisions of this court are not binding precedent for judges of this court. AINS,
    Inc. v. United States, 
    365 F.3d 1333
    , 1336 n.1 (Fed. Cir. 2004), abrogated on
    other grounds by Slattery v. United States, 
    635 F.3d 1298
    (Fed. Cir. 2011) (en
    banc). Second, the passage in SA TECH I relied upon by plaintiff is a brief,
    alternative holding supported by minimal analysis. 
    See 100 Fed. Cl. at 719
    (stating that the court “briefly consider[ed] whether the Army’s decision to take
    corrective action also violates a statute or regulation”). Third, SA TECH I is
    distinguishable on its facts, because the court in SA TECH I first determined that
    the re-evaluation decision was irrational (a finding which, as discussed infra, does
    not pertain here) before deciding that the re-evaluation decision was also unlawful.
    See 
    id. (stating that
    “[a]lthough the court has determined that the Army’s decision
    to take corrective action lacks a rational basis, it briefly considers whether the
    Army’s decision to take corrective action also violates a statute or regulation”).
    For all of these reasons, the court rejects plaintiff’s contention, based on its
    reading of SA TECH I, that a federal agency may only re-evaluate proposals, when
    responding to a protest, if the agency first finds that its previous evaluation was
    32
    either significantly flawed or unlawful. See 
    Impresa, 238 F.3d at 1332
    (“[T]he
    courts have recognized that contracting officers are ‘entitled to exercise discretion
    upon a broad range of issues confronting them’ in the procurement process.”
    (quoting Latecoere Int’l, Inc. v. U.S. Dep’t of Navy, 
    19 F.3d 1342
    , 1356 (11th Cir.
    1994))). As the government notes, Sotera’s restrictive view of corrective action
    would require an agency to pre-determine the results of its re-evaluation of
    proposals before actually conducting such a re-evaluation. Def.’s Mot. at 19.
    Finding that neither precedent nor logic supports Sotera’s contentions in this
    regard, the court holds that the Army was exercising its lawful discretion when it
    chose to re-evaluate proposals to consider the protest grounds raised by Raytheon
    in its GAO protest.
    2.    The Army’s Decision to Re-evaluate Proposals was Not an
    Abuse of Discretion
    Sotera also argues that it was an abuse of discretion for the Army to re-
    evaluate proposals. Pl.’s Mot. at 24; Pl.’s Reply at 26. Procurement actions which
    lack a rational basis are an abuse of the agency’s discretion. 
    Impresa, 238 F.3d at 1332
    -33. Here, the record shows that the Army chose to re-evaluate proposals
    because Raytheon’s critique of the evaluation process and award decision was
    taken seriously. See AR Tabs 50-51. One clear error was found in the initial past
    performance evaluation of Sotera’s proposal, regarding the weight accorded the
    past performance of Sotera’s sub-contractors. See 
    id. at 8555,
    8599-600, 8603.
    Revisions were also made in the evaluation of Raytheon’s technical proposal. The
    court does not find, on this record, that the decision to re-evaluate proposals
    lacked a rational basis. The court therefore disagrees with the contentions of
    Count I of the amended complaint, and finds that the decision to re-evaluate
    proposals was neither unlawful nor an abuse of discretion.
    V.    Analysis for Count III of the Amended Complaint
    A.     Waiver of Protest of the Price Evaluation Methodology Used to
    Rate Raytheon’s Proposal, Where that Methodology Was
    Disclosed in the Solicitation
    The amended complaint challenges the price evaluation of Raytheon’s
    proposal:
    33
    The Army’s cost evaluation was fundamentally improper
    because the Army allowed Raytheon to take advantage
    of the procurement by proposing substantially fewer
    labor hours on the basis that it had already developed [ ]
    of the [CD1] requirements. While there is nothing
    improper with such a proposal, it directly undermined
    the purpose and fairness of the cost evaluation and, thus,
    it became incumbent upon the Army to take affirmative
    steps to ensure that the cost evaluation achieved its core
    purpose (i.e., identifying the relative cost value of each
    proposal for the EWPMT program).
