<?xml version="1.0" encoding="UTF-8"?><rss version="2.0"
	xmlns:content="http://purl.org/rss/1.0/modules/content/"
	xmlns:wfw="http://wellformedweb.org/CommentAPI/"
	xmlns:dc="http://purl.org/dc/elements/1.1/"
	xmlns:atom="http://www.w3.org/2005/Atom"
	xmlns:sy="http://purl.org/rss/1.0/modules/syndication/"
	xmlns:slash="http://purl.org/rss/1.0/modules/slash/"
	>

<channel>
	<title>The Bid Protest Debrief</title>
	<atom:link href="https://bid-protest-debrief.pillsburylaw.com/feed/" rel="self" type="application/rss+xml" />
	<link>https://bid-protest-debrief.pillsburylaw.com/</link>
	<description>The Bid Protest Debrief — Published by Bid Protest Attorneys Pillsbury Winthrop Shaw Pittman LLP</description>
	<lastBuildDate>Mon, 30 Mar 2026 15:12:31 +0000</lastBuildDate>
	<language>en-US</language>
	<sy:updatePeriod>
	hourly	</sy:updatePeriod>
	<sy:updateFrequency>
	1	</sy:updateFrequency>
	
<site xmlns="com-wordpress:feed-additions:1">243066143</site>	<item>
		<title>Procedure Over Substance: COFC Denies Relief After Protester Proves Error in Noblis</title>
		<link>https://bid-protest-debrief.pillsburylaw.com/cofc-us-navy-noblis-denies-relief/</link>
		
		<dc:creator><![CDATA[Matt Carter]]></dc:creator>
		<pubDate>Mon, 30 Mar 2026 15:12:31 +0000</pubDate>
				<category><![CDATA[U.S. Court of Federal Claims (COFC)]]></category>
		<category><![CDATA[Uncategorized]]></category>
		<guid isPermaLink="false">https://bid-protest-debrief.pillsburylaw.com/?p=305</guid>

