Shutterstock_2336381829-3.jpg

Challenging Improper Disclosure of Proprietary Information

The government’s disclosure of proprietary information to third parties may form the basis of a pre-award protest when an agency improperly incorporates the information in a solicitation. To be successful in such pre-award protests, the protester must provide clear and convincing evidence that its proprietary rights were violated. The protester must demonstrate that the proprietary information was marked as such or that it was disclosed to the government in confidence. Additionally, the protester must show that the preparation of the information involved significant time and expense and that it contains material or concepts that cannot be independently obtained from publicly available literature or common knowledge. Protest adjudicative forums, such as the Government Accountability Office (GAO), will not sustain a protest based on improper disclosure of proprietary information unless the protester satisfies both elements. That is, such a protest will be denied if the protester fails to appropriately mark proprietary information in its submissions to the government, or if the information consists solely of ideas or concepts that are obvious and not innovative or unique.

In B-416685.6, a bid protest decision issued on May 4, 2020, the GAO denied a protest alleging that the government improperly disclosed proprietary information from an unsolicited proposal in a solicitation because the information was not innovative or unique. The protest involved certain systems on the Navy’s UC–35C aircraft, which were similar to systems on an older UC–12W aircraft. In 2010, after delivery of six UC–12Ws, the Navy had discovered that the aircraft's engines exceeded the maximum allowable Internal Turbine Temperature (ITT). The Navy leased expensive spare engines to keep the aircraft operational before developing an engine aural tone warning system in the 2011-2012 timeframe to resolve the ITT issue. The new warning system provided an audible tone to alert the aircrew when engine temperatures approached the allowable limits. As a direct result of the aural tone system, the Navy no longer needed the expensive spare engines to keep the UC-12W aircraft operational.

In March 2018, the protester first submitted an unsolicited proposal to the Navy that provided a solution to prevent the UC–35C aircraft engines from exceeding their operating limits. The unsolicited proposal included a legend stating that the data it contained could not be disclosed outside the government. The proposal explained that the Navy could achieve significant cost savings by reconfiguring the engine trend monitors (ETMs) on the UC–35C to preemptively alert pilots when the engine approached the maximum allowable temperature. However, the Navy rejected the protester’s unsolicited proposal. Later in 2019, the Navy issued a statement of work (SOW) to its Contractor Logistics Support (CLS) provider to install an engine auditory alert system on the UC–35C that would replicate the UC–12W aural tone alert system. Subsequently, the protester filed its protest with the GAO, alleging that the SOW sent to the Navy CLS provider misused the contents of the protester’s unsolicited proposal, as it reflected the protester’s idea of using existing ETMs to provide a preemptive warning to UC–35C pilots.

The GAO disagreed with the protester. It began its analysis by noting that the protester had failed to provide any specific information from its unsolicited proposal that was incorporated into the Navy's SOW for its CLS contractor. Furthermore, to the extent that the protester’s unsolicited proposal included a solution to reconfigure the existing ETM on the UC–35C aircraft, such a solution was neither innovative nor unique but was common knowledge in the Navy’s possession at the time. The GAO pointed to the fact that the Navy had resolved the engine-temperature issues on the UC–12W aircraft in 2011-12 with a similar solution. The decision explained that the Navy could not have come up with a solution for the UC–12W aircraft in 2011-12 by utilizing information in the protester’s unsolicited proposal submitted in 2018. Therefore, the mere reformulation of a concept could not constitute proprietary information unless it provided a valuable contribution resulting from the protester’s independent efforts. As a result, the information was deemed not proprietary, and the protest was dismissed as the protester could not reasonably claim that the Navy had misused information from its unsolicited proposal.

The government may not disclose proprietary information received from contractors or prospective contractors to third parties. If a procuring agency improperly uses proprietary information in a solicitation, the procurement may be subject to a pre-award protest. In such protests, the protester must provide clear and convincing evidence that the information was marked as proprietary or confidential, and that significant time and expense were invested in its development. The protester must also show that the relevant material or concepts are not available from public sources or common knowledge. Accordingly, contractors should clearly mark any proprietary materials in their submissions and, when possible, document the time and expenses involved in their development. As demonstrated in the case above, material is not considered proprietary if it is a mere reformulation of existing concepts. However, if the government incorporates proprietary data in a solicitation and the protester can demonstrate improper appropriation by satisfying both criteria described above, the GAO may recommend resoliciting the requirement without the proprietary materials or, in some cases, even awarding the contract to the protester on a sole-source basis.

This Bid Protest Insight is provided as 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-Federal-Procurement-Insight-7.jpg

The Competition in Contracting Act (CICA) governs competition in federal contracting and is designed to guarantee full and open competition amongst competing offerors. Although the federal government generally prefers full and open competition, certain contracts are awarded on a sole-source basis without going through the standard competitive process. Such sole-source contracts may be of particular interest to specialized or small business contractors. The Federal Acquisition Regulation (FAR) provides seven limited exceptions to full and open competition listed in FAR subsections 6.302-1 through 6.302-7. Even if one of these exceptions is applicable, the FAR requires contracting officers to solicit offers from as many potential sources as practicable under the circumstances.

