Cw Government Travel, Inc., D/B/A Cwtsatotravel v. United States ( 2013 )


Menu:
  •            In the United States Court of Federal Claims
    No. 12-708 C
    (Filed Under Seal: March 27, 2013)
    (Reissued: April 11, 2013) ∗
    *************************************
    CW GOVERNMENT TRAVEL, INC.,         *
    d/b/a CWTSATOTRAVEL,                *
    *
    Plaintiff,              *                Postaward Bid Protest; 28 U.S.C.
    *                § 1491(b); Standing; Timeliness;
    v.                                  *                FAR 16.504(c)(1)(ii)(D)(1)(iii); Qualified
    *                and Capable; Unequal Treatment; Injunctive
    THE UNITED STATES,                  *                Relief
    *
    Defendant,              *
    *
    and                                 *
    *
    CONCUR TECHNOLOGIES, INC.,          *
    *
    Defendant-Intervenor.   *
    *************************************
    Lars E. Anderson, James Y. Boland, and Christina K. Kube, Tysons Corner, VA, for plaintiff.
    Russell J. Upton, United States Department of Justice, Washington, DC, for defendant.
    Jonathan D. Shaffer, John S. Pachter, Mary Pat Buckenmeyer, and Armani Vadiee, Tysons
    Corner, VA, for defendant-intervenor.
    OPINION AND ORDER
    SWEENEY, Judge
    Plaintiff CW Government Travel, Inc., d/b/a CWTSatoTravel (“CWT”) protests the
    General Services Administration’s (“GSA”) decision not to award CWT an indefinite-delivery,
    indefinite-quantity (“IDIQ”) contract in response to Solicitation No. QMAD-JM-100001-N
    ∗
    The parties proposed joint redactions to the court’s decision, with the exception of
    certain quotations from defendant-intervenor’s (the awardee’s) proposal that only the
    government and defendant-intervenor requested be redacted. Because the competition is
    ongoing, and in the event plaintiff receives an award, it will be competing against defendant-
    intervenor at the task order level, the court has redacted this information as requested by
    defendant and defendant-intervenor.
    (“solicitation” or “RFP”) for travel management services for federal civilian agencies under the
    E-Gov Travel Service 2.0 (“ETS2”) program. Pending before the court are plaintiff’s motions
    for judgment upon the administrative record and for declaratory and injunctive relief;
    defendant’s motion to dismiss or, in the alternative, cross-motion for judgment upon the
    administrative record; and defendant-intervenor’s cross-motion for judgment upon the
    administrative record. Also pending before the court are plaintiff’s, defendant’s, and defendant-
    intervenor’s motions to strike.
    There are several issues raised by the parties. The first issue is, as a threshold matter,
    whether CWT has standing to bring this challenge. The next issue is, also as a threshold matter,
    whether CWT’s protest is timely. With respect to the merits, the issues are, in CWT’s words,
    whether the following government actions were arbitrary, capricious, constituted an abuse of
    discretion, or otherwise not in accordance with the law: (1) finding that the awardee, Concur
    Technologies, Inc. (“Concur”), was the only source qualified and capable of performing the
    ETS2 work under Federal Acquisition Regulation (“FAR”) 16.504(c); (2) accepting Concur’s
    assurances of postaward corrections, revisions, or updates to Concur’s ETS2 system, while
    disqualifying CWT for promising to meet outstanding requirements after award; and (3)
    permitting Concur to take exception to mandatory solicitation requirements and rely on
    “promises” of compliance after award. Finally, assuming that CWT has established success on
    the merits, whether it has suffered irreparable harm that outweighs the harm to the government
    and Concur if injunctive relief is not granted. For the reasons set forth below, the court grants
    plaintiff’s request for injunctive relief and denies the motions to strike.
    I. FACTUAL BACKGROUND
    A. The Procurement and the RFP
    The ETS2 contract is the successor to the ETS1 (E-Gov Travel Service) contract
    currently in operation. 1 Three contractors, CWT, Northrop Grumman Missions Systems, and
    Electronic Data Systems (later novated to Hewlett-Packard), were awarded ETS1 contracts that
    run from November 2003 to November 2013. Tab 1 at AR 1. Seventy-six federal agencies
    currently use ETS1 contracts, Tab 73 at AR 4677, which represents approximately ninety percent
    of government travel expenses for executive branch agencies, excluding the United States
    Department of Defense. Tab 103 at AR 5292.
    In anticipation of the November 2013 expiration of the ETS1 contracts, GSA began
    preparations for ETS2 in 2009. Tab 73 at AR 4677. The ETS2 solution requires integration with
    agency systems, such as financial systems, human resource systems, and charge card vendors, to
    allow the efficient operation of travel authorization, booking, fulfillment, and vouchering. Tab 2
    at AR 149. GSA anticipates that it will take agencies twenty-four months, on average, to fully
    integrate their individual systems with the contractor’s system to begin performance of ETS2
    travel services. Tab 150 at AR 8319. Initially, the ETS2 contract award was anticipated in early
    2011, Tab 118 at AR 6598, to ensure adequate lead time for the agencies to transition to ETS2
    1
    The facts are derived from the administrative record, which will be cited as “Tab __ at
    AR __.”
    -2-
    when ETS1 expires in November 2013. Tab 73 at AR 4677. Following CWT’s first preaward
    protest before the United States Government Accountability Office (“GAO”), however, GSA
    was forced to push back the ETS2 award date by several months. Tab 115 at AR 6459-60. The
    ETS2 award date was pushed out further due to additional preaward protests filed by CWT. Tab
    128 at AR 7654.
    After GAO’s recommendation regarding CWT’s second preaward protest, Tab 75 at AR
    4722-36, GSA reopened the solicitation until July 6, 2011, allowing CWT to submit a revised
    proposal. Tab 76 at AR 4741.1. Based upon these delays and the lead time required for ETS2 to
    be fully operational, GSA determined that, in order to ensure continual service, it was necessary
    to extend the ETS1 period of performance while agencies worked toward a timely transition to
    ETS2. Tab 128 at AR 7653. In early 2012, all three ETS1 contractors agreed to contract
    modifications providing for potential option periods. Tab 127 at AR 7600-47. The options, if
    exercised, will extend ETS1 contract performance for a one-year term and for up to four
    additional three-month periods, which could take ETS1 through November 2015. Tab 128 at AR
    7653.
    Like the predecessor program, the ETS2 RFP calls for the provision of a consolidated and
    centralized “Web-based, self-service solution offering End-to-End commercial travel
    management services,” and covers all aspects of official federal business travel. Tab 2 at AR 55.
    Use of an electronic travel system is required by the Federal Travel Regulation for civilian
    agency travel. Id. GSA intended to award one or more master IDIQ contract vehicles against
    which civilian agencies will later conduct agency-specific competitions for task orders when
    their ETS1 contracts end. Id. at AR 699. ETS2 contains numerous enhancements and additional
    requirements, including some based upon laws and regulations implemented since the 2003
    award of ETS1, and incorporates changes in the electronic travel service industry since 2003. Id.
    at AR 55-57. ETS2 also incorporates emerging technologies, such as cloud computing, that
    include on-demand self-service, ubiquitous network access, location-independent resource
    pooling, rapid elasticity, and measured-service performance. Id. ETS2 is intended to deliver a
    user-friendly, customer-centric, configurable, policy-compliant, reliable, and secure automated
    civilian federal agency-wide travel service, building upon lessons learned from ETS1, but adding
    improvements by bringing more clarity to the government’s desired performance outcomes in
    usability and contractor performance. Tab 1 at AR 11.
    B. Evaluation Criteria and Ratings
    GSA decided to limit the number of ETS2 contract awards to a maximum of two (the
    minimum allowed by law) based on a best value analysis among the offerors. Tab 118 at AR
    6568 (stating that “more than two awards will inhibit the ability to successfully re-procure
    ETS2”). The evaluation consisted of two phases. For Phase I, section F.3 of the RFP provided
    that “[t]his is a best value source selection,” and that “best value” will be based on the following
    evaluation factors: Technical (Performance Work Statement, Project Management Plan,
    Demonstration, and Key Personnel/Resumes); Non-Technical (Socio-Economic and Past
    Performance); and Price. Tab 2 at AR 740-41. Section F.5 established the criteria for the Phase
    II evaluation, which consisted of Independent Verification & Validation (“IV&V”) of the
    proposed ETS2 solutions. Id. at AR 767-70. The RFP provided that the “determination of which
    -3-
    Offeror(s) moves forward to IV&V will depend on the outcome of Phase I evaluations and will
    be based on the evaluation team’s consensus ratings.” Id. at AR 768. The criteria for the IV&V
    phase were as follows: IV&V Technical Factors (Computational Ratings, Functional/Usability,
    Security, and Section 508/Accessibility), 2 and IV&V Non-Technical (Price). Id. at AR 770.
    The RFP established five possible ratings for the nonprice factors: Outstanding, Very
    Good, Acceptable, Marginal, and Unacceptable. Id. at AR 767. Of relevance here, Marginal
    was defined as: “A marginal proposal does not meet Government requirements necessary for
    acceptable contract performance, but issues are correctable. The Offeror’s proposal contains one
    or more significant weaknesses.” Id. Unacceptable was defined as:
    An unacceptable proposal fails to meet the preponderance of specified minimum
    performance and technical capability requirements defined in the [Statement of
    Work]. The Offeror’s proposal contains numerous weaknesses and/or
    deficiencies, or contains weaknesses and/or deficiencies that are not correctable.
    The evaluator is confident that the Offeror will be unable to successfully complete
    the required tasking. The proposal does not adequately acknowledge or address
    risk, mitigate risk, or may actually introduce risk.
    Id.
    For both Phase I and Phase II, GSA would evaluate total price, but only to verify that
    evaluated prices were “reasonable and realistic.” Id. at AR 745, 771. For a price to be
    reasonable, the government stated that it “must represent a price to the [g]overnment that a
    prudent person would pay in the conduct of competitive business.” Id. at AR 745. For purposes
    of price evaluation, the government would evaluate the sum of the base period pricing for the
    contract line item numbers (“CLINs”) identified in the RFP and their corresponding option
    period pricing based on the government’s estimated quantities to determine the overall contract
    price. Id. In the solicitation, GSA requested proposals with pricing for nineteen CLINs. Id. at
    AR 772-73. CLINs 1-5 (and their associated option CLINs) were for services that will be
    requested at the task order stage by all customer agencies when each agency seeks to integrate its
    system with the awardee’s ETS2 system, while CLINs 6-19 (and their associated option CLINs)
    were for services that not all customer agencies will request. Id.
    Because GSA decided to limit the number of awards to only two, there were only two
    possible award scenarios under the RFP: a single award or a dual award. Id. GSA was
    obligated to make a dual award unless a valid exception existed, and GSA required offerors to
    submit pricing for both a single-award and dual-award scenario. Id. The RFP thus provided that
    the government would evaluate prices under both scenarios, as well as the reasonableness and
    realism of the “[s]ingle award v. dual award variance” in pricing. Id.
    2
    Section 508 of the Rehabilitation Act of 1973, as amended by the Workforce
    Investment Act of 1998 (Public Law No. 105-220), requires the government to ensure that
    federal employees with disabilities have access to and use of services, information, and data that
    is comparable to that of employees without disabilities. “The goal for ETS2 is to provide
    equivalent access to Electronic and Information Technology (EIT) resources to all users
    regardless of disabilities . . . .” Tab 2 at AR 148.
    -4-
    C. Evaluation of Initial Proposals
    GSA received two timely, alternate proposals (proposal A and B) from Concur on
    January 18, 2011. Tab 73 at AR 4679. After the new July 6, 2011 proposal deadline was
    established, Tab 76 at AR 4741.1-.3, CWT submitted its timely proposal and Concur submitted
    revised proposals (proposal A and B). Tab 73 at AR 4679. The proposals were evaluated by a
    multiagency source selection evaluation team in a two-phase source selection. Id. at AR 4680.
    Phase I included evaluation of technical factors, nontechnical factors, and price. Tab 2 at AR
    740; Tab 73 at AR 4680. After Phase I evaluations, both offerors were determined to have
    strengths and weaknesses. Tab 74 at AR 4717-21; Tab 77 at AR 4745. In addition to
    weaknesses, CWT’s initial proposal also had significant weaknesses and a deficiency, Tab 77 at
    AR 4745, while Concur’s initial proposals in Phase I did not have any significant weaknesses or
    deficiencies. Tab 74 at AR 4717-18; Tab 77 at AR 4745. The Source Selection Advisory
    Council (“SSAC”) and Source Selection Authority (“SSA”) decided to include both offerors in
    the competitive range. Tab 77 at AR 4751.
    Under Phase II, IV&V testing, each offerors’ ETS2 solution was independently evaluated
    by the IV&V technical team using test scenarios designed to validate the proposed solution. Tab
    115 at AR 6455. The purpose of IV&V testing was to review the proposed ETS2 solution
    against the stated requirements and objectives in the RFP. Tab 2 at AR 768. Whereas under
    Phase I, the offeror only had to conduct a live demonstration of its ETS2 solution, id. at AR 744,
    Phase II was a comprehensive, independent test of electronic travel service scenarios to
    determine whether the ETS2 solution could perform the services offered in the Performance
    Work Statement, in the manner offered in the Project Management Plan. Id. at AR 767-73; Tab
    115 at AR 6468. The IV&V tests evaluated the computational accuracy of the service (e.g., the
    accuracy of the services, proper application of the Federal Travel Regulation in terms of meals
    and incidental expenses, lodging, and adjustments based on the traveler going over the
    International Date Line); the functionality/usability of the service (e.g., how the service would
    function when used for routing, workflow and notifications, policy enforcement, types of travel,
    and online booking); the security of the service (e.g., conducting a modified Certification and
    Accreditation); and the Section 508/Accessibility of the service (e.g., the extent to which the
    proposed solution met applicable accessibility standards). Tab 2 at AR 768-70.
    D. Discussions
    On December 6, 2011, GSA notified each offeror in writing of the areas of their Phase I
    technical proposals that needed attention in the form of additional information, clarifications,
    and/or discussions. Tab 73 at AR 4682. GSA requested that offerors respond to each issue by
    December 13, 2011. Tabs 82-84. On December 9, 2011, GSA issued a second written
    notification to each offeror regarding areas of their Phase I technical proposals that needed to be
    addressed in the offeror’s final proposal revisions (“FPRs”). Tabs 85-87.
    On December 13, 2011, both offerors submitted responses to the December 6, 2011
    letters. Tabs 88-90. CWT stated that its proposal demonstrated “over 70 percent of the 1,000
    plus requirements,” that some of the remainder of the functionality would be implemented in a
    January 2012 refresh of its ETS1 solution, called “E2 Solutions,” and the “final set of
    -5-
    requirements” would be implemented in November 2012, which was after contract award. Tab
    90 at AR 4937. On December 22, 2011, GSA issued to each offeror a third written notification
    of Phase II, IV&V testing weaknesses, significant weaknesses, and deficiencies. Tab 73 at AR
    4683. Offerors were asked to be prepared to discuss these matters during negotiation discussions