					<description><![CDATA[<p>At the Court of Federal Claims, winning the argument is not always enough to win the case. In Noblis MSD, LLC v. United States, U.S. Court of Federal Claims, No. 25-1637C (March 19, 2026), the protester challenged a $100 million Navy award and ultimately succeeded in identifying a real, prejudicial error in the agency’s evaluation—an [&#8230;]</p>
<p>The post <a href="https://bid-protest-debrief.pillsburylaw.com/cofc-us-navy-noblis-denies-relief/">Procedure Over Substance: COFC Denies Relief After Protester Proves Error in Noblis</a> appeared first on <a href="https://bid-protest-debrief.pillsburylaw.com">The Bid Protest Debrief</a>.</p>
]]></description>
										<content:encoded><![CDATA[<p>At the Court of Federal Claims, winning the argument is not always enough to win the case. In <strong><em>Noblis MSD, LLC v. United States,</em> U.S. Court of Federal Claims<em>, </em>No. 25-1637C</strong> (March 19, 2026), the protester challenged a $100 million Navy award and ultimately succeeded in identifying a real, prejudicial error in the agency’s evaluation—an outcome that would typically put a protester in a strong position for relief. But Noblis ultimately ran into a different issue involving how the case was presented to the Court.</p>
<p><span id="more-305"></span></p>
<p>The case highlights two critical, and often overlooked, requirements in bid protests before the Court. First, when a protester wants the Court to consider materials outside the administrative record, it must properly and timely move to supplement the record. Second, even after proving an evaluation error, a protester must affirmatively demonstrate entitlement to injunctive relief by addressing the required factors.</p>
<p>Noblis did neither in this case. It relied heavily on expert evidence that was never properly before the Court and failed to meaningfully brief its request for injunctive relief. The result is a stark reminder that at the COFC, procedural missteps and pleading failures can be just as fatal as losing on the merits.</p>
<p><strong>The Decision<br />
</strong>The COFC denied the request for permanent injunctive relief, ruling that:</p>
<ol>
<li><strong>You Can’t Sneak Extra-Record Evidence Into the Case: </strong>Noblis relied on extensive expert analysis (nearly 120 pages of extra-record material) to challenge the agency’s cost realism evaluation. The problem was procedural—Noblis never properly moved to supplement the administrative record before filing its merits brief. Instead, it attempted to justify the extra-record evidence for the first time in its reply brief. The Court rejected this approach outright, explaining that motions to supplement must be timely, and that moving to supplement as part of a reply brief will “almost always be too late.” The Court further explained that allowing otherwise would improperly shift the burden to the government to object and undermine the structure of bid protest litigation. Finally, even if timely, the Court explained that such evidence generally cannot be used to show that an agency’s analysis was unreasonable merely because a “better” analysis exists. But, at most, the Court concluded that such expert analysis may be relevant to the question of prejudice, not to second-guess the agency’s chosen methodology.</li>
<li><strong>The Agency’s Evaluation Was Partly Wrong, But That Wasn’t Enough: </strong>On the merits, the Court agreed with Noblis that the Navy improperly credited the awardee with its affiliate’s past performance. The record showed that the agency failed to distinguish between the offeror and its affiliate and did not establish that the affiliate would meaningfully contribute to performance. The Court emphasized a core principle: an offeror cannot simply rely on an affiliate’s experience without demonstrating how that affiliate’s resources will be used in contract performance. General references to a “team” or corporate relationship are not enough. This error was prejudicial, but unlike many protest decisions, that did not end the analysis.</li>
<li><strong>Winning the Merits Does Not Guarantee Relief: </strong>Despite finding prejudicial error, the Court denied Noblis any injunctive relief because it failed to properly request and support it. Noblis’s complaint did not clearly request an injunction. Its briefing included only a passing reference to injunctive relief and made no effort to address the required factors, such as irreparable harm, balance of hardships, or public interest. The Court reiterated that injunctive relief is not automatic, even where a protester prevails. Rather, the Court explained that it is an “extraordinary and drastic remedy,” and the burden is on the protester to prove entitlement.</li>
<li><strong>Strategic and Pleading Choices Can Be Outcome-Determinative: </strong>The Court made clear that Noblis’s failure was not substantive, but rather procedural and strategic. The protester identified a real flaw in the procurement, but the Court held that its litigation choices prevented the Court from granting relief. As the Court noted, these are not mere technicalities, they are “ironclad rules” that can be fatal to even a meritorious protest.</li>
</ol>
<p><strong>Key Takeaways for Contractors</strong></p>
<ol>
<li><strong>Winning the Merits Is Only Half the Battle: </strong>Even if you prove prejudicial error, you must still establish entitlement to relief. The Court will not grant an injunction by default.</li>
<li><strong>Always Properly Move to Supplement the Record: </strong>Extra-record evidence requires a timely motion. Waiting until a reply brief is too late.</li>
<li><strong>Expert Analysis Has Limits: </strong>Showing that a better methodology exists does not make the agency’s approach unreasonable. At most, such evidence may support a prejudice argument.</li>
<li><strong>Affiliate and Subcontractor Experience Must Be Tied to Performance: </strong>Agencies may consider affiliate experience, but only where the proposal demonstrates meaningful involvement in contract performance.</li>
<li><strong>Always Brief the Injunctive Relief Factors: </strong>Failure to address irreparable harm, balance of harms and public interest can doom a protest, even after success on the merits.</li>
</ol>
<p>The post <a href="https://bid-protest-debrief.pillsburylaw.com/cofc-us-navy-noblis-denies-relief/">Procedure Over Substance: COFC Denies Relief After Protester Proves Error in Noblis</a> appeared first on <a href="https://bid-protest-debrief.pillsburylaw.com">The Bid Protest Debrief</a>.</p>
]]></content:encoded>
					
		
		
		<post-id xmlns="com-wordpress:feed-additions:1">305</post-id>	</item>
		<item>
		<title>Not So Equal After All: GAO Rejects Disparate Treatment Claims in iAdeptive</title>
		<link>https://bid-protest-debrief.pillsburylaw.com/gao-rejects-claims-iadeptive-red-tail-digital/</link>
		