The sole-source exception to full and open competition is provided in FAR 6.302-1 and applies in situations where only one responsible source exists to satisfy agency requirements. Sole-source decisions must be supported with written justifications and approvals. Notably, the government may not issue sole-source awards due to a lack of advance planning or concerns relating to the expiration of appropriated funds. Pursuant to FAR 5.201, contracting officers are also required to publish notifications of sole-source solicitations, giving prospective contractors interested in such procurements an opportunity to respond. FAR 6.302-1 outlines three specific scenarios in which contracting officers are permitted to conduct procurements on a sole-source basis.

more
Shutterstock_2181957743.jpg

The Federal Acquisition Regulation (FAR) provides seven exceptions to the Competition in Contracting Act’s (CICA) general requirement for agencies to provide full and open competition. The public interest exception authorizes procuring agencies to forego full and open competition when the head of the agency determines that it is in the public interest to do so and when no other exceptions to full and open competition are applicable. The agency head’s authority to invoke this exception is non-delegable, and procuring agencies must adhere to specific documentation and notification requirements to properly invoke the public interest exception. One such requirement involves the preparation of a written determination and findings (D&F) document by the head of the agency. Following FAR 1.704, this D&F document must provide sufficient facts, circumstances, or reasoning to support the determination and clearly and convincingly justify the agency’s reliance on the public interest exception. Additionally, to use this authority, the FAR requires that the procuring agency notify Congress of the public interest determination no less than 30 days before the contract is awarded.

In addition to providing procedural information in the prescribed agency format, the FAR requires the D&F document to include information regarding the nature and description of the approved action. The D&F must also identify the appropriate statute or regulation on which it is based. Thus, the determination must reasonably rely on the findings and justify the proposed action under the applicable statute or regulation. When reviewing the procuring agency’s D&F document in the context of a bid protest, a protest adjudicative forum, such as the Government Accountability Office (GAO), addresses whether the D&F provides, on its face, a clear and convincing justification that foregoing full and open competition furthers the public interest identified. To withstand scrutiny under a bid protest, the D&F must include facts relevant to the stated public interest and should not rely upon materially inaccurate information. However, once the D&F provides a clear and convincing justification that limiting full and open competition is in the public interest, the GAO will not sustain a protest based on the protester’s disagreements with the conclusions provided in the D&F.

more
Shutterstock_2184801057.jpg

The government may use the sole-source authority in Federal Acquisition Regulation (FAR) § 6.302-1 when there is a reasonable basis to conclude that its minimum needs can only be satisfied by one responsible source. In this regard, a procuring agency has the discretion to determine its needs and the best method to accommodate them, especially in procurements involving matters of national defense or human safety. Protesters disagreement with the government’s judgment concerning its needs, without more, is insufficient to prove that the government’s judgment is unreasonable. However, even in such procurements, potential alternative sources must be afforded a meaningful opportunity to demonstrate their ability to meet the agency’s needs. When prospective sources are excluded from competition in favor of a sole-source award without the chance to demonstrate their ability to meet the requirement, they are entitled to file a bid protest provided they qualify as an interested party. To qualify as an interested party to file a Government Accountability Office (GAO) protest, the protester must be eligible for the award based on the current record. A protester is not considered an interested party if it is not eligible to receive a contract award even if its protest is to be sustained.

more
Shutterstock_2627201163-3.jpg

The Government Accountability Office’s (GAO) bid protest regulations require protesters to provide a detailed statement of the legal and factual grounds of protest. While the GAO does not require protesters to file formal briefs or other technical forms of pleadings or motions, protesters must nevertheless file concise and logically arranged protests that clearly state legally sufficient protest grounds. On July 14, 2025, the GAO submitted a proposal in response to Section 885 of the Servicemember Quality of Life Improvement and National Defense Authorization Act for Fiscal Year 2025, clarifying and enhancing its pleading standard. While this new pleading standard is not a significant change from the previous standard, it provides added clarification that protesters’ bare allegations are insufficient to meet GAO’s pleading requirements. Under this new standard, protesters must provide, at a minimum, credible allegations that are supported by evidence and are sufficient, if uncontradicted, to establish the likelihood of the protester’s claim of improper agency action. Stated another way, protesters must provide more than a bare allegation, such that the allegation is supported by some explanation and evidence that establishes the likelihood the protester will prevail in its claim. In practical terms, the GAO will continue to dismiss protests or specific allegations within that are based on speculation, factual inaccuracies, or flawed legal assumptions.

more

Challenging Improper Disclosure of Proprietary Information

TILLIT LAW Bid Protest Insights