    Am. Comp. ¶ 132. The solicitation disclosed, however, that the Army would
    evaluate price by considering an offeror’s costs for CD1 alone, not that offeror’s
    costs for the entire contract. AR at 739, 745. In plaintiff’s view, the Army was
    required to modify its cost evaluation methodology in order to accurately rate
    Raytheon’s proposal. The court must agree with Raytheon and the government
    that Count III challenges how the solicitation term governs cost evaluations, and
    that such a challenge is untimely under Blue & Gold Fleet. See Raytheon’s Mot.
    at 48 (“If Sotera felt that the Agency should have considered the costs to perform
    all CD1 requirements, regardless of an offeror’s approach and whether or not
    those costs would be charged to the Agency, then Sotera was required to object
    prior to the closing date for receipt of proposals.” (citing Blue & Gold 
    Fleet, 492 F.3d at 1314
    )); Def.’s Mot. at 44 (“Sotera’s cost challenge was waived, because
    this argument necessarily challenges the express cost evaluation criteria
    established in the solicitation.” (citing Blue & Gold 
    Fleet, 492 F.3d at 1308
    ,
    1313)).
    B.     Price Evaluation Not Shown To Be Irrational
    To the extent that Sotera attacks the rationality of the Army’s decision to
    hold fast to its cost evaluation methodology when faced with the particular cost
    elements of Raytheon’s proposal, the court is not persuaded that the Army erred by
    considering Raytheon’s proposed and evaluated costs for CD1 to be reliable
    34
    indicators of the comparative cost of Raytheon’s proposal.11 Plaintiff contends
    that:
    The Army had a responsibility to adjust Raytheon’s
    proposed cost upward to a figure that was reflective of
    what it would cost for Raytheon to perform all CD1
    requirements, as this was how all other offerors priced
    their proposals. . . . The Army violated the law by failing
    to meaningfully consider the true cost of Raytheon’s
    proposal for the underlying contract.
    Pl.’s Mot. at 37-38 (footnotes omitted). In addition, plaintiff points to higher rates
    that Raytheon would charge the government, for example, for labor and overhead,
    as evidence that Raytheon’s proposal will cost much more than Sotera’s proposal
    over the life of the contract. 
    Id. at 29
    (citing AR at 9475). Raytheon and the
    government, on the other hand, argue that the Army was fully aware of the
    structure of Raytheon’s cost proposal (offering some elements of CD1 to the Army
    at zero cost because of previous development work accomplished by Raytheon),
    and that the Army rationally concluded that Raytheon’s evaluated cost for CD1
    was accurately measured pursuant to the methodology required by the solicitation.
    The court agrees that the cost evaluation of Raytheon’s proposal was
    rational and in accordance with the solicitation’s stated evaluation methodology.
    The court must agree, in particular, with the government’s contention that Sotera’s
    proposed adjustments to Raytheon’s costs over the life of the entire contract are
    too speculative to invalidate the Army’s evaluated cost for Raytheon’s CD1 –
    $11,258,505. Def.’s Reply at 20 (citing AR at 9292, 9302). The court must also
    concur with Raytheon’s contention that [ ] do not necessarily indicate higher
    future costs. As pointed out by Raytheon, despite [ ] a contractor’s overall future
    costs may well be offset by the deployment of heightened employee efficiencies
    and superior processes, as compared to those of its competitors. Tr. at 80-81.
    Thus, projecting Raytheon’s costs of performance over the life of the contract is
    not as simple as plaintiff appears to suggest.
    11
    / There is substantial overlap between Counts II and III of the amended complaint,
    which both question the rationality of the Army’s cost evaluation of Raytheon’s proposal.
    Compare Am. Compl. ¶¶ 105-08, 122-25, with 
    id. ¶¶ 132-37.