		<dc:creator><![CDATA[Matt Carter]]></dc:creator>
		<pubDate>Thu, 19 Mar 2026 14:00:57 +0000</pubDate>
				<category><![CDATA[Best-Value Decision]]></category>
		<category><![CDATA[Government Accountability Office (GAO)]]></category>
		<guid isPermaLink="false">https://bid-protest-debrief.pillsburylaw.com/?p=303</guid>

					<description><![CDATA[<p>What happens when a protester claims the agency failed to treat two similarly situated proposals the same, but the record shows they weren’t really alike? That was the central issue in iAdeptive Technologies, LLC, B-424158, et al. (March 6, 2026)​. After losing a best-value competition to Red Tail Digital where there was a razor-thin price [&#8230;]</p>
<p>The post <a href="https://bid-protest-debrief.pillsburylaw.com/gao-rejects-claims-iadeptive-red-tail-digital/">Not So Equal After All: GAO Rejects Disparate Treatment Claims in iAdeptive</a> appeared first on <a href="https://bid-protest-debrief.pillsburylaw.com">The Bid Protest Debrief</a>.</p>
]]></description>
										<content:encoded><![CDATA[<p>What happens when a protester claims the agency failed to treat two similarly situated proposals the same, but the record shows they weren’t really alike? That was the central issue in <strong><em>iAdeptive Technologies, LLC</em>, B-424158, <em>et al</em>.</strong> (March 6, 2026)​. After losing a best-value competition to Red Tail Digital where there was a razor-thin price difference, iAdeptive challenged the evaluation from multiple angles. It argued that the Centers for Medicare and Medicaid Services (CMS) had unequally evaluated the proposals, penalizing iAdeptive for weaknesses that also appeared in Red Tail’s quotation. It also took aim at Red Tail’s mentor-protégé joint venture structure, asserting that the agency improperly relied on the mentor’s experience while ignoring the protégé’s, and failed to ensure the protégé would perform its required share of the work.</p>
<p><span id="more-303"></span></p>
<p>The protest teed up a familiar, but difficult, set of arguments concerning disparate treatment, proposal interpretation and compliance with mentor-protégé rules. GAO’s decision ultimately shows just how high the bar is for proving disparate treatment, and how changes to governing regulations can affect commonly asserted protest theories.</p>
<p><strong>The Decision</strong><br />
GAO denied the protest, ruling that:</p>
<ol>
<li><strong>Disparate Treatment Claims Failed Because the Quotations Were Not Comparable:</strong> iAdeptive argued that CMS treated the offerors unequally by assigning it lower confidence ratings despite identifying similar weaknesses in both quotations. GAO rejected this argument, finding that the record reflected meaningful differences between the proposals. While some concerns overlapped, iAdeptive’s quotation contained additional weaknesses that were not present in Red Tail’s submission. Those differences reasonably supported the differing confidence ratings. GAO reiterated that to prevail on an disparate treatment claim, a protester must show that proposals were substantively indistinguishable. Where differences exist, even if subtle, GAO will defer to the agency’s judgment.</li>
<li><strong>Poorly Articulated Experience Can Drive Down Confidence:</strong> iAdeptive also challenged the agency’s finding that its quotation did not clearly demonstrate certain relevant experience, including eCQM development. GAO found this evaluation reasonable, emphasizing that it is the vendor’s responsibility to submit a well-written quotation. Statements that suggested familiarity with a system or its underlying architecture did not clearly demonstrate direct experience with the required tasks.</li>
<li><strong>Mentor-Protégé Rules Have Changed, and Protesters Need to Keep Up:</strong> A central protest ground was iAdeptive’s claim that CMS improperly evaluated Red Tail’s mentor-protégé joint venture by focusing on the mentor’s experience. GAO dismissed this argument, explaining that recent revisions to SBA regulations expressly permit agencies to rely solely on the experience of the mentor member. Because the governing regulation now gives agencies that discretion, and the solicitation did not require consideration of the protégé’s experience, GAO dismissed this aspect of the protest.</li>
<li><strong>Workshare Compliance Is Presumed Unless Clearly Contradicted:</strong> iAdeptive also argued that the agency failed to evaluate whether the protégé would perform at least 40% of the work, as required under SBA rules. GAO rejected this argument, reiterating that compliance with such requirements is generally a matter of responsibility and contract administration. Unless a proposal affirmatively indicates that the contractor will not comply, GAO will presume compliance. Here, nothing in the awardee’s quotation suggested that the requirement would be violated.</li>
<li><strong>No Prejudice Where Differences Still Favor the Awardee: </strong>Finally, GAO found that even if certain aspects of the evaluation, such as duplication of findings across factors, were flawed, iAdeptive could not demonstrate competitive prejudice. This is because even after accounting for those issues, Red Tail’s quotation still reflected fewer weaknesses and higher overall confidence.</li>
</ol>
<p><strong>Key Takeaways for Contractors</strong></p>
<ol>
<li><strong>Disparate Treatment Requires Truly Equal Proposals:</strong> Overlapping weaknesses are not enough. Protesters must show that proposals were materially indistinguishable to prevail.</li>
<li><strong>Clarity Matters as Much as Capability: </strong>Agencies evaluate what is written, not what may be implied. If experience is not clearly articulated, offerors are on notice that it may not be credited.</li>
<li><strong>Mentor-Protégé Law Is Evolving:</strong> Recent regulatory changes give agencies flexibility to rely solely on mentor experience. Protest strategies must account for these updates.</li>
<li><strong>Workshare Challenges Face a High Bar:</strong> GAO will presume compliance with subcontracting and workshare requirements absent clear contrary evidence.</li>
<li><strong>Prejudice Remains the Ultimate Gatekeeper:</strong> Even where evaluation issues exist, GAO will not sustain a protest without a clear showing that the outcome would have changed.</li>
</ol>
<p>The post <a href="https://bid-protest-debrief.pillsburylaw.com/gao-rejects-claims-iadeptive-red-tail-digital/">Not So Equal After All: GAO Rejects Disparate Treatment Claims in iAdeptive</a> appeared first on <a href="https://bid-protest-debrief.pillsburylaw.com">The Bid Protest Debrief</a>.</p>
]]></content:encoded>
					