    and to address these issues in their FPRs. Tabs 91-92. GSA held detailed discussions with
    offerors from January 9 to 20, 2012. Tab 73 at AR 4686. Each offeror had four-and-one-half
    days to discuss the significant weaknesses, weaknesses, and deficiencies in their respective
    proposals. Id.
    E. Revised Proposals
    Both offerors submitted FPRs on February 15, 2012, and Phase II, IV&V retesting was
    conducted between February 16 and 23, 2012. Tab 73 at AR 4687. In the IV&V retest, both
    offerors increased their respective pass rating for test scenarios and improved some ratings. Id.
    1. Concur
    Concur’s FPR passed all test scenarios that GSA retested. Id. GSA increased Concur’s
    IV&V rating from Marginal on the Computational, Functional/Usability, and Security factors to
    Acceptable, but its proposal remained Marginal on the IV&V factor concerning Section
    508/Accessibility. Id. at AR 4690. The Marginal rating it received under Section
    508/Accessibility was based upon its ETS2 solution having “unlabeled HTML elements which
    impeded 508 testing and operation.” Id. at AR 4687-88. GSA determined, however, that
    Concur’s remediation plan for this remaining significant weakness was a clearly defined,
    postaward mitigation strategy to correct the Section 508 compliance issue within ninety days of
    contract award, which was determined to be acceptable. Tab 120 at AR 7257-58. Also, GSA
    determined that the correction would be completed before the Authority to Operate (“ATO”) and
    Assessment and Authorization (“A&A”) would be complete. Id. Concur’s FPR received an
    overall technical rating of Very Good. Tab 103 at AR 5277.
    2. CWT
    CWT’s FPR passed sixty-eight of the eighty-seven test scenarios that were retested in
    IV&V. Tab 73 at AR 4687. CWT corrected many of the weaknesses, significant weaknesses,
    and deficiencies noted in GSA’s December 6, 9, and 22, 2011 letters, but it failed to correct its
    FPR in certain respects. Tab 103 at AR 5277-78; Tab 121 at AR 7403-04, 7409-11, 7423-29.
    Like Concur, CWT submitted a remediation plan with its FPR. Tab 113 at AR 6380, 6385-442.
    GSA determined the proposed remediation plan for addressing Section 508 compliance was
    acceptable. Id. at AR 6441-42. Just like Concur’s weakness in this area, CWT’s rating was not
    negatively affected by this weakness. Tab 103 at AR 5278, 5312. The evaluators, however,
    found CWT’s remediation plan insufficient to address the other significant weaknesses in CWT’s
    FPR. Tab 121 at AR 7403-04, 7409-11, 7413-15, 7422-30.
    In particular, CWT’s FPR for Technical Factor One, Performance Work Statement
    (Phase I), did not meet ninety-nine mandatory requirements. Tab 103 at AR 5291. CWT
    indicated that it would deliver these functionality requirements by a date it set, November 2012.
    -6-
    Tab 113 at AR 6091. Therefore, these ninety-nine requirements could not be retested during the
    final evaluation process before contract award, resulting in a significant weakness in CWT’s
    ETS2 solution. Tab 73 at AR 4688; Tab 103 at AR 5326-27. Significant weaknesses remained
    in other areas of CWT’s FPR, including CWT’s failure to offer government-wide, summary-
    level reporting capability in its proposal under Technical Factor One, Performance Work
    Statement (Phase I) in accordance with the RFP requirement, and its failure to offer to the user a
    means to optionally select the most applicable explanatory codes under Technical Factor Two,
    Project Management Plan (Phase I) in accordance with the RFP requirement. Tab 109 at AR
    5571-73. Significant weaknesses also remained in the area of Technical Factor Two,
    Functional/Usability (Phase II). Tab 103 at AR 5278, 5311. Further, CWT’s FPR also contained
    a significant weakness under Phase II, IV&V Factor 4, Section 508/Accessibility. Id. at AR
    5368.
    Lastly, CWT did not address the security deficiency concerning its failure to offer the
    disaster recovery site required by the RFP. Tab 2 at AR 126. In its December 22, 2011 letter to
    CWT, GSA identified as a deficiency that “CWT’s subcontractor, [ . . . ], does not have a Data
    Recovery Center; there are no continuity or disaster recovery plans; and all backup tapes are
    stored at the same site[; t]he Government data is at risk if the contractor is not prepared to
    recover after a potential disaster and there is no plan on how to resume services or recover
    losses.” Tab 92 at AR 5074. GSA requested CWT describe in its FPR how it would remediate
    its security deficiency related to its lack of a disaster recovery site. Id. at AR 5016, 5074, 5075.
    CWT proposed to review and address this crucial security deficiency with CWT’s information
    system security officer and [ . . .] security personnel, and to have a remediation effort in place for
    A&A (the certification and accreditation process performed by GSA prior to the contractor
    receiving ATO). Tab 113 at AR 6440. However, CWT’s plan was not considered sufficient, and
    the evaluators determined that CWT’s security deficiency remained a deficiency in the final
    evaluation. Tab 103 at AR 5278. Accordingly, the evaluators determined that this deficiency
    could jeopardize CWT’s “ability to secure the necessary security clearances to operate
    ETS2.” Id. In the final evaluation, CWT’s FPR received an overall rating of Marginal. Id. at
    AR 5311.
    The Proposal Analysis Report (“PAR”), prepared by the SSAC, summarized the
    evaluation of both offerors’ FPRs and is an attachment to the Source Selection Decision
    Document and Recommendation for Award (“SSDD”). Id. at AR 5305. In the PAR, the
    government determined that while Concur’s proposal A included additional services not offered
    under its proposal B, these added services were not deemed to be worth the additional price. Id.
    at AR 5321. Thus, between the two Concur proposals, proposal B was determined to offer better
    value to the government. Id.
    The SSAC then compared Concur’s proposal B to CWT’s proposal and determined that,
    between the two, CWT’s proposal had the lowest technical rating at the highest price. Id.
    Notably, the SSAC concluded that CWT’s proposal did not meet ETS2 requirements in the areas
    of integration, group authorization functionality, availability of trip types, local voucher
    availability, retained advances, and government-wide reporting, in addition to other significant
    weaknesses and weaknesses and one deficiency. Id. at AR 5326-27. The SSAC also concluded
    that the Source Selection Evaluation Board’s (“SSEB”) determination—that the evaluated IV&V
    -7-
    security deficiency and CWT’s numerous significant weaknesses outweighed the strengths
    identified in CWT’s proposal and its overall rating of Marginal—was warranted. Id. at AR
    5329; Tab 121 at AR 7404, 7409, 7424, 7427-29. The SSAC decided that Concur’s proposal B,
    with its Very Good rating was, therefore, the only offeror remaining in the competition that was
    qualified and capable of performing the work at a reasonable price. Tab 103 at AR 5329. The
    SSAC concluded that Concur’s single-award price was significantly less costly to the
    government than dual-award prices would be. Id. at AR 5329-31. CWT’s single-award price of
    $1,427,876,623 was $231 million (19%) higher than Concur’s proposal B single-award price of
    $1,196,549,911, while CWT’s dual-award price of $1,562,846,138 was $216 million higher
    (30%) than Concur’s proposal B dual-award price of $1,347,148,895. Id. at AR 5287-88, 5295.
    At the same time, the government acknowledged the preference for a dual award and that a dual
    award would reduce risk to the government. Id. at AR 5329-30. The SSAC also discussed the
    risks associated with making a single award to Concur, but concluded that those risks could be
    closely administered and mitigated. Id. Based upon these facts and conclusions, the contracting
    officer and SSEB prepared the SSDD.
    F. The SSDD
    In the SSDD, the contracting officer, who also served as the SSA, summarized the
    evaluations, discussed pricing assumptions made by each offeror, recognized the strong
    preference for multiple-award IDIQ contracts, explored the benefits and risks of a single award
    and a dual award, and discussed the preference for dual award over a single award. Id. at AR
    5275-93. Ultimately, the recommendation was based upon these conclusions reached in the
    PAR: (1) CWT’s FPR indicated that it is not capable of fulfilling the government’s requirements
    before award; (2) CWT’s FPR was not as competitive as Concur’s proposal B from both a
    technical and price standpoint; (3) Concur is the only qualified and capable source of performing
    the work at a reasonable price; (4) single award is less costly than dual award; and (5) the risks
    associated with a single award can be controlled through close administration and mitigation
    measures. Id. at AR 5293-300.
    G. Determination and Findings
    Once the SSA made his decision that a single contract should be awarded to Concur, the
    contracting team prepared the Determination and Findings (“D&F”) to support the single IDIQ
    contract award pursuant to FAR 16.504(c). Tab 104. The D&F summarized the key stages of
    the procurement and the technical and price evaluation findings made by the SSEB and the
    SSA. See generally id. In particular, the D&F noted that:
    a. CWTSatoTravel had the lowest technical rating and the highest price, for both
    single and multiple award scenarios.
    b. Concur Proposals A and B were technically equal. Proposal A offered no
    distinct advantages that would merit the increased price over Proposal B. As
    stipulated by the RFP, as technical merit becomes more equal, price becomes
    more important. Accordingly, Proposal B offered the better value over
    Proposal A.
    -8-
    c. Concur Proposal A shared the highest technical rating with its Proposal B, and
    was in the mid range price, for the single and multiple award scenarios.
    d. Concur Proposal B shared the highest technical rating, and had the lowest
    price, for both single and multiple award scenarios. Concur B, Single Award,
    has the lowest evaluated price of $1,196,549,911. By comparison, the next
    highest proposed price is Concur A, Single Award, in the amount of
    $1,352,997,478, which is $156,447,567 (13%) higher than Concur B. The
    highest proposed price for Single Award is CWTSatoTravel’s proposed price
    of $1,562,846,138, which is $231,326,712 (19%) higher than Concur B,
    Single Award price.
    Id. at AR 5398-99. The SSA then stated:
    The SSAC and the SSA agreed that a single award to CWTSatoTravel was not
    possible as CWTSatoTravel was the technically inferior and higher priced offer.
    The SSAC and the SSA agreed that should a single award determination be made,
    Concur is the only contender for it.
    Id. at AR 5399 (emphasis added). The SSA compared the benefits and risks of single and
    multiple awards. Id. at AR 5399-5403. One of the benefits of a single award was that the
    government would “obtain [the] best price for all Government customers,” and the SSA noted
    that Concur offered a lower price than CWT. Id. at AR 5399. The SSA cited one of the benefits
    of a dual award as: “There is a strong FAR preference for multiple awards.” Id. at AR 5400.
    The SSA then discussed the “cost/technical tradeoff” that was performed:
    The Source Selection Authority’s cost/technical tradeoff analysis resulted in a
    determination that Concur Technologies, Proposal B, is superior to
    CWTSatoTravel in overall technical merit and is lowest in the evaluated price,
    representing a lower risk of performance issues at a more favorable price. The
    Government selects Concur as the awardee based upon an integrated assessment
    of all factors stated in the Solicitation, including Price. Concur is deemed
    responsible in accordance with the Federal Acquisition Regulation, its proposal
    conforms to the Solicitation requirements (to include all stated terms, conditions,
    representations, certifications, and all other information required by this
    solicitation) and is judged, based on the evaluation factors, to offer the most
    advantageous contract solution to the Government.
    Id. at AR 5403 (emphasis added). The SSA noted that because the value of the contract
    exceeded $103 million, FAR 16.504(c)(1)(ii)(D)(1) “requires that the agency head make a
    determination prior to the award of any single award task and delivery order contract” that
    addresses one of the exceptions in that FAR provision. Id. at AR 5404. The SSA relied upon the
    exception found at FAR 16.504(c)(1)(ii)(D)(1)(iii), which permits the government to make a
    single award that will exceed $103 million where there is “[o]nly one source [that] is qualified
    -9-
    and capable of performing the work at a reasonable price to the Government.” Id. The SSA
    stated:
    Concur is the only source qualified and capable of performing the work at a
    reasonable price to the Government. Both offerors have evaluated strengths and
    weaknesses in their proposals. Concur’s overall rating of Very Good reflects the
    SSEB’s determination that the strengths, which were significant in number and/or
    individual importance, outweighed Concur’s evaluated minor weaknesses.
    Id.
    In the D&F, the SSA then discussed how CWT did not meet the government’s
    requirements, citing ninety-nine requirements that CWT failed to meet and promised to meet
    months after award and a deficiency assigned under Phase II, IV&V Factor Three, Security. Id.
    at AR 5404-05. The SSA concluded that based on the deficiency and weaknesses in CWT’s
    proposal, CWT’s proposal “d[id] not meet requirements for contract award” and “is not
    technically acceptable for contract award.” Id. at AR 5405.
    With respect to price, the SSA noted that the Price Evaluation Board found “Concur’s
    price assumptions to be fair and reasonable,” whereas “some” of CWT’s “price assumptions
    [were] reasonable.” Id. The SSA then commented that eleven of thirty-one price assumptions
    offered by CWT represented cost and/or performance risk and were considered
    unreasonable. Id. The SSA determined that “Concur Technologies, Proposal B, is superior to
    CWTSatoTravel’s proposal in overall technical merit and is lowest in evaluated price,
    representing less risk of performance issues at a more favorable price.” Id. at AR 5406.
    In conclusion, the SSA stated:
    Based on the findings above, only one source is qualified and capable of
    performing the work at a reasonable price to the Government. In accordance with
    Agency procedures outlined in FAS Memorandum dated December 3, 2009,
    approval authority has been delegated from the Head of the Agency to the
    Assistant Commissioner of the Office of Travel, Motor Vehicle and Card
    Services. Therefore, pursuant to FAR 16.504(c)(1)(ii)(D)(l)(iii), only one source,
    Concur Technologies, Inc., is qualified and capable of performing the work at a
    reasonable price to the Government.
    Id. The D&F was signed by the SSA and various agency officials on May 22, 2012. Id. at AR
    5406-07.
    II. PROCEDURAL BACKGROUND
    A. Prior Protests
    CWT has filed several protests related to this procurement. In November 2010, CWT
    filed a preaward protest before GAO (B-404479) in which it challenged the solicitation’s terms.
    - 10 -
    Tab 132 at AR 7720-826. In response, GSA notified GAO that it intended to take corrective
    action by amending the solicitation. Tab 133 at AR 7827. GAO thus dismissed the protest as
    academic. Tab 135 at AR 7843-44.
    In January 2011, CWT filed a second GAO preaward protest (B-404479.2) in which it
    argued that GSA’s corrective action was inadequate. Tab 62 at AR 4481-592. In April 2011,
    GAO denied all protest grounds but one regarding whether the RFP’s “stated objectives” were
    required. Tab 75 at AR 4722-36. On June 3, 2011, GSA issued Amendment 13 to clarify this
    one issue. Tab 76 at AR 4741.1, 4741.2. On July 6, 2011, CWT submitted its proposal and
    Concur submitted revised proposals. Tab 73 at AR 4679.
    In May 2011, before GSA issued the RFP clarification on the issue of “stated
    objectives,” CWT filed a preaward protest before the United States Court of Federal Claims
    (“Court of Federal Claims”) arguing, among other things, that GSA had not obtained the proper
    waiver to enter into a fifteen-year fixed-price contract. CW Gov’t Travel, Inc. v. United States,
    