    The court addresses such
    arguments here, and will not return to the topic in its discussion of Count II.
    35
    Ultimately, although Sotera asks the court to substitute its judgment for the
    agency’s, this court must defer to the agency’s technical expertise as to the cost
    evaluation of the proposals submitted in the competition for the EWPMT project.
    Because the cost evaluation of Raytheon’s proposal contained in the AR has not
    been demonstrated to be irrational, the court cannot sustain Sotera’s protest on this
    ground. The court now turns to one of the most hotly contested issues in the
    procurement, the issue of whether unstated evaluation criteria were used in the re-
    evaluation of the EWPMT proposals.
    VI.    Analysis for Count IV of the Amended Complaint
    A.      The SSAC Chair’s Email
    The controversy addressed in Count IV of the amended complaint centers
    on the email sent by the SSAC Chair to the SSEB asking that they place “extra
    emphasis” on certain aspects of the offerors’ proposals during the re-evaluation.
    AR Tab 51. Although the email also highlighted aspects of the evaluation of the
    Past Performance information provided by the offerors, the focus of Count IV is
    on the Technical Factor re-evaluation, and especially but not exclusively on the re-
    evaluation of the Management sub-factor. Plaintiff accuses the Army of
    unlawfully re-evaluating proposals using “unstated evaluation criteria” that were
    developed in response to the SSAC Chair’s email.12 Am. Compl. ¶¶ 160-61.
    Plaintiff disavows accusing the Army of re-evaluating the proposals in bad
    faith so as to direct award to Raytheon. See Pl.’s Reply at 19 (stating that the
    “higher burden of proof” for bad faith does not apply to Sotera’s Count IV); Tr. at
    82 (“We’re not arguing bad faith.”). Thus, the court’s task is to determine whether
    the re-evaluation of the Technical Factor impermissibly strayed from the
    evaluation criteria stated in the solicitation. In fact, the text of the email itself
    implicitly raises the question of whether the Source Selection Evaluation Plan
    (SSEP) (which undisputedly tracks the solicitation’s statement of evaluation
    12
    / Sotera relies on a declaration submitted with its reply brief for an analysis of the
    “unstated evaluation criteria” allegation (and for other purposes). See Pl.’s Reply at 17 & n.14.
    The court did not consider this declaration because the resolution of the evaluation criteria
    dispute was made clear by the AR itself. See 
    Axiom, 564 F.3d at 1380
    (restricting
    supplementation of the administrative record to circumstances where omission of the materials
    would frustrate judicial review).
    36
    criteria) was correctly followed by the Army, or whether the extra emphasis
    requested by the SSAC Chair impermissibly altered the evaluation criteria set forth
    in the solicitation:
    Steve/SSEB Team, as you reassess ratings for each of the
    4 Offerors from the final competitive range ensure that
    you are following SSEP guidance in strict accordance
    with evaluation criteria and definitions. In addition,
    I would like extra emphasis placed on the following . . . .
    AR at 8505.
    Plaintiff urges the court to construe this email as unfairly replacing neutral
    evaluation criteria with criteria blatantly favoring Raytheon. The government and
    Raytheon argue that the SSAC Chair urged the SSEB to follow the SSEP and, in
    order to correctly apply the SSEP’s evaluation criteria, to confirm whether the
    evaluation of certain identified aspects of proposals was indeed accurate. In that
    regard, the government argues that the SSAC Chair’s reference to extra emphasis
    does not indicate that the SSEB would be “putting extra weight on” unstated
    evaluation criteria; instead, the SSEB would simply “review[] certain concerns or
    issues” during the re-evaluation. Tr. at 43.