		
		
		<post-id xmlns="com-wordpress:feed-additions:1">303</post-id>	</item>
		<item>
		<title>Automatic Stay, Manual Override: COFC Rejects CICA Stay Override Challenge in Threat Tec</title>
		<link>https://bid-protest-debrief.pillsburylaw.com/cofc-cica-stay-override-threat-tec/</link>
		
		<dc:creator><![CDATA[Matt Carter]]></dc:creator>
		<pubDate>Mon, 16 Mar 2026 19:12:06 +0000</pubDate>
				<category><![CDATA[Government Accountability Office (GAO)]]></category>
		<category><![CDATA[U.S. Army]]></category>
		<category><![CDATA[U.S. Court of Federal Claims (COFC)]]></category>
		<guid isPermaLink="false">https://bid-protest-debrief.pillsburylaw.com/?p=299</guid>

					<description><![CDATA[<p>When a contractor files a protest at the Government Accountability Office, the Competition in Contracting Act (CICA) normally hits the pause button on the procurement. Performance of the challenged contract is automatically stayed, sometimes for up to 100 days, while GAO considers the protest. But agencies have one powerful tool to keep work moving: a [&#8230;]</p>
<p>The post <a href="https://bid-protest-debrief.pillsburylaw.com/cofc-cica-stay-override-threat-tec/">Automatic Stay, Manual Override: COFC Rejects CICA Stay Override Challenge in Threat Tec</a> appeared first on <a href="https://bid-protest-debrief.pillsburylaw.com">The Bid Protest Debrief</a>.</p>
]]></description>
										<content:encoded><![CDATA[<p>When a contractor files a protest at the Government Accountability Office, the Competition in Contracting Act (CICA) normally hits the pause button on the procurement. Performance of the challenged contract is automatically stayed, sometimes for up to 100 days, while GAO considers the protest. But agencies have one powerful tool to keep work moving: a CICA stay override.</p>
<p><span id="more-299"></span></p>
<p>In <em><strong>Threat Tec, LLC v. United States, U.S. Court of Federal Claims, </strong></em><strong>No. 26-150C</strong> (Feb. 9, 2026, reissued March 10, 2026), the Army exercised that authority after awarding a sole-source bridge contract to Chitra Productions. Threat Tec had already filed a GAO protest challenging the procurement, which triggered the automatic stay. The Army concluded that continuing performance was necessary and overrode the stay. Threat Tec quickly turned to the Court of Federal Claims seeking a preliminary injunction to restore the pause.</p>
<p>The resulting decision provides a useful primer on how the Court evaluates challenges to CICA stay overrides. It also highlights several practical pitfalls for protesters, including the importance of evidentiary support for injunction motions, the need to establish standing and the difficulty of overturning an override decision under the highly deferential arbitrary and capricious standard.</p>
<p><strong>The Decision</strong><br />
The U.S. Court of Federal Claims denied the motion for preliminary injunction, ruling that:</p>
<ol>
<li><strong>The Preliminary Injunction Motion Failed Due to Lack of Evidentiary Support:</strong> The Court emphasized that a party seeking preliminary injunctive relief must support factual assertions with admissible evidence. Threat Tec initially relied only on allegations in its complaint and unauthenticated documents. While the plaintiff later submitted declarations addressing the merits and irreparable harm, those declarations were filed with the reply brief rather than the opening motion. The Court declined to consider them, noting that evidentiary support should have been provided at the outset​.</li>