    99 Fed. Cl. 666
    , 669 (2011). On September 16, 2011, the Court of Federal Claims issued its
    decision, concluding that although GSA had obtained a waiver, its waiver was deficient. 
    Id. at 681
    . On December 20, 2011, GSA rectified this deficiency. Tab 166 at AR 8573-80. On May
    31, 2012, GSA awarded a single IDIQ contract to Concur. Tab 106 at AR 5551-66. After
    receiving a written debriefing, Tab 109 at 5571-679, CWT filed a postaward protest at GAO (B-
    404479.3), Tab 111 at AR 5682-737, and subsequently supplemented its protest grounds, Tab
    126 at AR 7536-99.
    On September 24, 2012, GAO issued its unredacted recommendation in which it denied
    CWT’s protest. Tab 146 at AR 8167-81. Specifically, GAO found that GSA evaluated both
    offerors equally and in accordance with the RFP. GAO also determined that GSA complied with
    the requirements in FAR 16.504(c) because the record reflected a reasonable basis for the
    agency’s determination that CWT was technically unacceptable.
    B. The Current Protest
    On October 18, 2012, CWT filed this postaward protest. In its complaint, CWT alleges,
    among other things, that GSA’s single award decision violated FAR 16.504(c)’s prohibition
    against awarding a major IDIQ contract to a single source and that GSA engaged in unequal
    treatment. CWT seeks:
    (a) a judgment declaring that GSA’s determination that Concur is the only source
    qualified and capable of performing the ETS2 work was arbitrary, irrational and
    capricious;
    (b) a judgment declaring that GSA’s decision to award only one IDIQ contract
    violates federal procurement law since Concur is not, in fact, the only source
    qualified and capable of performing the work;
    (c) a judgment declaring that GSA violated federal procurement law by treating
    CWT and Concur unequally;
    - 11 -
    (d) a judgment declaring that GSA’s evaluation of Concur’s proposal was
    arbitrary, irrational, and unfair;
    (e) an injunction directing GSA to award a second IDIQ contract to CWT;
    (f) CWT’s costs of purs[u]ing this protest; and
    (g) [a]ny other relief the Court deems just and proper.
    Compl. 47.
    On November 21, 2012, plaintiff filed its motion for judgment on the administrative
    record, and on December 20, 2012, the government filed its motion to dismiss pursuant to Rule
    12(b)(1) of the Rules of the United States Court of Federal Claims (“RCFC”) or, in the
    alternative, cross-motion for judgment on the administrative record. Concur filed its cross-
    motion on the same day. Defendant and Concur filed motions to strike the declaration of Robert
    McCauley, Vice President of E2 Solutions at CWT, that was filed by CWT. CWT then filed a
    motion to strike the declaration of Ernesto Martinez, the contracting officer, and to strike
    portions of defendant’s reply brief. The parties fully briefed the issues, and oral argument was
    held on February 14, 2013.
    III. LEGAL STANDARDS
    A. RCFC 12(b)(1) Motion to Dismiss
    The court’s “general power to adjudicate in specific areas of substantive law . . . is
    properly raised by a [Rule] 12(b)(1) motion.” Palmer v. United States, 
    168 F.3d 1310
    , 1313
    (Fed. Cir. 1999). When considering a motion raised under RCFC 12(b)(1), the burden of
    establishing the court’s subject matter jurisdiction resides with the party seeking to invoke
    it. See McNutt v. Gen. Motors Acceptance Corp. of Ind., 
    298 U.S. 178
    , 189 (1936). The
    plaintiff “bears the burden of establishing subject matter jurisdiction by a preponderance of the
    evidence.” Reynolds v. Army & Air Force Exch. Serv., 
    846 F.2d 746
    , 748 (Fed. Cir. 1988). The
    court must accept as true the allegations in the plaintiff’s complaint and must construe such facts
    in the light most favorable to the plaintiff. See Scheuer v. Rhodes, 
    416 U.S. 232
    , 236
    (1974), overruled on other grounds by Harlow v. Fitzgerald, 
    457 U.S. 800
    , 814-19
    (1982); Reynolds, 
    846 F.2d at 747
    . If the defendant or the court questions jurisdiction, the
    plaintiff cannot rely solely on allegations in the complaint but must bring forth relevant, adequate
    proof to establish jurisdiction. See McNutt, 
    298 U.S. at 189
    . In deliberating on a motion to
    dismiss for lack of subject matter jurisdiction, the court may examine relevant evidence in order
    to decide any factual disputes. See Moyer v. United States, 
    190 F.3d 1314
    , 1318 (Fed. Cir.
    1999); Reynolds, 
    846 F.2d at 747
    . If the court finds that it lacks subject matter jurisdiction, then
    it must dismiss the claim. RCFC 12(h)(3).
    - 12 -
    B. Bid Protests
    The Court of Federal Claims has “jurisdiction to render judgment on an action by an
    interested party objecting to . . . 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), and may “award any relief that the court considers proper, including declaratory and
    injunctive relief except that any monetary relief shall be limited to bid preparation and proposal
    costs,” 
    id.
     § 1491(b)(2). Interested parties are those “prospective bidders or offerors whose
    direct economic interest would be affected by the award of the contract or by failure to award the
    contract.” Am. Fed’n of Gov’t Emps. v. United States, 
    258 F.3d 1294
    , 1302 (Fed. Cir. 2001).
    Judicial review of agency actions in bid protest cases is limited to the administrative
    record. The court determines whether the agency action was arbitrary, capricious, an abuse of
    discretion, or otherwise not in accordance with law based solely upon the administrative record.
    