    In the court’s view, the email could be read either way. Certainly, many, if
    not all, of the topics designated by the SSAC Chair for extra emphasis or
    examination respond to topics raised in Raytheon’s protest, and proprietary
    software developed by Raytheon is mentioned by name as an example of an
    “efficienc[y].” AR at 8505. Also highlighted is a certification level obtained by
    Raytheon and not obtained by the other offerors (CMMI level 5 versus CMMI
    level 3).13 
    Id. On the
    other hand, the SSEB is reminded in the email of the importance of
    adhering to the evaluation criteria stated in the SSEP, and the emphasis requested
    is framed as an inquiry into value, not as a directive to necessarily accord strengths
    13
    / The acronym CMMI refers to “Capability Maturity Model Integration.” AR at 9471.
    Certification at a particular CMMI level relates to an offeror’s software development processes.
    
    Id. at 10941-42.
    37
    to certain aspects of the offerors’ proposals. The court notes, too, that this email
    dated August 15, 2013 references further discussions on August 26, 2013, and that
    the SSEB’s work continued into October 2013. While the SSAC Chair’s email
    directs the SSEB to focus its examination in particular upon certain issues that had
    been flagged as concerns as a result of the GAO protest, there is a distinction
    between directing the evaluation board to give those areas extra scrutiny as
    opposed to extra credit. Thus, although the SSAC Chair’s email sends the SSEB
    off in a certain direction, the documents produced at the end of this process must
    be analyzed to identify the evaluation criteria that were actually used in the
    Army’s re-evaluation of proposals.
    B.     SSEB Findings
    Three documents present the SSEB’s re-evaluation results for Sotera’s and
    Raytheon’s proposals. The first is a set of slides presented to the SSAC, AR Tab
    56, and the other two documents are narrative re-evaluation reports for each
    offeror, 
    id. Tabs 58-59.
    Plaintiff, relying heavily on the differences between the
    original evaluation for Raytheon’s proposal and the re-evaluation results,
    concludes that:
    [A]ll of the material changes to the SSEB report directly
    correlated to the key complaints in Raytheon’s
    debriefing and protest, and in turn the unstated criteria
    reflected in the SSAC Chair’s instructions.
    Pl.’s Mot. at 14. Plaintiff therefore alleges that the improvements in Raytheon’s
    evaluation ratings are the direct result of impermissible unstated evaluation
    criteria.
    The government disagrees, and connects the improved SSEB ratings for
    Raytheon’s proposal to the evaluation criteria set forth in the solicitation. Def.’s
    Mot. at 23-31. Raytheon, in its moving brief, performs a similar analysis of the
    evaluation criteria applied by the SSEB. Raytheon Mot. at 21-26. The
    government’s and Raytheon’s arguments are persuasive. The court finds no
    evidence that the SSEB applied criteria in the proposal re-evaluations that were
    not set forth in the solicitation. See Def.’s Mot. at 23 (citing cases upholding the
    agency’s discretion to interpret the scope of proposal evaluation criteria). The
    court finds that the SSEB’s re-evaluation results, AR at 8555, 8597, 9249, 9310,
    38
    were rational applications of the evaluation criteria explicitly set forth in the
    solicitation.
    A detailed review of the parties’ arguments in this regard is not necessary.
    The alteration in the Past Performance evaluation results for Sotera, and the
    additional strength in the Management sub-factor for Raytheon, are well-
    documented in the record and adequately explained. Pursuant to Sections L and M
    of the solicitation, all of the material changes to the evaluation ratings for
    Raytheon’s and Sotera’s proposals reflect considerations that are within the scope
    of the evaluation criteria publicly established by the Army. The SSEB adhered to
    these criteria when it found Raytheon’s proposal to evidence an “ability to meet
    the demands of an aggressive schedule without sacrificing performance and
    increasing cost in any functional domain.” AR at 9264.