<li><strong>Threat Tec Failed to Demonstrate Standing:</strong> The Court also questioned whether Threat Tec had standing to challenge the procurement. The Army awarded the bridge contract under the Small Business Innovation Research Phase III framework. The government presented evidence that neither Threat Tec nor its joint venture partner was eligible for such a contract. Because Threat Tec failed to show that it could have received the contract under the procurement framework the Army actually used, the Court concluded that the plaintiff had not established the direct economic interest necessary for standing. The Court also rejected Threat Tec’s claim that the Army could theoretically have chosen some other procurement framework under which Plaintiff would have been qualified, noting that the question is not whether the Army chose its only option or its best option, but whether the option it actually chose was arbitrary, capricious, an abuse of discretion or otherwise not in accordance with the law.</li>
<li><strong>The Army’s CICA Stay Override Was Not Arbitrary or Capricious: </strong>Turning to the merits, the Court applied the traditional four-factor framework used to review CICA stay overrides. The Court explained that agencies must consider factors such as whether significant adverse consequences would result from maintaining the stay, whether reasonable alternatives exist, the comparative costs and benefits of proceeding, and the impact on competition and procurement integrity. The Army’s override decision followed this framework and concluded that continuing performance was necessary to maintain mission continuity and mitigate operational risks. The Court found that the agency’s reasoning had a rational basis and that Threat Tec’s arguments largely amounted to disagreements with the Army’s judgment rather than proof of arbitrary decision-making.</li>
<li><strong>Several Legal Theories Were Insufficiently Developed: </strong>Threat Tec also advanced several legal theories, including allegations of procurement integrity violations related to a former employee, but failed to substantively address key legal questions or factual issues surrounding those claims. The Court concluded that these undeveloped arguments were insufficient to establish a likelihood of success on the merits. Because Threat Tec failed to demonstrate either standing or a likelihood of success on the merits, the Court denied the request for injunctive relief.</li>
</ol>
<p><strong>Key Takeaways for Contractors</strong></p>
<ol>
<li><strong>CICA Stay Override Challenges Require Evidence, Not Allegations: </strong>Requests for injunctive relief must be supported by sworn declarations or other admissible evidence. Courts will not rely on bare allegations in a complaint when evaluating preliminary injunction motions.</li>
<li><strong>Standing Can Be a Major Hurdle in Bridge Contract Protests: </strong>A protester must demonstrate that it could realistically compete for the contract under the procurement framework the agency used. If the protester was not eligible to receive the award, standing may stop the case in its tracks.</li>
<li><strong>CICA Stay Overrides Are Reviewed Under a Highly Deferential Standard: </strong>Courts review override decisions under the arbitrary-and-capricious standard. Disagreement with the agency’s judgment is rarely sufficient to overturn the decision.</li>
<li><strong>Legal Arguments Must Be Fully Developed: </strong>Conclusive allegations, such as those regarding procurement integrity issues, are unlikely to succeed unless supported by clear legal analysis and evidence.</li>
<li><strong>Reply Briefs Are Not the Place to Introduce Critical Evidence: </strong>Courts frequently decline to consider new declarations or evidence submitted for the first time in a reply brief.</li>
</ol>
<p>The post <a href="https://bid-protest-debrief.pillsburylaw.com/cofc-cica-stay-override-threat-tec/">Automatic Stay, Manual Override: COFC Rejects CICA Stay Override Challenge in Threat Tec</a> appeared first on <a href="https://bid-protest-debrief.pillsburylaw.com">The Bid Protest Debrief</a>.</p>
]]></content:encoded>
					
