Shutterstock_2290060953-2.jpg

Challenging Competition Restrictions on Classified Procurements

Protests alleging the government’s violation of the Competition in Contracting Act’s (CICA) full and open competition mandate may be styled in various forms, with allegations of improper competition restrictions varying depending on the specific circumstances of the procurement. Despite this, to be successful, the protestor’s allegations must always be factually and legally sufficient. Protestors may face difficulties providing a sound factual or legal basis for their protests when challenging the classified status of a procurement, especially when they do not have access to the solicitation. Bid protest adjudicative forums, such as the Government Accountability Office (GAO), will typically dismiss protests lacking such support by citing speculation, factual inaccuracies, or flawed legal assumptions. Notably, when rejecting such protests, the GAO does not require the government to submit an agency report, further disincentivizing protestors from filing such protests.

In B-422653, a decision issued on August 6, 2024, the GAO dismissed such a bid protest for failing to state a valid legal or factual basis. The protest challenged the “classified” status of a request for proposal (RFP) issued by the Department of Energy (DOE) for the procurement of intelligence and counterintelligence services. The protestor, a service-disabled veteran-owned small business (SDVOSB), essentially asserted that the DOE’s issuance of a classified RFP for the subject procurement made it unduly restrictive of competition. The protestor discovered the existence of the classified solicitation when it came across the name of its RFP on a National Reconnaissance Office (NRO) website. Since the RFP was only available by accessing the NRO’s Joint Worldwide Intelligence Communication System (JWICS), the protestor emailed the NRO to request an unclassified version of the RFP. Since JWICS is a secure intranet system that hosts classified information, accessing JWICS requires a sensitive compartmented information facility (SCIF), which the protestor did not possess. When the agency refused to provide the sanitized version of the RFP, the protestor filed a protest with the GAO, alleging a lack of full and open competition in violation of CICA.

In presenting its protest arguments, the protestor contended that it had previously provided the same counterintelligence services to other federal agencies. According to the protestor, the agencies had issued unclassified solicitations for the same work on those occasions. Therefore, the protestor alleged that the DOE had no legitimate reason for issuing a classified RFP in this instance. The protestor also argued that the procurement was unduly restrictive because, due to its classified nature, it excluded otherwise qualified competitors, such as the protestor. In response, the agency filed a request for dismissal before the agency report was due. In its request for dismissal, the DOE claimed that it had issued the RFP on a classified basis in the interests of national security. The DOE further explained that the procurement required a classified RFP so the agency could include details of the counterintelligence program when describing the scope of work to qualified offerors. The DOE argued that the protest should be dismissed because the protestor’s claims were without any factual or legal basis beyond the protestor’s opinion and speculation.

In dismissing the protest, the GAO determined that the protestor failed to provide a valid factual or legal basis for its claims that the RFP did not need to be classified. The GAO explained that the protestor had not read the RFP because the protestor did not have access to the RFP. Since the protestor had not read the RFP, it could not know its terms. Thus, without knowing the terms of the RFP, the protestor’s claims that the RFP could be issued on an unclassified basis were mere speculation and without factual support. In denying the protestor’s request that the RFP be made available as an unclassified document, the GAO clarified that it could not review an agency’s national security interests determination to grant the protestor access to classified information. In support, the GAO pointed to a previous decision where it had refused to review the government’s decision on whether to grant a firm security clearance for a particular acquisition.

To succeed in protests that allege violations of CICA’s full and open mandate, protestors must demonstrate that the requirements they claim are unduly restrictive do not reflect the agency’s actual needs. Additionally, allegations of improper competition restrictions must be factually and legally supported. Such factual and legal support typically requires the protestor to have access to the terms of the solicitation. As demonstrated in this case, mere speculation that the government does not need to issue a classified RFP without a sound factual basis of support will be insufficient to sustain a protest – even if similar requirements have been issued on an unclassified basis in the past. Similarly, arguments asserting improper exclusion from competition due to lack of adequate facility clearance are subject to dismissal unless the protestor can demonstrate that the clearance requirements are not reflective of the government’s actual procurement needs.

This Bid Protests Insight provides a general summary of the applicable law in the practice area and does not constitute legal advice. Contractors wishing to learn more are encouraged to consult the TILLIT LAW PLLC Client Portal or Contact Us to determine how the law would apply in a specific situation.

Related Insights

TLF-Bid-Protest-Insight-10.jpg

Acquisition planning on U.S. federal contracts requires the contracting activity to coordinate and integrate the efforts of all personnel responsible for the acquisition via a comprehensive plan that fulfills the government’s requirements in a timely manner and at reasonable cost. The Competition in Contracting Act (CICA) of 1984, implemented by Federal Acquisition Regulation (FAR) Part 6, mandates full and open competition in federal procurement. Consequently, while there are limited exceptions enumerated in FAR § 6.3, federal agencies must generally use competitive procedures in procuring products and services. Furthermore, federal agencies are expressly prohibited from entering contracts for property or services by utilizing non-competitive procedures when they have failed to properly plan the procurement in advance.