    28 U.S.C. § 1491
    (b)(1), (4); 
    5 U.S.C. § 702
    , 706(2)(A); see also Impresa Construzioni Geom.
    Domenico Garufi v. United States, 
    238 F.3d 1324
    , 1332 (Fed. Cir. 2001).
    When reviewing agency action alleged to be arbitrary or capricious or an abuse of
    discretion, the court must “determine whether the contracting agency provided a coherent and
    reasonable explanation of its exercise of discretion.” Sys. Application & Tech., Inc. v. United
    States, 
    100 Fed. Cl. 687
    , 711 (2011) (quoting and citing Impresa, 
    238 F.3d at 1332-33
    ) (citations
    omitted and quotation marks). An agency’s decision lacks a rational basis if the contracting
    officer “entirely failed to consider an important aspect of the problem, offered an explanation for
    [his] decision that runs counter to the evidence before the agency, or is so implausible that it
    could not be ascribed to a difference in view or the product of agency expertise.” Motor Vehicle
    Mfrs. Ass’n of U.S. v. State Farm Mut. Auto. Ins. Co., 
    463 U.S. 29
    , 43 (1983). A disappointed
    bidder bears a heavy burden of showing that an agency’s decision lacked a rational
    basis. Banknote Corp. of Am. v. United States, 
    365 F.3d 1345
    , 1351 (Fed. Cir. 2004).
    The rational basis standard of review is highly deferential. See PAI Corp. v. United
    States, 
    614 F.3d 1347
    , 1351 (Fed. Cir. 2010). The agency decision is entitled to a presumption
    of regularity, and the court should not substitute its judgment for that of the agency. Citizens to
    Preserve Overton Park, Inc. v. Volpe, 
    401 U.S. 402
    , 415 (1971); Great Lakes Dredge & Dock
    Co. v. United States, 
    60 Fed. Cl. 350
    , 359 (2004). When a disappointed bidder alleges
    contravention of law, it must show “a clear and prejudicial violation of applicable statutes or
    regulations.” Impresa, 
    238 F.3d at 1333
     (citations omitted and quotation marks). Moreover, the
    plaintiff must make a nonfrivolous allegation that the agency’s actions violate a statute or
    regulation. 
    28 U.S.C. § 1491
    (b)(1); Distributed Solutions, Inc. v. United States, 
    539 F.3d 1340
    ,
    1345 n.1 (Fed. Cir. 2008) (“A non-frivolous allegation of a statutory or regulatory violation in
    connection with a procurement or proposed procurement is sufficient to establish jurisdiction.”).
    The violation must be “rooted in a specific statute or regulation,” not merely an allegation that
    the agency has acted arbitrarily or irrationally. Data Monitor Sys., Inc. v. United States, 
    74 Fed. Cl. 66
    , 73 (2006). Moreover, even if the protester can demonstrate errors in the procurement
    process, the protester must also show that it was “significantly prejudiced” by those
    errors. Bannum, Inc. v. United States, 
    404 F.3d 1346
    , 1357 (Fed. Cir. 2005). The postaward bid
    protest “substantial chance” test “envisions a review of the contract award or bid evaluation
    - 13 -
    process to determine what might have occurred if the government had not erred.” Weeks
    Marine, Inc. v. United States, 
    79 Fed. Cl. 22
    , 35 (2007) (internal quotations omitted), aff’d in
    relevant part, 
    575 F.3d 1352
     (Fed. Cir. 2009).
    C. Standing
    Standing constitutes a “threshold requirement in every federal action.” Myers
    Investigative & Sec. Servs., Inc. v. United States, 
    275 F.3d 1366
    , 1369 (Fed. Cir. 2002). As an
    “indispensable part of the plaintiff’s case,” Lujan v. Defenders of Wildlife, 
    504 U.S. 555
    , 561
    (1992), standing is “not a mere pleading requirement,” Night Vision Corp. v. United States, 
    68 Fed. Cl. 368
    , 391 (2005). “[T]he question of standing,” the United States Supreme Court
    explained, “is whether the litigant is entitled to have the court decide the merits of the dispute or
    of particular issues.” Warth v. Seldin, 
    422 U.S. 490
    , 498 (1975). Standing must be determined
    “as of the commencement of suit.” Rothe Dev. Corp. v. Dep’t of Def., 
    413 F.3d 1327
    , 1334
    (Fed. Cir. 2005).
    “[T]he plaintiff in a bid protest must show that it has standing to bring the suit.” L-3
    Global Commc’ns Solutions, Inc. v. United States, 
    82 Fed. Cl. 604
    , 608 (2008) (citing Info.
    Tech. & Applications Corp. v. United States, 
    316 F.3d 1312
    , 1319 (Fed. Cir. 2003)). Although
    the Court of Federal Claims, an Article I court, “applies the same standing requirements enforced
    by other federal courts created under Article III,” Anderson v. United States, 
    344 F.3d 1343
    ,
    1350 n.1 (Fed. Cir. 2003), the United States Court of Appeals for the Federal Circuit (“Federal
    Circuit”) has determined that 
    28 U.S.C. § 1491
    (b) “imposes more stringent standing
    requirements than Article III,” Weeks Marine, 575 F.3d at 1359.
    “The pivotal element of standing in a bid protest is whether a protestor qualifies as an
    ‘interested party’ under [section] 1491(b)(1).” RhinoCorps Ltd. v. United States, 
    87 Fed. Cl. 481
    , 485 (2009). The Federal Circuit has construed the term “interested party” as synonymous
    with the term “interested party” defined in the Competition in Contracting Act (“CICA”), Pub. L.
    No. 98-369, 
    98 Stat. 494
     (1984), and now codified at 
    41 U.S.C. § 3304
    (a)-(c) (Supp. V
    2012). 3 See Am. Fed. of Gov’t Emps., 
    258 F.3d at 1302
    . In order to have standing as an
    “interested party,” a protester must satisfy a two-part test. First, the protester must demonstrate
    that it is an actual or prospective bidder. Rex Serv. Corp. v. United States, 
    448 F.3d 1305
    , 1307
    (Fed. Cir. 2006); see also MCI Telecomm. Corp. v. United States, 
    878 F.2d 362
    , 365 (Fed. Cir.
    1989) (noting that “one who has not actually submitted an offer must be expecting to submit an
    offer prior to the closing date of the solicitation”). Second, the protester must demonstrate that it
    has a direct economic interest in the procurement. Rex Serv. Corp., 
    448 F.3d at 1307
    .
    In order to establish a direct economic interest in the procurement, a protester must
    demonstrate prejudice. See Info. Tech., 
    316 F.3d at 1319
     (“To establish prejudice, [a protester]
    must show that there was a ‘substantial chance’ it would have received the contract but for the
    alleged error in the procurement process.”); Textron, Inc. v. United States, 
    74 Fed. Cl. 277
    , 283
    3
    CICA defines the term “interested party” as “an actual or prospective bidder or offeror
    whose direct economic interest would be affected by the award of the contract or by failure to
    award the contract.” 
    31 U.S.C. § 3551
    (2)(A) (2006).
    - 14 -
    (2006) (“[A] successful protestor must also establish that the errors complained of caused
    prejudice.”). Therefore, “prejudice (or injury) is a necessary element of standing.” Myers, 
    275 F.3d at 1370
    ; accord Info. Tech., 
    316 F.3d at 1319
    ; see also Media Techs. Licensing, LLC v.
    Upper Deck Co., 
    334 F.3d 1366
    , 1370 (Fed. Cir. 2003) (“Because standing is jurisdictional, lack
    of standing precludes a ruling on the merits.”). “It is basic that ‘because the question of
    prejudice goes directly to the question of standing, the prejudice issue must be reached before
    addressing the merits.’” 4 Labatt Food Serv., Inc. v. United States, 
    577 F.3d 1375
    , 1378 (Fed.
    Cir. 2009) (quoting Info. Tech., 
    316 F.3d at 1319
    ).
    A protester’s burden of establishing standing differs depending upon the nature of the
    protest. In postaward bid protests, a protester must show that it had a “substantial chance” of
    receiving the contract. Rex Serv. Corp., 
    448 F.3d at 1308
    . In other words, “[t]o have standing,
    the plaintiff need only establish that it ‘could compete for the contract’ . . . .” Myers, 
    275 F.3d at 1370
     (quoting Impresa, 
    238 F.3d at 1334
    ). Since plaintiff in this case has filed a postaward
    protest, it must demonstrate prejudice under the “substantial chance” standard.
    D. Standard for Judgment Upon the Administrative Record
    Pursuant to RCFC 52.1, this court reviews the agency’s procurement decisions to
    determine whether they are supported by the already-existing administrative record. The
    standards applicable to a motion for judgment upon the administrative record differ from those
    applied in the context of an RCFC 56 motion for summary judgment. Bannum, 
    404 F.3d at
    1355- 56. Unlike an RCFC 56 motion, “proceeding under RCFC [52.1] merely restricts the
    evidence to the agency record . . . .” 
    Id. at 1356
    . “Thus, the central inquiry on a motion for
    summary judgment–whether the movant has proved its case as a matter of fact and law or
    whether a genuine issue of material fact precludes summary judgment–has no bearing on a
    review of the administrative record . . . .” Tech Sys. v. United States, 
    50 Fed. Cl. 216
    , 222
    (2001); accord Bannum, 
    404 F.3d at 1356
     (holding that RCFC 52.1 requires a different standard
    of review without the burden-shifting and presumptions required pursuant to RCFC 56). In
    reviewing cross-motions for judgment on the administrative record, the court must determine
    “whether, given all the disputed and undisputed facts, a party has met its burden of proof based
    4
    A protester must also demonstrate prejudice to succeed on the merits. See Data Gen.
    Corp. v. Johnson, 
    78 F.3d 1556
    , 1562 (Fed. Cir. 1996) (“[T]o prevail in a protest the protester
    must show not only a significant error in the procurement process, but also that the error
    prejudiced it.”). The test for demonstrating prejudice at both the standing and merits stages of
    the protest is the same, but application of the test may yield different results due to the differing
    standards of review. See L-3 Commc’ns Corp. v. United States, 
    99 Fed. Cl. 283
    , 289 (2011)
    (“The difference between the two [prejudice standards] is that the prejudice determination for
    purposes of standing assumes all non-frivolous allegations to be true, whereas the post-merits
    prejudice determination is based only on those allegations which have been proven true.”); Tech
    Sys., Inc. v. United States, 
    98 Fed. Cl. 228
    , 244 (2011) (“[S]ince, for purposes of standing,
    prejudice must be analyzed before a merits determination is made, it is more properly considered
    as a question of potential rather than actual prejudice, and assessed based on the cumulative
    impact of the well-pled allegations of agency error (which are assumed true at this juncture of
    proceedings).”).
    - 15 -
    on the evidence in the record.” A & D Fire Prot. v. United States, 
    72 Fed. Cl. 126
    , 131 (2006).
    In a manner “akin to an expedited trial on the paper record,” the court will make findings of fact
    where necessary. CHE Consulting, Inc. v. United States, 
    78 Fed. Cl. 380
    , 387 (2007).
    IV. DISCUSSION
    A. Preliminary Matters
    1. Standing
    Defendant asserts that CWT cannot demonstrate that but for the errors it alleges the
    government made in the procurement, it had a substantial chance of receiving an award.
    Defendant argues that because CWT’s FPR received a Marginal rating, which was assigned
    when a proposal did “not meet Government requirements necessary for acceptable contract
    performance,” CWT was ineligible for an award. Further, it asserts that because CWT cannot
    show that its Marginal rating was arbitrary or capricious, CWT cannot demonstrate that it had a
    substantial chance of receiving the award. Finally, with respect to FAR
    16.504(c)(1)(ii)(D)(1)(iii), the government argues that CWT cannot show that it was qualified
    and capable of performing the work at a reasonable price because the government found that
    CWT’s price was not reasonable. Thus, defendant asserts that even assuming that everything
    CWT raises in its protest is true, CWT lacks standing to challenge the procurement because it
    cannot demonstrate that it is eligible for an award.
    In response, CWT argues that defendant’s position on standing is misguided, and the
    standing inquiry is made at the threshold of the merits inquiry. CWT asserts that defendant
    effectively cites its original reason for not awarding a second contract to CWT as a basis to claim
    that CWT does not have a chance of receiving a contract. It argues that GSA was required by
    FAR 16.504(c)(1)(ii)(D) to award CWT a second contract because CWT is in fact qualified and
    capable of correcting the weaknesses and performing the ETS2 task orders. Thus, if CWT wins
    on the merits, CWT not only has a substantial chance of receiving a contract, but would be
    guaranteed to receive a contract.
    As explained above, a plaintiff can establish standing by proving that it
    suffered prejudice, or, in other words, that it had a substantial chance of receiving the contract,
    but for the alleged procurement error. A plaintiff with a substantial chance of winning the
    contract has a direct economic interest in the procurement, and has standing before this
    court. See Rex, 
    448 F.3d at
    1307-08 (citing Myers, 
    275 F.3d at 1369-70
    ).
    The court finds that CWT has standing. CWT contends that GSA violated procurement
    law by awarding only one IDIQ contract to Concur despite the fact that GSA was required by
    FAR 16.504(c)(1)(ii)(D) to award a contract to CWT because CWT is qualified and capable of
    performing the ETS2 task orders. More specifically, CWT asserts that the government did not
    find that CWT was not qualified and capable of performing the work, but rather conducted a best
    value analysis in deciding to make one award.
    - 16 -
    Defendant argues that like the plaintiff in Joint Venture of Comint Sys. Corp. v. United
    States, 
    102 Fed. Cl. 235
    , 252 (2011), aff’d, 
    700 F.3d 1377
     (Fed. Cir. 2012), the propriety of the
    Marginal rating assigned to CWT by the agency is determinative of both CWT’s standing and
    the merits. The facts in Comint, however, are markedly different than those here. In Comint,
    this court determined that the plaintiff did not have standing, in part because the plaintiff
    received a Marginal rating, which was the second lowest rating, under the most heavily weighted
    factor Quality/Capability, while eight other offerors received higher factor ratings. 102 Fed. Cl.
    at 252. In fact, this court noted that the plaintiff was ranked, at best, ninth based upon its rating
    under this factor. Id. Moreover, the plaintiff had not challenged the evaluation of the other
    offerors. Id. As a result, the plaintiff could not show that it was in contention for an award.
    Contrary to defendant’s position, the facts here are different than those in Comint. While
    CWT received a Marginal rating, as the plaintiff in Comint did, that is not determinative here.
    Here, CWT alleges several instances in which its proposal was treated unequally in relation to
    Concur’s proposal, and CWT asserts that if GSA had evaluated its proposal equally by allowing
    CWT to correct issues after award, as it allowed Concur to do, GSA could not have reasonably
    concluded that only Concur was capable of performing the contract. Moreover, the RFP allowed
    for two awards, and there were only two offerors; thus, the agency could have awarded a contract
    to CWT as well as to Concur. In sum, if everything CWT alleges in its protest is true, CWT
    would have a substantial chance of receiving a contract. Thus, the court declines to dismiss the
    protest on standing grounds.
    2. Timeliness
    Concur asserts that CWT’s challenge against a single award is untimely because CWT
    did not protest before the proposal due date given that the RFP terms provided for the possibility
    of a single award. For support, Concur cites Blue & Gold Fleet, L.P. v. United States, 
    492 F.3d 1308
     (Fed. Cir. 2007), and Weeks Marine, 
    575 F.3d 1352
    . CWT asserts that since Concur did
    not file a motion to dismiss, the court should disregard Concur’s arguments. Nevertheless, even
    if the court does consider Concur’s timeliness argument, CWT contends that its protest is not
    barred by the waiver rule of Blue & Gold Fleet, 
    492 F.3d 1308
    , which established that a protester
    waives its right to challenge an impropriety in a solicitation if it does not protest prior to the
    proposal submission deadline. CWT asserts that it could not have protested GSA’s
    determination that Concur was the only qualified and capable source prior to the due date for
    proposals because GSA did not make that determination until after the evaluation of proposals.
    Further, CWT argues that it could not know that GSA would violate FAR 16.504(c)(1)(ii)(D)
    until receiving notice that GSA had awarded a single IDIQ contract to Concur.
    The court finds that CWT’s protest is timely, and it would have been premature for CWT
    to file a preaward protest on the grounds it has raised here. First, the RFP included FAR 52.216-
    27, Single or Multiple Awards, which is a standard clause required by FAR 16.506(f) to be
    included in all IDIQ solicitations when more than one award is possible. Tab 2 at AR 601. FAR
    16.506(f) instructs agencies to “[i]nsert the provision at 52.216-27, Single or Multiple Awards, in
    solicitations for indefinite-quantity contracts that may result in multiple contract awards.” The
    mere fact that the RFP included FAR 52.216-27 did not require CWT to file a preaward
    challenge under Blue & Gold, 
    492 F.3d 1308
    . Reserving the right to make one award authorized
    - 17 -
    GSA to do so assuming all other legal requirements were met. In order to make only one award,
    GSA still had to comply with FAR 16.504(c)(1)(ii)(D), which allows a single award if there is
    only one qualified and capable source. CWT had no competitive injury sufficient to file a
    preaward protest. Therefore, CWT had no basis to challenge the terms of the RFP before the
    proposal submission deadline, and the court declines to dismiss the protest on timeliness
    grounds.
    3. Motions to Strike
    Before turning to the merits of the cross-motions for judgment upon the administrative
    record, the court must also address the parties’ motions to strike declarations that were filed by
    CWT and defendant. For the reasons explained below, the court denies the motions to strike.
    a) Legal Standard
    Under RCFC 52.1, which governs the scope of the court’s review on motions for
    judgment upon the administrative record, the court must make “factual findings under RCFC
    52.1 from the [limited] record evidence as if it were conducting a trial on the record.” Bannum,
    