    The court therefore finds that the SSEB’s re-evaluation results are rational
    and did not employ unstated evaluation criteria. To the extent that Sotera
    compares this case to Huntsville Times Co. v. United States, 
    98 Fed. Cl. 100
    (2011), the court finds the analogy strained. That case involved an agency’s
    substitution of undisclosed evaluation criteria for those announced in the
    solicitation – here, the Army applied the same set of disclosed criteria in a second,
    closer look at proposals. The court finds nothing improper in the criteria
    employed in the SSEB’s re-evaluation of proposals.14
    C.      SSAC Recommendation and the SSA Award Decision
    The SSAC and the SSA agreed with the SSEB’s revised evaluations of
    Sotera’s and Raytheon’s proposals. See AR Tabs 60-62. The SSAC noted the
    evolution from the prior evaluation results to the re-evaluation results and
    explained the differences. 
    Id. at 9372-73,
    9416, 9419, 9463. The SSAC then
    performed a comparative analysis of proposals and recommended award to
    Raytheon. 
    Id. at 9469-73,
    9477-78. Nothing in the SSAC’s analysis shows that
    the evaluation criteria of the solicitation were replaced by unstated evaluation
    criteria.
    14
    / The SSAC Chair’s instructions, AR Tab 51, certainly could have led to an improper
    substitution of an altered set of evaluation criteria. On this record, however, the SSEB obeyed
    his specific instruction to “ensure that you are following SSEP guidance in strict accordance with
    evaluation criteria and definitions.” 
    Id. 39 The
    SSA’s award decision reflects a careful consideration of the evaluation
    ratings and recommendations produced by the SSEB and the SSAC. AR Tab 62.
    The SSA explains that the re-evaluation was undertaken as a part of the corrective
    action that mooted Raytheon’s protest at the GAO. 
    Id. at 9481.
    Although the
    SSA does not explicitly disavow his previous decision to award Sotera the
    EWPMT contract, he states that his decision to award the EWPMT contract to
    Raytheon is based on his review of the SSEB’s re-evaluation results and the
    evaluation criteria set forth in the solicitation. 
    Id. The court
    finds that the SSA’s
    award decision did not rely on unstated evaluation criteria. The court specifically
    rejects Sotera’s contention that the SSAC Chair’s email tainted the procurement by
    introducing a different set of evaluation criteria that were employed throughout the
    re-evaluation process.
    To the extent that plaintiff argues that it is unfair, or that various FAR
    provisions are violated when an agency re-evaluates proposals and concurrently
    considers the validity of allegations of evaluation error that have been raised in a
    prior GAO protest, the court cannot agree. As long as the agency adheres to the
    evaluation criteria set forth in the solicitation, the court believes that an agency has
    the discretion to re-evaluate proposals during a corrective action and to correct
    prior evaluation errors. See Glenn Def. Marine (Asia), PTE Ltd. v. United States,
    
    105 Fed. Cl. 541
    , 569 (2012) (“Agency evaluators must be allowed the discretion
    to review their own conclusions if they conclude a mistake has been made, or if
    further inquiry appears appropriate, provided the re-evaluation conforms with the
    solicitation, including any modifications to the solicitation and the evaluation
    process is conducted in a manner fair to all offerors.”). Here, the record shows
    that the re-evaluations were done fairly and in conformance with the solicitation’s
    evaluation criteria. For this reason, Sotera’s protest cannot be sustained on the
    grounds raised in Count IV of the amended complaint.
    VII. Analysis for Count II of the Amended Complaint
    The court now turns to plaintiff’s arguments which challenge the rationality
    of the SSEB’s re-evaluation of proposals.15 Three principal arguments are raised:
    (1) The Army inappropriately minimized the cost premium it would pay for
    15
    / As intervenor-defendant notes, not all of Sotera’s challenges to the re-evaluation were
    presented in its motion for judgment on the administrative record. Raytheon’s Mot. at 46 n.23.
    The court limits its discussion here to the arguments Sotera raised in its dispositive motion.
    40
    Raytheon’s proposal; (2) The Army did not adequately explain its trade-off
    decision, especially in light of the fact that a trade-off analysis favored Sotera’s
    proposal in the Army’s earlier award decision; (3) The Army’s best value decision
    was flawed because the technical advantages of Raytheon’s proposal did not
    outweigh the cost premium that the Army would pay if it chose Raytheon’s
    EWPMT proposal over Sotera’s proposal. The court will address each of these
    arguments in turn.