Contractors looking to challenge the Government’s use of non-competitive procedures in such improperly planned procurements must be prepared to demonstrate that the agency’s decision was unreasonable under the particular circumstances of that procurement. In 2014, the Bureau of Indian Affairs (BIA), an agency under the Department of Interior (DOI), was involved in a procurement contract for technology services. The procurement at issue was a Buy Indian Set-Aside conducted under the Buy Indian Act of 1910, and the eventual contract was awarded to an eligible non-incumbent contractor. However, a week before the conclusion of the predecessor contract, the incumbent contractor timely protested the award at the Government Accountability Office (GAO). In response, the BIA informed the GAO that it intended to take corrective action and requested that the GAO dismiss the incumbent’s protest.

more
TLF-Bid-Protest-Insight-14.jpg

The Federal Acquisition Streamlining Act (FASA) of 1994 establishes the Government’s preference for acquiring commercial items through customary commercial practices. Therefore, prospective contractors may raise pre-award protests against commercial item solicitations that deviate from customary commercial practices without obtaining an adequate waiver for doing so. In defending against such protests, it is the Government’s burden to show that it conducted adequate market research, which demonstrated that the solicitation provisions at issue are consistent with customary commercial practices. Alternatively, if the Government deviates from such customary commercial practices, it must obtain a waiver. Such waivers must be based on adequate market research, describe the customary commercial practice in the marketplace, and demonstrate why the Government’s requirements cannot be met by following customary commercial practices. In other words, the government must demonstrate its need to include solicitation provisions that are inconsistent with customary commercial practices.

In B-411760.2, the Government Accountability Office (GAO) sustained a bid protest alleging that the Army failed to conduct adequate market research to reasonably support its determination that the pricing terms for a solicitation procuring a commercial service were consistent with customary commercial practices. The FAR Part 12 solicitation was issued in 2015 to procure solid waste management services at Fort Polk, Louisiana, where nearly 44,000 U.S. Army soldiers trained yearly before deployment. The solicitation contemplated a single-award indefinite-delivery requirements contract and required prospective contractors to submit pricing reflecting all fixed and variable costs per ton. That is, contractors were only permitted to invoice the Government based on the tonnage of waste collected. The incumbent contractor filed a pre-award protest alleging that the solicitation’s per-ton pricing provisions were inconsistent with customary commercial practice.

more
Expanded Protestor Standing for Potential Subcontractors under Percipient.jpg

Government agencies are required to acquire and use commercially available products and services to the maximum extent practicable. In the implementation of 10 U.S.C. § 3453, government agencies are required to ensure that prime and subcontractors at all levels incorporate commercially available products and services as components of items supplied to the government. Under the Tucker Act, 28 U.S.C. § 1491(b)(1), interested parties are permitted to file suit in the Court of Federal Claims (COFC) challenging (1) a solicitation issued by a federal agency, (2) an award or a proposed award of a contract, or (3) any alleged violation of statute or regulation in connection with a procurement or a proposed procurement. The Federal Acquisition Streamlining Act (FASA) of 1994 contains a “task order bar” that removes from Tucker Act coverage any protests in connection with the issuance or proposed issuance of task or delivery orders that are below the monetary threshold of $25M for defense procurements and $10M for non-defense procurements.

On June 7, 2024, in Percipient.AI v. U.S. (23-1970), the Court of Appeals for the Federal Circuit (CAFC) addressed the interplay of these statutes to carve out a new rule conferring standing upon manufacturers of commercially available products and services to bring a protest alleging harm to their direct economic interests due to the government’s violation of 10 U.S.C. § 3453 – when their product or service has a substantial chance of meeting the government’s needs, either partially or completely, and when they take care not to directly or indirectly challenge the solicitation, contract award, or proposed contract award. The decision may be of particular interest to commercial software manufacturers that produce software in emerging sectors that satisfy at least some of the government’s solicited requirements in large-value procurements. In Percipient.AI, the National Geospatial-Intelligence Agency (NGA) issued the “SAFFIRE” solicitation contemplating a single award Indefinite Delivery, Indefinite Quantity (IDIQ) contract to sustain and improve its processes for obtaining and storing visual intelligence data and integrating those capabilities with a form of user-facing artificial intelligence (AI) called computer vision (CV). The NGA simultaneously solicited Task Order 1 of the IDIQ, which, in pertinent part, directed the contractor to develop and deliver the CV suite of systems. While the protestor produced commercial software that could meet the government’s CV system requirements, it could not meet the storage component of the contract. Therefore, in reliance on the government’s and the eventual awardee’s anticipated compliance with 10 U.S.C. § 3453, the protestor chose not to bid for or protest the SAFFIRE solicitation or the eventual contract award to a large systems integrator.

more
TLF-Bid-Protest-Insight-62.jpg

*** REGULATORY UPDATE: On November 12, 2024, the General Services Administration, Department of Defense, and National Aeronautics and Space Administration issued an interim rule, which went into effect the same day. The interim rule amended the Federal Acquisition Regulation to clarify System of Award Management (SAM) pre-award registration requirements. The rule revises the solicitation provision at FAR 52.204-7 to clarify that while an offeror must be registered in SAM at the time of offer submission and at the time of contract award, the offeror need not be registered in SAM at every moment in between those two points. Accordingly, parts of the Government Accountability Office and the Court of Federal Claims decisions, including the decision referenced in this article, that levy a requirement for offerors to maintain a continuous, uninterrupted, SAM registration during the entirety of the pre-award process are no longer applicable.***

To be eligible for federal contract awards, contractors are required to register and maintain their System for Award Management (SAM) registration within the integrated award environment (IAE) managed by the General Services Administration (GSA) Federal Acquisition Service (FAS). The Federal Acquisition Regulation (FAR) requires federal contractors to initially register in SAM before they receive an award and annually renew their registration thereafter. Additionally, FAR § 4.1105 instructs contracting officers (CO) to insert the provision at FAR 52.204-7 in all solicitations except where certain limited exceptions apply. The provision at FAR 52.204-7 provides in pertinent part that “an offeror is required to be registered in SAM when submitting an offer or quotation, and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.” Occasionally, a situation may arise where a prospective contractor’s SAM registration lapses between the time it submits a proposal and when it receives a contract award in violation of the provision at FAR 52.204-7. In such situations, the resulting award may be protested for violating the terms of the solicitation, provided the solicitation contains the provision at FAR 52.204-7.

more

Challenging Security Restrictions on Classified Procurements

TILLIT LAW Bid Protest Insights