    404 F.3d at 1357
    . The purpose of this limited scope of review is to ensure that the court
    “exercise[s] restraint in examining information that was not available to the agency. A failure to
    do so risks converting arbitrary and capricious review into a subtle form of de novo
    review.” Arinc Eng’g Servs., LLC v. United States, 
    77 Fed. Cl. 196
    , 200-01 (2007). “The task
    of the reviewing court is to apply the appropriate [Administrative Procedure Act (“APA”)]
    standard of review, 
    5 U.S.C. § 706
    , to the agency decision based on the record the agency
    presents to the reviewing court.” Florida Power & Light v. Lorion, 
    470 U.S. 729
    , 743-44 (1985)
    (citing Citizens to Preserve Overton Park, 
    401 U.S. 402
    ). Therefore, in a bid protest, judicial
    review is generally limited to “the administrative record already in existence, not some new
    record made initially in the reviewing court.” Axiom Res. Mgmt, Inc. v. United States, 
    564 F.3d 1374
    , 1379 (Fed. Cir. 2009).
    According to Federal Circuit precedent, the prohibition against extra-record evidence
    applies when such statements are presented in declarations. The Federal Circuit in Axiom, in
    reversing the Court of Federal Claims, held that “the trial court abused its discretion in this case
    by adding Axiom’s documents to the record without evaluating whether the record before the
    agency was sufficient to permit meaningful judicial review.” 
    564 F.3d at 1380
    . The Court of
    Federal Claims’ review should be focused upon “the administrative record already in existence,
    not some new record made initially in the reviewing court.” 
    Id. at 1379
    . The Federal Circuit
    held therefore that “supplementation of the record should be limited to cases in which the
    omission of extra-record evidence precludes effective judicial review” and the Court of Federal
    Claims must decide “whether supplementation of the record [is] necessary in order not to
    frustrate effective judicial review.” 
    Id. at 1381
     (quotations omitted).
    However, apart from evidence intended to supplement the administrative record, there are
    evidentiary submissions filed in support of the prospective relief sought. These submissions
    relate to an issue wholly within the court’s purview. PlanetSpace, Inc. v. United States, 
    90 Fed. Cl. 1
    , 5 (2009). Accordingly, “[i]t is the responsibility of this [c]ourt, not the administrative
    agency, to provide for factual proceedings directed toward, and to find facts relevant to,
    - 18 -
    irreparability of harms or prejudice to any party or to the public interest through grant or denial
    of injunctive relief.” PGBA, LLC v. United States, 
    60 Fed. Cl. 567
    , 568 n.1 (2004). “The
    limited scope of the court’s APA review and the cautionary note of Axiom address this court’s
    examination of the reasonableness of the challenged agency action. Evidence respecting relief,
    however, rests on a separate and distinct footing.” PlanetSpace, 90 Fed. Cl. at 5. Such evidence
    “necessarily would not be before an agency decision-maker effecting a procurement decision
    such as a source selection award, . . . but would necessarily post date and flow from such agency
    decision.” AshBritt, Inc. v. United States, 
    87 Fed. Cl. 344
    , 367 (2009). Accordingly, such
    evidence is admitted, not as a supplement to the administrative record, but as part of this court’s
    record. 
    Id.
    b) Summary of the Declarations at Issue in the Motions to Strike
    With its cross-motion, defendant submitted a declaration from Mr. Martinez, the
    contracting officer for the ETS2 procurement who has been detailed to another division within
    GSA, but remains involved in the ETS2 procurement for purposes of CWT’s protest. Martinez
    Decl. ¶ 1. In his declaration, under the subheading “Harm to Government Should Court Award
    to CWT,” Mr. Martinez states that “not only did CWT not satisfy the basic mandatory
    requirements of the request for proposals (RFP) prior to contract award, but CWT still has not
    satisfied all of the mandatory RFP requirements. It remains technically unacceptable today.” Id.
    ¶ 3. Mr. Martinez goes on to state that since the submission of FPRs, CWT has implemented six
    software releases for its ETS1 system, E2 Solutions, but these releases have failed to satisfy all
    of the ETS2 mandatory requirements. Id. ¶ 8. In particular, he asserts that CWT “did not
    indicate which of the 99 outstanding requirements were allegedly being met, if any at all.
    However, based on the six software releases for CWT’s ETS1 system, described above, the
    agency has determined that only 11 of the 99 outstanding requirements may have been met in
    E2.” Id. ¶ 9 (emphases omitted). Mr. Martinez concludes that if the court were to direct an
    award to CWT today, the government would be “at risk of not receiving many mandatory
    requirements or waiting another prolonged and unknowable period before CWT delivers the
    requirements, the agency tests the requirements, and the requirements are deemed
    acceptable.” Id.
    With its opposition to defendant’s cross-motion, CWT filed Mr. McCauley’s declaration.
    In his declaration, Mr. McCauley states that in his role, he “review[s] the development and
    execution of [CWT’s] annual Product Management Plans including the release management
    decisions associated with E2 Solutions functional releases.” McCauley Decl. ¶ 2. Mr.
    McCauley states that consistent with the responses to CWT’s weaknesses and deficiencies
    identified during the IV&V process, CWT “successfully executed a development plan to deliver
    the remaining ETS-2 functional requirements . . . in November 2012.” Id. ¶ 5. The declaration
    then states that CWT’s “focus has been to deliver E2 Solutions functionality to a demonstration
    environment to fulfill the commitments expressed in our IV&V responses to GSA . . . [which]
    was accomplished in November 2012 as promised and GSA may commence testing at any
    time.” 5 Id. ¶ 7.
    5
    With its opposition to defendant’s cross-motion for judgment upon the administrative
    record, CWT also submitted a declaration from Jim Hotze, the Vice President and Chief
    - 19 -
    c) Mr. Martinez’s Declaration
    CWT argues that if the court strikes Mr. McCauley’s declaration, then, under the same
    analysis, the court must also strike Mr. Martinez’s declaration. CWT asserts that Mr. Martinez’s
    declaration lacks credibility and is false, but states that it did not file a motion to strike at the
    time this declaration was offered because defendant was relying upon this declaration to support
    its opposition to the injunction, rather than to support its merits argument under RCFC 52.1.
    Further, CWT asserts that Mr. Martinez does not have any actual knowledge that the outstanding
    items in CWT’s system are “still” not ready for testing, but rather that he is speculating that
    “CWT may have incorporated only 11 out of 99 ETS2 requirements.” Pl.’s Mot. Strike 2
    (quoting Martinez Decl. ¶ 15). Defendant correctly observes that a declaration that speaks to
    injury can be considered by the court. Moreover, defendant asserts that as the contracting officer
    at the time, Mr. Martinez was privy to the ETS2 retest results and had “actual knowledge” of
    these failures, and even though he is no longer the contracting officer, Mr. Martinez is kept
    apprised of contract issues impacting ETS1 in his current role, including CWT’s additional
    software releases for its ETS1 system, E2 Solutions.
    The court finds it appropriate to consider the declaration submitted by Mr. Martinez
    because it speaks to the alleged harm that the government will suffer if forced either to award a
    second contract to CWT or to reevaluate CWT’s technical acceptability. See PlanetSpace, 90
    Fed. Cl. at 5; AshBritt, 87 Fed. Cl. at 366-67.
    d) Mr. McCauley’s Declaration
    Defendant asserts that because Mr. McCauley’s declaration did not exist and was not
    before the government at the time it was conducting the evaluation, GSA obviously could not
    have considered it when evaluating CWT’s FPR, and as a result, the declaration is irrelevant to
    the court’s review of GSA’s ETS2 proposal evaluations and award determination. Moreover,
    defendant argues that Mr. McCauley’s declaration is unnecessary for effective judicial review
    because the record in this case is exhaustive, and “CWT’s effort to introduce extraneous
    information into this proceeding, without first demonstrating that the existing record somehow
    does not permit ‘meaningful review,’ is contrary to law.” Def.’s Mot. to Strike 7. Defendant
    notes that CWT cites to Mr. McCauley’s declaration only once, and to support the statement that
    it “‘has continued to develop its ETS2 system to satisfy all the RFP requirements. CWT has been
    ready to demonstrate correction of the 99 weaknesses since the last week of November
    Financial Officer of CWT. In his declaration, Mr. Hotze states that he has knowledge of the
    various costs and expenditures incurred by the protester in developing ETS1 and ETS2. Hotze
    Decl. ¶ 5. He states that since March 2003, CWT has incurred costs in excess of $[ . . . ] for
    ETS1 and $[ . . . ] for ETS2, and that there is a risk that [ . . . ] full-time equivalent employees
    would lose their jobs if CWT is not awarded a ETS2 contract. Id. ¶¶ 7-8. Neither defendant nor
    Concur object to the court’s consideration of Mr. Hotze’s declaration because that declaration
    speaks solely to CWT’s alleged irreparable harm. The Court of Federal Claims has previously
    considered declarations that speak to prejudice and injunctive relief, deeming them part of the
    record before the court. See PlanetSpace, 90 Fed. Cl. at 5; AshBritt, 87 Fed. Cl. at 366-67.
    Therefore, the court finds it appropriate to consider this declaration.
    - 20 -
    2012.’” Id. (quoting CWT Opp’n 37). In other words, defendant argues that Mr. McCauley is
    attempting to testify, through his declaration, that CWT is “qualified and capable of performing
    the work” under FAR 16.504(c)(1)(ii)(D)(1). Id. at 7-8. Whether CWT is ready to perform now,
    defendant contends, is irrelevant to the merits of this bid protest. 6 Id. at 8.
    CWT asserts that since it is not relying on Mr. McCauley’s declaration for RCFC 52.1
    judgment, the Axiom principles are inapplicable. CWT states that it submitted Mr. McCauley’s
    declaration for the sole purpose of countering Mr. Martinez’s allegations, and CWT only cites to
    Mr. McCauley’s declaration once in support of its request for injunctive relief. Because Mr.
    McCauley’s declaration counters the harm that the government alleges it will suffer if forced
    either to award a second contract to CWT or to reevaluate CWT’s technical acceptability, the
    court finds it appropriate to consider this declaration. See PlanetSpace, 90 Fed. Cl. at
    5; AshBritt, 87 Fed. Cl. at 366-67.
    e) Portions of Defendant’s Reply Brief
    CWT also moves to strike the portions of defendant’s reply brief that purportedly contain
    an argument that is both outside of the administrative record and was never raised in prior
    briefing. In particular, CWT contends that defendant argues in its reply brief that CWT’s price
    was deemed unreasonable even though the contemporaneous record reflects that GSA found all
    proposals to be reasonably priced. Further, citing case law, CWT argues that the court should
    also strike defendant’s that CWT’s price was deemed unreasonable because it was presented for
    the first time in a reply brief.
    Defendant contends that CWT is focusing on the wrong evaluation, and that CWT’s
    “total price” (i.e., for CLINs 1-5 and their associated option CLINs) was evaluated and
    determined to be unreasonable. Moreover, defendant asserts that in its opening brief, it pointed
    out that CWT’s price was unreasonable and relied upon this finding in making its arguments.
    Lastly, defendant argues that even if the court concludes that defendant did raise the price
    reasonableness argument in its reply brief for the first time, the court should not consider the
    issue waived because CWT is not prejudiced. Rather, defendant states that CWT has had the
    opportunity to respond to this argument in its own motion to strike and at oral argument.
    Defendant further notes that the waiver rule to which CWT cites is rooted in “concepts of fair
    notice and prejudice.” Def.’s Reply to Mot. to Strike 12.
    The court finds no basis to strike these portions of defendant’s reply brief. Defendant, in
    its moving brief, did state that the evaluators “considered CWT’s single award price to be
    unreasonable compared to Concur Proposal B’s single award price.” Def.’s Cross-Mot. at 44.
    Further, the price analysis consensus report reflects that the Price Evaluation Board
    “consider[ed] [CWT’s] Single Award price of $1,427,876,623 to be unreasonable compared to
    the lowest competitive offer [submitted by Concur]. [CWT’s] Dual Award price of
    6
    Concur similarly argues that the existing record is more than sufficient to permit
    meaningful review. Citing Axiom, 
    564 F.3d at 1379
    , Concur further asserts that the court should
    only consider evidence that is already part of the record, instead of considering the McCauley
    declaration, which was created for use before this court.
    - 21 -
    $1,562,846,138 [is considered] to be unreasonable compared to the lowest competitive offer
    [submitted by Concur].” Tab 122 at AR 7478. Therefore, the court will not strike these
    arguments from defendant’s reply brief.
    B. Arguments on the Merits
    1. CWT Argues That GSA’s Decision to Make a Single Award Violated FAR 16.504(c)’s
    Prohibition Against Awarding an IDIQ Contract Over $103 Million to a Single Source
    Although the FAR establishes a general discretionary “preference” for multiple IDIQ
    awards, FAR 16.504(c)(1)(ii)(D) permits the award of an IDIQ contract to a single source when
    the procurement is valued in excess of $103 million and one of a limited number of exceptions is
    present. CWT argues that no exception to the multiple-award mandate is present. The
    government, however, asserts that because Concur was the only qualified and capable source, the
    exception at FAR 16.504(c)(1)(ii)(D)(iii) applies. For the reasons discussed below, the court
    holds that the government’s award decision was not consistent with FAR 16.504(c)(1)(ii)(D).
    a) FAR 16.504, Indefinite-Quantity Contracts
    Under FAR 16.504(c)(1)(i), the contracting officer “must, to the maximum extent
    practicable, give preference to making multiple awards of indefinite-quantity contracts under a
    single solicitation for the same or similar supplies or services to two or more sources.” The
    contracting officer should consider the following when determining the number of contracts to
    be awarded:
    (1) The scope and complexity of the contract requirement.
    (2) The expected duration and frequency of task or delivery orders.
    (3) The mix of resources a contractor must have to perform expected task or
    delivery order requirements.
    (4) The ability to maintain competition among the awardees throughout the
    contracts’ period of performance.
    FAR 16.504(c)(1)(ii)(A). However:
    (1) No task or delivery order contract in an amount estimated to exceed $103
    million (including all options) may be awarded to a single source unless the head
    of the agency determines in writing that—
    ....
    (iii) Only one source is qualified and capable of performing the work at a
    reasonable price to the Government.
    FAR 16.504(c)(1)(ii)(D). Plaintiff cites to this provision in support of its argument, discussed
    below, that the government did not determine that CWT was not qualified and capable of
    performing the work at a reasonable price.
    - 22 -
    b) The Parties’ Arguments
    CWT contends that GSA’s decision to award only one contract violated FAR 16.504(c),
    which prohibits an agency from awarding a major IDIQ contract to a single source, because
    Concur is not the only source qualified and capable of performing the work at a reasonable price.
    CWT asserts that GSA misunderstood FAR 16.504(c)(1)(ii)(D) when it evaluated proposals and
    selected Concur for a single award because GSA mistakenly believed that a dual award was only
    a “preference.” For instance, CWT points to the acquisition plan in which GSA stated that there
    is a “strong preference for choice among providers . . . and for multiple awards.” Tab 118 at AR
    6576. Further, CWT argues that GSA’s decision to follow FAR 16.504(c)(1)(ii)(A) was
    unlawful because FAR 16.504(c)(1)(ii)(D) clearly states that “[n]o task or delivery order contract
    in an amount estimated to exceed $103 million (excluding options) may be awarded to a single
    source unless the head of the agency determines in writing” that one of the specific narrow
    exceptions is present, including that there is only “one qualified and capable source.”
    CWT argues that while its proposal contained weaknesses, its proposal did not fail to
    conform to the material terms and conditions of the RFP. It claims that the only issue that led to
    its Marginal rating was that its proposal did not adequately demonstrate that its system had
    finalized all of the outstanding items. CWT argues that none of the case law cited by GSA or
    Concur pertaining to “unacceptable” proposals is applicable to this protest because those cases
    do not involve FAR 16.504(c)(1)(ii)(D). CWT asserts that because the government admits that it
    did not make any finding that CWT was not qualified and capable of performing the work, this
    protest should be sustained because FAR 16.504(c)(1)(ii)(D) requires the government to issue a
    valid determination that “[o]nly one source is qualified and capable of performing the work” in
    order to legally authorize the award of only one master IDIQ contract.
    The government argues in response that it did not make a finding of whether CWT, as a
    company, was qualified and capable of performing the work, but the government did find that
    CWT’s FPR did not meet government requirements. Further, defendant notes that CWT
    corrected some, but not all, of the significant weaknesses and chose not to correct its deficiency.
    As a result, defendant argues that CWT’s FPR did not meet the RFP requirements, “which was
    consistent with a rating of ‘Marginal’ and, therefore, was not technically acceptable.” Cross-
    Mot. at 40. Defendant contends that because CWT’s proposal was not technically acceptable,
    GSA could not award CWT an ETS2 contract as such an award would violate the procurement
    statutes and regulations and would place significant risk upon the government that the awardee
    may not be able to perform the contract. Moreover, defendant points out that the SSAC did
    conclude that CWT is not “currently qualified.” Tab 103 at AR 5301.
    c) GSA Did Not Satisfy FAR 16.504(c)(1)(ii)(D)(1)(iii)
    As discussed above, FAR 16.504(c)(1)(ii)(D) permitted GSA to award one IDIQ contract
    valued at greater than $103 million where there is only one source qualified and capable of
    performing the work. This bid protest appears to be a case of first impression since there are no
    reported decisions addressing this FAR exception.
    Here, instead of discussing in the D&F whether CWT was qualified and capable of
    performing the ETS2 work, the government’s D&F arrives at the conclusion that Concur is the
    - 23 -
    only qualified and capable source because CWT received an overall rating of Marginal. That is,
    the government essentially conducted a best value tradeoff, which was inappropriate for
    purposes of FAR 16.504(c)(1)(ii)(D)(1)(iii). In the D&F, the government compares the relative
    strengths and weaknesses in the offerors’ proposals under the RFP’s evaluation criteria and total
    prices, as well as the perceived general risks and benefits of a single versus dual award. Thus,
    GSA selected Concur on a best value basis, which was inconsistent with what FAR
    16.504(c)(1)(ii)(D) required. Moreover, the assignment of a Marginal rating to CWT meant that
    its proposal did not “meet Government requirements necessary for acceptable contract
    performance, but issues are correctable.” Tab 2 at AR 767, 774 (emphasis added). The
    government points to the D&F, in which the contracting officer stated that CWT was found “not
    technically acceptable for contract award.” Tab 104 at AR 5405. Nonetheless, the government
    assigned CWT a Marginal rating, which was not consistent with a finding that CWT, either the
    company or its FPR, was not qualified and capable of performing the ETS2 work at a reasonable
    price, but rather was a finding that CWT’s proposal did not meet “[g]overnment requirements
    necessary for acceptable contract performance, but issues are correctable.” Tab 2 at AR 767,
    774. A Marginal rating was different from an Unacceptable rating, which would be assigned
    where the proposal contained “numerous weaknesses and/or deficiencies, or contains weaknesses
    and/or deficiencies that are not correctable,” and the government determined that the offeror
    would be “unable to successfully complete the required tasking.” 
    Id.
    Moreover, the contemporaneous record appears to conflict with any alleged
    determination that CWT is not qualified and capable of performing the work. CWT was
    awarded a strength because “[t]he experience and capabilities of the E2 Solutions team, with
    CWTSatoTravel as the prime, and Northrop Grumman Corporation (NGC), . . . are unmatched
    by any other potential Offeror.” Tab 121 at AR 7240. While CWT received this strength under
    the past performance factor, the government did state that the CWT team’s “experience and
    capabilities” are unmatched by any other potential offeror. Therefore, the government was not
    speaking simply of CWT’s past capabilities. The government gave CWT an Acceptable rating
    under the past performance factor because CWT’s “proposal meets the performance and
    technical capability requirements defined in the [Statement of Work]. The SSEB is confident
    that the Offeror can successfully achieve the requirements in the [Statement of Work] if the
    technical approach proposed is followed.” 
    Id.
     at AR 7419. CWT also received the following
    strength under the technical factor, Project Management Plan:
    The Offeror states that “by combining CWTSatoTravel and NGC’s resources, the
    client agencies currently serviced under NGC will have the expertise of resources
    currently servicing their account.” The knowledge they have of their ETS1
    clients will minimize the amount of time during the preparation phase and assist
    in the setup within the Offeror’s ETS2 solution. This shows potential for reducing
    migration tasks or shortening the time to perform RFP requirements to meet goals
    and to minimize the disruption, costs, and time required to integrate agency
    systems to ETS2.
    