    A.     Correctly Identified Magnitude of Cost Premium
    The difference between the evaluated costs of Raytheon’s and Sotera’s
    proposals ($11,258,505 and $10,325,671, respectively) was documented in the
    Army’s re-evaluation of proposals as a difference of 8.3%. AR at 9475, 9486-87.
    Sotera does not accuse the Army of any math errors in comparing the evaluated
    costs of proposals. Nor does Sotera state that it is per se irrational for the Army to
    pay an approximately 9% cost premium for a contract of this size and type.
    Instead, Sotera argues that the Army downplayed, minimized and mischaracterized
    the cost premium it would pay for Raytheon’s proposal. Pl.’s Mot. at 28-30.
    Plaintiff argues that the SSAC’s use of the words “minor” and “slight” to describe
    the cost premium constituted arbitrary or irrational decision-making. 
    Id. at 30.
    The court finds that the SSAC was not irrational in its description of the
    cost premium associated with Raytheon’s proposal. The costs of Raytheon’s and
    Sotera’s proposals were properly measured pursuant to the evaluation criteria of
    the solicitation and were presented in an accurate fashion. The adjectives used to
    describe the cost premium were neither obviously inaccurate nor misleading
    because they were accompanied by the actual evaluated costs of the proposals and
    the percentage difference between them. Further, the SSA did not adopt the
    adjectives that plaintiff finds objectionable.16 See AR at 9486-87; Def.’s Reply at
    16 n.11. For all of these reasons, plaintiff has failed to show that the Army’s
    assessment of the magnitude of the cost premium it would pay for Raytheon’s
    proposal was arbitrary or capricious.
    B.     Adequate Documentation of the Trade-Off Decision
    16
    / The court did not rely on post-hoc rationalizations offered by the SSA during Sotera’s
    GAO protest, AR at 12545-47, for any purpose.
    41
    Plaintiff contends that the SSA failed to provide the required documentation
    of his independent judgment and rationale for choosing Raytheon’s proposal for
    the EWPMT project. See Pl.’s Mot. at 30-31 (relying in particular on FAR 15.308
    and cases discussing the SSA’s documentation responsibilities). Plaintiff also
    argues that a trade-off decision must be especially well-documented when, after
    re-evaluating the same proposals, an agency cancels an award to one offeror so as
    to award the contract to another. See Pl.’s Reply at 27 (“[T]he Army did not
    adequately document the source selection decision because the SSA failed to
    explain why he changed his mind.” (citing Caddell Constr. Co. v. United States,
    
    111 Fed. Cl. 49
    , 100 (2013))). Plaintiff’s arguments fail to persuade, however,
    because the SSA’s decision in this case satisfies the requirements of FAR 15.308.
    The court notes, too, that Caddell does not identify a heightened standard for
    documentation when an SSA changes his mind as to contract award. See 111 Fed.
    Cl. at 105-110 (thoroughly examining the requirements of FAR 15.308 and not
    discussing the circumstances of an SSA changing his mind as to an award
    decision).
    FAR 15.308 simply states that:
    The source selection authority’s (SSA) decision shall be
    based on a comparative assessment of proposals against
    all source selection criteria in the solicitation. While the
    SSA may use reports and analyses prepared by others,
    the source selection decision shall represent the SSA’s
    independent judgment. The source selection decision
    shall be documented, and the documentation shall
    include the rationale for any business judgments and
    tradeoffs made or relied on by the SSA, including
    benefits associated with additional costs. Although the
    rationale for the selection decision must be documented,
    that documentation need not quantify the tradeoffs that
    led to the decision.