    Id.
     at AR 7411.
    - 24 -
    With respect to the allegation that CWT is not qualified and capable of performing the
    work at a “reasonable price,” the record here also is inconsistent. In the SSDD, the government
    states that CWT “was not competitive when compared” to Concur, and CWT’s “price proposal
    was the highest priced offer.” Tab 103 at AR 5295. Then, the SSDD reflects that the
    government performed a best value tradeoff analysis, stating “it is not reasonable to pay
    $231,326,712 more for a Marginal proposal with significant weaknesses and a security
    deficiency.” 
    Id.
     at AR 5296 (emphasis omitted). However, as stated above, it was improper to
    make a single award based on a best value tradeoff approach. The government additionally
    states that “some of CWTSatoTravel’s price assumptions [were] reasonable, representing
    minimal risk to the Government,” but “11 of 31 price assumptions represented cost and/or
    performance risk to a degree that was considered unreasonable as these assumptions could result
    in either a refusal to perform or delay in performance.” 
    Id.
     at AR 5297. However, the D&F
    reflects that the government only selected Concur for award because it had a higher rating and
    lower relative price, not because CWT’s price was “unreasonable.” See Tab 104 at AR 5406
    (“The Government determines that Concur Technologies, Proposal B, is superior to
    CWTSatoTravel’s proposal in overall technical merit and is lowest in evaluated price,
    representing less risk of performance issues at a more favorable price.”). Finally, the SSDD
    reflects that the government believed that “[a]ll proposals had both reasonably and unreasonably
    priced CLINs, and “[w]hile a few of the prices for individual CLINs were determined to be
    unreasonable, the overall price offered was determined to be fair and reasonable for all three
    offers, despite the presence of these unreasonably priced CLINs.” Tab 103 at AR 5288.
    On the one hand, the RFP did require the agency to make a best value determination. On
    the other hand, the FAR nonetheless allowed the agency to award to a single offeror only upon
    determining that there is a single source that is qualified and capable of performing the work at a
    reasonable price. Here, the record demonstrates that the agency used a best value determination
    when it decided to award the contract to a single offeror. That is, the agency selected Concur
    because it was technically superior and priced lower than CWT. Such determination is
    inconsistent with FAR 16.504(c)(1)(ii)(D).
    2. CWT Contends That GSA Engaged in Unequal Treatment
    CWT next argues that GSA’s award decision was the result of unequal treatment.
    Specifically, CWT contends that GSA did not require Concur to demonstrate compliance with all
    requirements before award, but required CWT to improve its offer by addressing the outstanding
    ninety-nine items prior to award, and when CWT did not, GSA used this as the primary reason to
    determine that Concur was the only source qualified and capable of performing the work. With
    respect to Concur, CWT asserts that GSA permitted Concur to address at least sixteen IV&V
    functional/usability factor weaknesses after contract award without deeming it unqualified or
    incapable of performing the work. In particular, CWT states that Concur promised to start
    studying the weaknesses, which were not insignificant, sixty days after award and then develop a
    plan to improve its ETS2 solution, but Concur did not commit to when or even if these
    weaknesses would actually be corrected. CWT also points out that Concur stated that it would
    correct a security weakness thirty days after award and before the agency goes live, and GSA
    apparently agreed that this was acceptable, but found that it was not acceptable for CWT to
    promise to correct all weaknesses a year before the agency goes live.
    - 25 -
    With respect to the GAO decision, CWT contends that while GAO properly recognized
    that GSA’s response to CWT’s unequal treatment claim was without merit, GAO improperly
    concluded that this GSA error was not prejudicial. CWT asserts that GAO’s analysis that CWT
    did not suffer prejudice was flawed because this was not a best value decision where the agency
    makes a tradeoff to select the winner.
    The government identified 186 “weaknesses, including those considered significant
    weaknesses, deficiencies, and comments concerning objectives not fully met, from the
    Government’s Phase II evaluation which require[d] [Concur’s] attention in preparation for
    negotiations.” Tab 91 at AR 4961. Concur’s FPR reflects that for sixteen of the 186, Concur
    stated that the government’s comments would be “considered as outlined in section 4.0 of the
    PMP.” Tab 120 at AR 7292-93, 7318-20, 7328-31. In Section 4.4 of Concur’s Project
    Management Plan, Concur stated:
    [ . . .]
    
    Id.
     at AR 7058. Thus, Concur’s plan merely consisted of a promise to start studying the
    weaknesses within sixty days after award and then develop a plan to improve its ETS2 solution.
    The SSEB report includes the following reference to this issue: “Due to not re-testing
    usability, usability weakness comments previously evaluated remained as weaknesses.” Tab 121
    at AR 7368. The SSAC report does not appear to address the issue. However, with respect to
    CWT’s approach to offering postaward testing, the SSAC/PAR shows that CWT was evaluated
    adversely under the IV&V functional/usability factor. See Tab 103 at AR 5386 (“Vendor has
    cited that [the feature/function] will be in the November 2012 update, but at present, this exposes
    the government to risk of contract underperformance via an unmet requirement. This is a
    SIGNIFICANT weakness.” (emphasis omitted)).
    In response, the government asserts that by CWT not even offering to address the ninety-
    nine requirements it failed to meet in its FPR, GSA could not evaluate them, but Concur offered
    the functionalities associated with the minor weaknesses in its FPR, and therefore, those
    functionalities could be evaluated. Next, the government states that the language CWT quotes
    from Concur’s FPR as proof that GSA accepted Concur’s postaward remediation plan while not
    accepting CWT’s postaward remediation plans is misleading because the RFP requires ongoing
    usability improvements, which can only be made after award when users use the tool and can
    provide feedback. The government contends that, by contrast, CWT’s postaward promises to
    remediate its significant weaknesses and deficiency were not acceptable because “they were not
    specific, failed to detail the resources or methodology [CWT] would use to resolve issues, and
    did not provide a schedule of what functionality would be available and when.” Def.’s Reply 7.
    This is an insufficient explanation for why the government considered Concur’s proposed
    approach of postaward testing under this factor as acceptable, but the government viewed CWT’s
    approach as a significant weakness. The government notes that Concur’s proposal did not suffer
    from several significant weaknesses and a deficiency as CWT’s did. It appears, however, that
    the government unfairly held CWT to the award date in finding CWT to be technically
    - 26 -
    unacceptable but did not do the same for Concur, and even allowed Concur to correct
    outstanding items postaward with a remediation plan that was not as specific as the government
    asserts in its briefing. The government contends that CWT did not address the ninety-nine
    outstanding requirements in its FPR, but even if in general terms, CWT agreed to comply with
    all RFP terms, including those ninety-nine requirements that were to be incorporated by
    November 2012. Tab 113 at AR 6091, 6095-97. Concur’s FPR, as quoted above, does not
    appear to fare better, stating also that it would address the requirements after award, and the
    SSEB stated that it had reviewed “the remediation plan; however, it did not inspire the level of
    confidence in the board to remove the applicable weakness comments.” Tab 121 at AR 7392.
    While both CWT and Concur responded to some of the concerns the government had with their
    proposals with plans to correct the weaknesses after award, GSA treated CWT and Concur
    unequally by rejecting CWT’s postaward compliance date but accepting Concur’s promises.
    GAO determined that even if there was unequal treatment, such error was not prejudicial
    to CWT in this best value competition. However, in the context of FAR
    16.504(c)(1)(ii)(D)(1)(iii), when the agency decided to make a single award and had to
    determine whether there was only a single source that was qualified and capable of performing
    the work at a reasonable price, such error could have impacted CWT’s chance at obtaining an
    award.
    3. CWT Contends That GSA Permitted Concur to Take Exception to Mandatory RFP
    Requirements and/or Qualify Its Promise to Meet RFP Requirements
    It is well-established that a “contracting agency must treat all offerors equally, evaluating
    proposals evenhandedly against common requirements and evaluation criteria.” Banknote Corp.
    of Am. v. United States, 
    56 Fed. Cl. 377
    , 383 (2003), aff’d, 
    365 F.3d at 1345
    ; see also Afghan
    Am. Army Servs. Corp. v. United States, 
    106 Fed. Cl. 714
    , 729 (Fed. Cl. 2012). “[U]neven
    treatment goes against the standard of equality and fair-play that is a necessary underpinning of
    the federal government’s procurement process and amounts to an abuse of the agency’s
    discretion.” PGBA, LLC v. United States, 
    60 Fed. Cl. 196
    , 207 (2004), aff’d, 
    389 F.3d 1219
    (Fed. Cir. 2004); see also TLT Constr. Corp. v. United States, 
    50 Fed. Cl. 212
    , 216 (2001) (“A
    fundamental principle of government procurement is that [the agency] treat all offerors equally
    and consistently apply the evaluation factors listed in the solicitation.”).
    CWT asserts that Concur took exceptions to certain RFP requirements and included
    conditions regarding the personnel, resources, and responsibilities that each agency customer
    must contribute for Concur to meet mandatory RFP requirements, but the government failed to
    evaluate the substantial risk and cost associated with these conditions. As a result of Concur’s
    conditioned proposal commitments, CWT argues that Concur was not capable of performing
    100% of the ETS2 requirements at the time of contract award. Therefore, CWT contends that
    GSA’s determination that Concur is the only qualified and capable source was based on an
    arbitrary, irrational, and unequal evaluation. Finally, CWT asserts that Concur’s “conditioned
    commitments are the substantive equivalent of pricing assumptions embedded within its
    technical proposal,” and GSA failed to evaluate the significant costs and burdens that Concur’s
    compliance plan imposes upon individual agencies and the implications of Concur’s qualified
    commitment to perform. Pl.’s Mot. at 45.
    - 27 -
    a) Accommodated Travel Management Centers (“ATMCs”)
    CWT asserts that GSA waived express RFP requirements regarding ATMCs by
    disregarding Concur’s exception to the requirement that ETS2 contractors accommodate ATMCs
    at no additional cost to the ATMC. Section C.4.2.12, Accommodated Travel Management
    Centers, of the RFP states:
    Customer agencies may utilize [Travel Management Centers] other than
    Contractor’s [Embedded Travel Management Centers] for ETS2 fulfillment and
    agent-assisted reservation services, including [Agent-Assisted Travel Reservation
    Service]. Accordingly, the Contractor shall be required to accommodate the
    services of ATMCs.
    The Contractor shall establish a cooperative relationship with each [Travel
    Management Center], including ATMCs, to ensure the Federal traveler
    experiences no degradation in travel service, consistent with the terms, conditions,
    and scope of the contract to be awarded hereunder . . . .
    Tab 2 at AR 90. One of the mandatory requirements with respect to ATMCs was the following:
    The Contractor shall accommodate an ATMC at no expense to the ATMC or no
    additional cost beyond the transaction fee to the government in accordance with
    proposed expedited customer agency accommodation schemes to speed
    transaction utilization and growth.
    