    The SSA’s decision in this case fully meets these requirements. AR Tab 62. In
    addition, as the government and Raytheon argue, nothing in FAR 15.308 can be
    interpreted as heightening the documentation requirement for an award decision
    based on a re-evaluation of proposals, as opposed to an initial evaluation of
    proposals. Def.’s Mot. at 40; Raytheon’s Mot. at 42. The court also distinguishes
    42
    the procurement documentation in this case from protests where the source
    selection document failed to explain a trade-off/best value award which paid a cost
    premium (or refused to pay a cost premium) for a more highly ranked proposal.
    See 
    Caddell, 111 Fed. Cl. at 105-10
    (discussing cases). Because the SSA’s trade-
    off rationale and best value award decision are adequately documented under both
    FAR 15.308 and this court’s jurisprudence, the court cannot sustain Sotera’s
    protest on this ground.17
    C.      Best Value Award Decision Rationally Weighed the Technical
    Advantages of Raytheon’s Proposal
    Plaintiff disagrees with various aspects of the re-evaluation of Raytheon’s
    and Sotera’s proposals, and suggests that a rational evaluation of the differences
    between these two proposals would not have found that Raytheon’s proposal
    merited a cost premium of approximately 9%.18 See Pl.’s Mot. at 31 (“The
    evaluated ‘advantages’ of Raytheon’s proposal did not rationally justify
    payment of Raytheon’s substantial cost premium.”); Pl.’s Reply at 28 (“None of
    the alleged attributes of Raytheon’s proposal can rationally justify a 9% cost
    premium.”). The court notes that its review of technical evaluation ratings and
    best value award decisions is deferential to the expertise and discretion of
    procurement officials. 
    See supra
    . The court has considered each of plaintiff’s
    arguments regarding technical re-evaluation errors but limits its discussion here to
    the principal arguments raised by Sotera.
    17
    / There is ample authority which recognizes that a re-evaluation of proposals may
    rationally result in a different award outcome. See, e.g., Vanguard Recovery Assistance v. United
    States, 
    101 Fed. Cl. 765
    , 786 (2011) (“[A]n agency has the right to change its mind in the course
    of an evaluation if it has good reason.”) (citations omitted); Marcola Meadows VA LLC,
    B-407078.2, 2013 CPD ¶ 141, 
    2013 WL 2468753
    , at *7 (Comp. Gen. June 4, 2013) (“[I]t is
    implicit that a reevaluation can result in different findings and conclusions.”) (citations omitted).
    18
    / Sotera relies on a declaration submitted with its reply brief for an analysis of the
    relative merits of its and Raytheon’s proposals. See Pl.’s Reply at 28. The court did not consider
    this declaration because the resolution of plaintiff’s challenge to the re-evaluation of proposals
    was adequately informed by the AR and the parties’ arguments on the record. See 
    Axiom, 564 F.3d at 1380
    (restricting supplementation of the administrative record to circumstances where
    omission of the materials would frustrate judicial review).
    43
    Plaintiff argues that the re-evaluation should not have preferred Raytheon’s
    SWIFT software development process over Sotera’s Agile Architecture System
    Engineering (A2SE) software development process. Pl.’s Mot. at 32-35. In
    essence, Sotera suggests that its process was of equivalent value. 
    Id. at 33.
    The
    court has reviewed the SSEB’s re-evaluation of the Management sub-factor, AR at
    9259-65, 9319-23, and concludes that the Army could rationally prefer SWIFT
    over A2SE.
    Plaintiff also complains that Raytheon’s CMMI level 5 certification for
    software development processes, as opposed to Sotera’s CMMI level 3
    certification, would not justify the cost premium that the Army would pay for
    Raytheon’s proposal.19 Pl.’s Mot. at 35. At most, Sotera argues, CMMI level 5
    certification could provide only a “relatively minor advantage.” 
    Id. At oral
    argument, plaintiff’s counsel attempted to explain the difference between level 5
    and level 3 in CMMI certification:
    [I]f you choose to become Level 5 rated, as Raytheon
    has, you’re essentially adopting procedures. You’re
    subjecting yourself to layers of additional procedure,
    multiple processes and – I mean, think of it as sort of
    being a bureaucratic way. I’m not trying to be critical of
    it, but it’s additional layers of review that creates
    enormous expense. This is – one of the reasons why
    Raytheon’s hourly rates are substantially higher than
    Sotera’s. Level 5 contractors have higher rates and the
    Government has to pay for it.
    A lot of companies like Sotera, they don’t want Level 5
    or at least they don’t need it if the customers don’t want
    it. And they’ve had customers that have told them, we
    don’t want Level 5. We want to pay for Level 3 because
    Level 5’s not necessary.
    19
    / Raytheon relied on an exhibit attached to its reply brief to explain the differing levels
    of CMMI certification. The court did not consider this exhibit because the AR and the parties’
    arguments regarding CMMI fully aired the issue. 
    See supra
    nn.12, 18.
    44
    Tr. at 25. It is undisputed that during the re-evaluation much more attention was
    paid to CMMI certification levels than occurred in the Army’s first evaluation of
    proposals. Compare AR at 8047-48, with 
    id. at 9479.
    The court has considered
    the parties’ arguments regarding the weight accorded Raytheon’s CMMI level 5
    certification, and finds that this aspect of Raytheon’s proposal could rationally be
    used as a discriminator in determining the best value EWPMT proposal.
    The court has discerned no error which invalidates the results of the re-
    evaluation of Raytheon’s proposal. In addition, although Sotera argues that its
    proposal was erroneously denied strengths and improperly viewed as inferior to
    Raytheon’s proposal, the court does not find the re-evaluation of Sotera’s proposal
    to have been arbitrary or capricious. Even though the court agrees with plaintiff’s
    contention that this was a close competition for the EWPMT contract, the Army’s
    best value award decision was rational. Given the deferential standard of review
    applicable here, the Army’s award decision must stand.
    CONCLUSION
    In the end, plaintiff has not met its burden to show that the Army’s best
    value award decision was arbitrary, capricious, an abuse of discretion, or
    otherwise not in accordance with law. Sotera’s protest cannot be sustained.
    Because plaintiff has not succeeded on the merits of its protest, the court need not
    consider whether the standard for injunctive relief has been met in this case.
    Accordingly, it is hereby ORDERED that
    (1)    Plaintiff’s Motion for a Preliminary Injunction, filed April 1, 2014, is
    DENIED;
    (2)    Plaintiff’s Motion for Judgment on the Administrative Record, filed
    May 2, 2014, is DENIED;
    (3)    Plaintiff’s Motion to Amend the Protective Order, filed May 6, 2014,
    is WITHDRAWN;
    (4)    Defendant’s and Intervenor-Defendant’s Motions to Dismiss,
    included with their motions for judgment on the administrative record
    45
    filed May 19, 2014, are GRANTED in part, as to Count III of the
    Amended Complaint, and DENIED in part, in all other respects;
    (5)   Defendant’s and Intervenor-Defendant’s Cross-Motions for Judgment
    on the Administrative Record, filed May 19, 2014, are GRANTED;
    (6)   Plaintiff’s Motion to Withdraw Motion to Amend the Protective
    Order, and Unopposed Motion for Permission to Release Document
    Outside of the Protective Order, filed June 26, 2014, are GRANTED;
    (7)   The Clerk’s Office is directed to ENTER final judgment in favor of
    defendant and intervenor-defendant, DISMISSING the complaint
    with prejudice;
    (8)   On or before August 11, 2014, counsel for the parties shall CONFER
    and FILE with the Clerk’s Office a redacted copy of this opinion,
    with any material deemed proprietary marked out and enclosed in
    brackets, so that a copy of the opinion can then be prepared and made
    available in the public record of this matter; and
    (9)   Each party shall bear its own costs.
    /s/Lynn J. Bush
    LYNN J. BUSH
    Senior Judge
    46