    Id.
     at AR 91.
    In particular, CWT alleges that Concur stated that its ability to engage with an ATMC
    would depend on the ATMC’s willingness to mitigate or absorb various costs that may be
    associated with using the particular ATMC, and that Concur insisted that all ATMCs bear the
    costs arising from the integration with its ETS2 system. The government argues that the ATMC
    requirement was intended to ensure that the contractor did not charge ATMCs ancillary fees over
    and above the reservation and fulfillment transaction fees paid by the government in the resulting
    contract, and both the government and Concur argue that the Concur proposal did not state that
    Concur would charge ATMCs.
    For instance, Concur stated that its “[ . . .].” Tab 120 at AR 6912. It went on to say:
    “[ . . . ].” 
    Id.
     Concur then stated that it would engage ATMCs if they would agree to business
    terms, including: “[ . . . ].” 
    Id.
    The RFP stated that an offeror was prohibited from charging a fee to the ATMC in order
    to accommodate the ATMC or from charging a fee to the government in addition to the awarded
    price, but an offeror did not have to accommodate or indemnify an ATMC for costs charged by
    the ATMC’s third-party supplier. Thus, Concur did not state that it would charge ATMCs or the
    government fees, but rather, Concur discussed how it would handle fees that could be charged to
    - 28 -
    the ATMCs by third-party vendors. Concur stated that if the ATMC’s third-party supplier
    charged certain fees in excess of what Concur would charge for the same service, the ATMC
    could select a different third-party supplier or absorb the additional fees.
    CWT also argues that Concur shifted the costs of training to the ATMCs, and this is a
    price assumption that should have been included in its proposal. Concur stated: “[ . . . ].” 
    Id.
     In
    other words, if Concur must provide training services to the government that include information
    specific to the ATMC, then the ATMC will bear the cost or pay Concur for that ATMC-specific
    content. This is not a price assumption that impacts what the government pays, and CWT has
    not pointed to any requirement in the RFP that mandates that an offeror train customers on an
    ATMC’s specific information. Likewise, CWT asserts that Concur required the ATMC to
    absorb fees associated with Concur auditing and/or devising quality control routines for the
    ATMC. Here, too, there was no RFP requirement that Concur perform quality control on behalf
    of ATMCs who are under separate contracts to ordering agencies. The court finds no merit to
    any of these arguments raised by CWT.
    b) Integration With Customers’ Business Systems
    CWT next argues that Concur took exception to the RFP, section C.8, “Agency Business
    Systems Data Integration Capabilities and Characteristics,” which states: “[G]oals for
    integration in ETS2 are to a) minimize the disruption, costs, and time required to integrate
    agency systems to ETS2 to the maximum extent possible, b) promote technologies that provide
    for the accurate and timely exchange of data in accordance with agency needs, and c) support
    easier adaptation later (should agencies need that).” Tab 2 at AR 149. CWT points to Concur’s
    technical proposal, in which Concur states that it has “[ . . . ].” Tab 120 at AR 7062-63. Such
    language, CWT contends, required the government to provide specific and extensive personnel
    resources, in a way that violated the stated objective of minimizing costs and time to the
    customer agencies.
    The court finds no merit to CWT’s argument. The RFP required the contractor to
    coordinate with the customer agency regarding integrating agency systems and transition to
    ETS2. Clearly, agencies have to be involved in the integration and implementation process to
    ensure successful transition. Moreover, the RFP required offerors to clearly identify agency
    roles and responsibilities in the transition and implementation process. Tab 2 at AR 742; Tab
    120 at AR 7062.
    c) Types of Travel
    In section C.3.2.1, Mandatory Requirements, the government identified the following
    types of federal official travel that had to be addressed by a contractor’s ETS2 system:
    1)      Temporary duty (TDY) travel, including foreign and domestic;
    2)      Local travel;
    3)      Long-term TDY, including foreign and domestic;
    4)      Blanket/Open Travel;
    5)      Group Travel;
    - 29 -
    6)      Invitational travel;
    7)      Non-Federally Sponsored travel;
    8)      Joint Federal Travel Regulation (JFTR) authorization and voucher
    entitlements for the U.S. Coast Guard (see Attachment 12, Joint Federal
    Travel Regulation (Separately Priced Mandatory Requirement)[)];
    9)      Federal Emergency Management Administration (FEMA) Surge Blanket
    Travel (SBT), which requires an extremely large number of employees to
    be granted authority to travel under one travel authorization. See
    Attachment 13, FEMA Surge Blanket Travel Requirements (Mandatory,
    Separately Priced), for more detail;
    10)     U.S. Department of State (DoS) authorization and voucher requirements
    for dependents. (See Attachment 19, Department of State Travel for
    additional guidance and 14 FAM 500 and 4 FAM 460 for specific
    requirements (Mandatory, Separately Priced)). Entitlement computations
    including family members but excluding relocation are separately priced;
    11)     Other special types of travel that are included in the as-determined-by-
    customer agency task order requirements. These may include, but are not
    limited to the following;
    1) Patient travel (Mandatory, Separately Priced); and
    2) Entitlement travel for overseas Government employees including:
    a. Educational travel for dependents overseas with employees,
    including JFTR[,] DoS, and U.S. Agency for International
    Development (USAID);
    b. Medical evacuation, including JFTR, DoS, USAID;
    c. Dependent patient travel, including JFTR, DoS, USAID;
    d. Escort travel, including JFTR, DoS, USAID;
    e. Attendant travel, including JFTR, DoS, USAID;
    f. Ship-overhaul travel for JFTR;
    g. Home leave, including JFTR, DoS, USAID;
    h. Rest and Recuperation (R&R) travel, including JFTR, DoS,
    USAID; and
    12)     Visitation travel for children of separated parents, including JFTR, DoS,
    USAID.
    Tab 2 at AR 61. The government also stated that it intended to test certain section C
    requirements during the IV&V phase, but reserved the right to adjust the requirements tested. 
    Id.
    at AR 722. “Mandatory, separately priced requirements will not be tested during Phase II IV&V,
    but will be tested after award.” 
    Id.
     Of relevance here, the government identified requirements 1
    through 7 and 11.2 of section C.3.2.1, Types of Travel, as those that it intended to test during the
    IV&V phase. 
    Id.
     at AR 722-23. In other words, requirements 8 through 10, 11.1, and 12 were
    not marked as those that the government intended to test.
    CWT argues that Concur qualified its promise to meet four mandatory section C.3.2.1
    requirements, months after award, when it stated in its proposal that “‘[f]our comprehensive
    mandatory requirements specified in the solicitation may require some additional work to fully
    support, as outlined below.’” Pl.’s Mot. 44 (quoting Tab 120 at AR 7039). In particular, CWT
    - 30 -
    cites to requirements 8 through 11 of section C.3.2.1 that described the types of federal official
    travel that the contractor’s ETS2 had to support. Tab 2 at AR 61. The government and Concur
    state that the contracting officer noted that these requirements “were specifically excluded from
    the pre-award evaluations,” (Def.’s Cross-Mot. 51 (quoting Tab 128 at AR 7661-62)), and the
    government notes that both Concur and CWT offered to develop these specific requirements that
    would apply only to specific agencies upon the award of a task order.
    CWT’s challenge has no merit. The RFP, section E.6.3.6.3, Mandatory Requirements
    Testable in IV&V, identified certain requirements that the government intended to test during the
    IV&V and other requirements that would “not be tested during Phase II IV&V, but [would] be
    tested after award.” Tab 2 at AR 722. Requirements 8 through 10 of section C.3.2.1 were not
    identified as those that would be tested during IV&V. 
    Id.
     at AR 723. Requirement 11 was
    divided into 11.1 and 11.2. Defendant, nonetheless, asserts that requirements 8 through 11 were
    not on the table. Requirement 11.1 was not on the table of requirements that the government
    would test during IV&V. Requirement 11.2, however, which required the contractor to support
    entitlement travel for overseas government employees, including educational travel and medical
    evacuation, was on the table of requirements that would be tested during IV&V. 
    Id.
     Thus, it
    appears that the government intended to evaluate requirement 11.2 of section C.3.2.1 during
    IV&V. However, neither offeror appears to have been downgraded for not meeting this
    requirement during IV&V testing. Moreover, like Concur, CWT did not offer to provide these
    same requirements before award. Tab 113 at AR 5949, 6095. Thus, CWT cannot establish that
    its proposal was prejudiced.
    d) Section 508 Requirements
    Third, CWT claims that Concur qualified its commitment to meet the RFP’s mandatory
    “Section 508” requirements up to ninety days after contract award. Pl.’s Mot. 45 (referring to
    Tab 120 at AR 7257). The government notes that neither offeror met this requirement preaward.
    Rather, as the government notes, both offerors offered an acceptable remediation plan for this
    issue, and neither offerors’ proposal was downgraded. Finally, Concur argues that it did not take
    exception to the Section 508 compliance requirement and the agency specifically noted during
    discussions that both Concur and CWT had weaknesses with their compliance.
    This CWT challenge also lacks merit. Both offerors proposed postaward solutions to
    Section 508 compliance as permitted by the RFP. During discussions and in their FPRs, both
    offerors improved their proposals by offering remediation plans for how they would meet the
    Section 508 requirements. The government determined that both remediation plans were
    satisfactory regarding Section 508 compliance, and the record reflects that neither offeror was
    downgraded for its failure to provide full preaward Section 508 compliance. Tab 121 at AR
    7396-98, 7427-28. CWT has not shown that it was treated differently than Concur, and it has not
    shown that it suffered prejudice.
    C. CWT Was Prejudiced
    The Federal Circuit has held that “prejudice (or injury) is a necessary element of
    standing” in bid protests. Myers, 
    275 F.3d at 1370
    . To establish prejudice, CWT “must show
    - 31 -
    that it had a substantial chance of being awarded the contract but for the alleged violation of the
    procurement statute or regulation.” Hamilton Sundstrand Power Sys. v. United States, 
    75 Fed. Cl. 512
    , 515 (2007). In other words, CWT’s “chance of securing the award must not have been
    insubstantial.” Info. Tech., 
    316 F.3d at 1319
    . When a protester asserts a violation of regulation
    or procedure, “the disappointed bidder must show ‘a clear and prejudicial violation of applicable
    statutes or regulations.’” Impresa, 
    238 F.3d at 1333
    ; Data Gen., 
    78 F.3d at 1562-63
    . As
    explained above, the government failed to follow FAR 16.504(c)(1)(ii)(D)(1)(iii) and treated the
    offerors unequally. As a result, CWT was significantly prejudiced by the government’s actions.
    Further, the court gives no weight to the government’s contention, made in the midst of
    litigation, that the agency would reach the same conclusion should the court find that the
    government violated the FAR.
    D. Injunctive Relief Is Appropriate
    To obtain permanent injunctive relief, CWT must demonstrate: (1) success on the
    merits; (2) irreparable harm to CWT if the injunction is not granted; (3) the balance of hardships
    on all parties weighs in CWT’s favor; and (4) that an injunction is in the public interest. See
    PGBA, 
    389 F.3d at 1228-29
     (citations omitted). No single factor is determinative, and “the
    weakness of the showing regarding one factor may be overborn by the strength of the
    others.” 7 FMC Corp. v. United States, 
    3 F.3d 424
    , 427 (Fed. Cir. 1993). CWT has
    demonstrated that GSA’s determination that Concur was the only source qualified and capable of
    performing the work at a reasonable price and GSA’s decision to award a single IDIQ contract
    were arbitrary and unlawful and, therefore, has satisfied the first element of success on the
    merits. As discussed below, the remaining three factors also weigh in CWT’s favor. 8
    7
    The government, citing Baird Corp. v. United States, 
    1 Cl. Ct. 662
    , 664 (1983), argues
    that CWT must establish an entitlement to injunctive relief by clear and convincing evidence.
    The court disagrees, and finds persuasive the analysis in Textron, 74 Fed. Cl. at 287, and
    Bannum, Inc. v. United States, 
    60 Fed. Cl. 718
    , 723-24 (2004), aff’d 
    404 F.3d at 1346
    . There is
    no binding precedent requiring this elevated burden of proof. See Bannum, 60 Fed. Cl. at 723.
    It is clear from a review of the relevant precedent that the preponderance of the evidence test
    should apply. See Career Training Concepts, Inc. v. United States, 
    83 Fed. Cl. 215
    , 218-19
    (2008).
    8
    In its complaint and motion for judgment upon the administrative record, CWT requests
    that the court “issue an injunction directing GSA to award a second IDIQ contract to CWT.”
    Compl. at ¶ 9; Pl.’s Mot. 47. The court, however, lacks the authority to direct the award of a
    contract. As the Federal Circuit has held, the disappointed bidder has “‘no right . . . to have the
    contract awarded to it in the event the . . . court finds illegality in the award of the contract . . . .’”
    CACI, Inc.-Fed. v. United States, 
    719 F.2d 1567
    , 1575 (Fed. Cir. 1983) (quoting Scanwell Labs.,
    Inc. v. Shaffer, 
    424 F.2d 859
    , 864 (D.C. Cir. 1970)). Rather, appropriate injunctive relief is
    where the court “enjoin[s] the illegal action and return[s] the contract award process to the status
    quo ante.” Parcel 49C Ltd. P’ship v. United States, 
    31 F.3d 1147
    , 1153 (Fed. Cir. 1994); see also
    Turner Constr. Co. v. United States, 
    645 F.3d 1377
    , 1388 (Fed. Cir. 2011) (same).
    - 32 -
    1. CWT Has Demonstrated Irreparable Harm
    When assessing irreparable injury, “[t]he relevant inquiry in weighing this factor is
    whether plaintiff has an adequate remedy in the absence of an injunction.” Overstreet Elec. Co.
    v. United States, 
    47 Fed. Cl. 728
    , 743 (2000) (citation omitted). The Court of Federal Claims
    has repeatedly held that a protester suffers irreparable harm if it is deprived of the opportunity to
    compete fairly for a contract. See CRAssociates, Inc. v. United States, 
    95 Fed. Cl. 357
    , 390-91
    (2010); Serco, Inc. v. United States, 
    81 Fed. Cl. 463
    , 501-02 (2008); Impresa Construzioni
    Geom. Domenico Garufi v. United States, 
    52 Fed. Cl. 826
    , 828 (2002).
    The facts here demonstrate that CWT will suffer irreparable harm if the court does not
    provide injunctive relief. The ETS2 IDIQ contract vehicle will provide over seventy individual
    federal civilian agencies with electronic travel management services, with up to a fifteen-year
    period of performance and an evaluated contract price exceeding $1.3 billion. CWT asserts that
    in the absence of an injunction, Concur will possibly have a fifteen-year monopoly over
    electronic travel management services for these federal civilian agencies, “effectively shutting
    CWT out of this market for good.” Pl.’s Mot. 47. CWT also asserts that it would likely be
    forced to lay off [ . . .] employees.
    The government and Concur argue that economic harm only is insufficient to meet this
    prong of the four-factor test. However, the cases cited in support of this argument are
    inapplicable. As noted above, the losses alleged by CWT that derive from a lost opportunity to
    compete on a level playing field for a contract have been found sufficient to prove irreparable
    harm. See, e.g., CRAssociates, 95 Fed. Cl. at 390. Accordingly, plaintiff has adequately
    demonstrated that it will suffer irreparable harm if injunctive relief is not provided.
    2. The Balance of Hardships Weighs in Favor of an Injunction
    Under this factor, “the court must consider whether the balance of hardships leans in
    plaintiff’s favor,” requiring “a consideration of the harm to the government and to the
    intervening defendant.” Reilly’s Wholesale Produce v. United States, 
    73 Fed. Cl. 705
    , 715
    (2006). The government, citing the contracting officer’s declaration, asserts that it will be
    significantly harmed by a directed award to CWT. The contracting officer explains that a
    directed award to CWT would result in the government procuring services from a company that
    as of today still cannot satisfactorily comply with the terms of the RFP. This argument is moot
    because, as the court has explained, it does not have the authority to direct an award to a
    contractor. The government further argues that an injunction ordering GSA to evaluate CWT’s
    current technical acceptability would be fruitless because any proposal CWT could currently
    submit would not be technically acceptable, and agency resources would be wasted in the
    process. The government additionally asserts that allowing CWT to submit a revised final
    proposal would likely delay the transition from ETS1 to ETS2 and result in significant cost
    increases for the government.
    On the other hand, CWT states that it is not requesting an opportunity to submit a revised
    proposal, and as a result, there is no need for GSA to incur costs associated with restarting the
    evaluation process. Rather, CWT asserts that the government need only verify CWT’s system to
    - 33 -
    issue an authority to operate, just as it had to do with Concur and its remediation plan after
    contract award. Finally, CWT asserts that Concur will not be harmed because CWT has not
    asked that Concur’s award be disturbed.
    With respect to the delay that the government states is likely to occur, the Court of
    Federal Claims has observed that “‘only in an exceptional case would [such delay] alone warrant
    a denial of injunctive relief, or the courts would never grant injunctive relief in bid
    protests.’” 
    Id.
     (quoting Ellsworth Assocs., Inc. v. United States, 
    45 Fed. Cl. 388
    , 399
    (1999)); see also Serco Inc., 81 Fed. Cl. at 502 (same); Reilly’s Wholesale, 73 Fed. Cl. at 715-16
    (same). Defendant has offered no reason why this is such an exceptional case. Any harm to
    GSA stemming from potential delay to ETS2 transition is mitigated by GSA’s ability to exercise
    its options under the current ETS1 contract through November 2015. Moreover, the
    government’s assertion that it would be required to procure travel services from CWT even if its
    ETS2 system is not fully compliant is erroneous because an IDIQ contract merely allows CWT
    to compete for task orders, and it will only win and perform task orders if it meets RFP
    requirements at competitive prices and has an authority to operate. Further, with respect to an
    increase in transition costs, any harm flowing to any offeror or to itself stems from defendant’s
    own arbitrary and capricious actions.
    3. The Public Interest Will Be Served if the Court Enters an Injunction
    “[T]he public interest in honest, open, and fair competition in the procurement process is
    compromised whenever an agency abuses its discretion in evaluating a contractor’s bid.” PGBA,
    LLC v. United States, 
    57 Fed. Cl. 655
    , 663 (2003); see also Bilfinger Berger AG Sede
    Secondaria Italiana v. United States, 
    94 Fed. Cl. 389
    , 393 (2010) (“The public interest in
    preserving the integrity and fairness of the procurement process is served by enjoining arbitrary
    or capricious agency action . . . .”). Here, the public interest is best served by requiring the
    government to comply with federal procurement law–law that was intended to promote
    competition.
    V. CONCLUSION
    For the reasons set forth above, it is hereby ORDERED:
    1.       The court DENIES defendant’s motion to dismiss.
    2.       CWT’s Motion for Judgment on the Administrative Record is GRANTED. The
    General Services Administration, its officers, agents, servants, employees and
    representatives, and all persons acting in concert and participating with them
    respecting the subject procurement, are ordered to conduct a reevaluation
    consistent with FAR 16.504(c), and in particular FAR 16.504(c)(1)(ii)(D)(1)(iii),
    and this court’s decision. In the interim, the contract award to Concur shall
    remain in full force and effect.
    3.       The court DENIES defendant’s and defendant-intervenor’s cross-motions for
    judgment upon the administrative record.
    - 34 -
    4.   The court DENIES plaintiff’s, defendant’s, and defendant-intervenor’s motions to
    strike.
    5.   Prior to the release of this opinion to the public, the parties shall review it for
    competition-sensitive, proprietary, confidential, or other protected information.
    The parties shall confer and file a joint proposed redacted version of this decision
    by no later than Monday, April 8, 2013.
    6.   The Clerk is directed to enter judgment on the administrative record in favor of
    plaintiff consistent with this opinion.
    s/ Margaret M. Sweeney
    MARGARET M. SWEENEY
    Judge
    - 35 -
    

Document Info

Docket Number: 12-708C

Judges: Sweeney

Filed Date: 4/11/2013

Precedential Status: Precedential

Modified Date: 11/7/2024

Authorities (31)

donald-k-anderson-angel-cortina-jr-and-patricia-b-wallace-and-david ( 2003 )

Impresa Construzioni Geom. Domenico Garufi v. United States ( 2001 )

Pgba, LLC v. United States, and Wisconsin Physicians ... ( 2004 )

Labatt Food Service, Inc. v. United States ( 2009 )

Scheuer v. Rhodes ( 1974 )

Warth v. Seldin ( 1975 )

Colonel David W. Palmer, II v. United States ( 1999 )

Stephen F. Moyer v. United States ( 1999 )

Parcel 49c Limited Partnership v. United States ( 1994 )

Turner Const. Co., Inc. v. United States ( 2011 )

McNutt v. General Motors Acceptance Corp. ( 1936 )

Motor Vehicle Mfrs. Assn. of United States, Inc. v. State ... ( 1983 )

Citizens to Preserve Overton Park, Inc. v. Volpe ( 1971 )

Lujan v. Defenders of Wildlife ( 1992 )

Rex Service Corp. v. United States ( 2006 )

Pai Corp. v. United States ( 2010 )

banknote-corporation-of-america-inc-and-guilford-gravure-inc-v-united ( 2004 )

Fmc Corporation and Monsanto Company v. The United States, ... ( 1993 )

Caci, Inc.-Federal v. The United States ( 1983 )

Scanwell Laboratories, Inc. v. John H. Shaffer, ... ( 1970 )

View All Authorities »