		
		
		<post-id xmlns="com-wordpress:feed-additions:1">299</post-id>	</item>
		<item>
		<title>Second Bite Denied: COFC Applies Blue &#038; Gold and Upholds $130 Million DLA Reaward</title>
		<link>https://bid-protest-debrief.pillsburylaw.com/us-cofc-blue-gold-advantaged-solutions/</link>
		
		<dc:creator><![CDATA[Matt Carter]]></dc:creator>
		<pubDate>Wed, 18 Feb 2026 15:00:17 +0000</pubDate>
				<category><![CDATA[U.S. Court of Federal Claims (COFC)]]></category>
		<guid isPermaLink="false">https://bid-protest-debrief.pillsburylaw.com/?p=296</guid>

					<description><![CDATA[<p>In Advantaged Solutions, Inc. v. United States, U.S. Court of Federal Claims, No. 25-1806 (Jan. 30, 2026), Advantaged Solutions, Inc. (ASI) protested the Defense Logistics Agency’s decision to rescind an initial award to ASI and instead award a $130 million SAP enterprise resource planning (ERP) services contract to Oakland Consulting Group. The procurement involved software [&#8230;]</p>
<p>The post <a href="https://bid-protest-debrief.pillsburylaw.com/us-cofc-blue-gold-advantaged-solutions/">Second Bite Denied: COFC Applies Blue &amp; Gold and Upholds $130 Million DLA Reaward</a> appeared first on <a href="https://bid-protest-debrief.pillsburylaw.com">The Bid Protest Debrief</a>.</p>
]]></description>
										<content:encoded><![CDATA[<p>In<strong><em> Advantaged Solutions, Inc. v. United States</em>, U.S. Court of Federal Claims, No. 25-1806</strong> (Jan. 30, 2026), Advantaged Solutions, Inc. (ASI) protested the Defense Logistics Agency’s decision to rescind an initial award to ASI and instead award a $130 million SAP enterprise resource planning (ERP) services contract to Oakland Consulting Group. The procurement involved software upgrades to DLA’s ERP platform. After initially finding Oakland technically unacceptable and awarding to ASI, DLA discovered that evaluators had treated identical proposal language differently in assessing the offerors’ Hybrid Agile methodology. DLA issued a stop-work order, reevaluated the proposals, found both technically acceptable and awarded to Oakland as the lowest-priced technically acceptable offeror.</p>
<p><span id="more-296"></span></p>
<p>ASI challenged the corrective action, argued that the solicitation had been improperly descoped, contended that discussions were unequal, and asserted that the final award decision lacked a rational basis. The Court of Federal Claims rejected each argument, providing a useful primer on <em>Blue &amp; Gold</em> waiver, unequal discussions, corrective action and prejudice.</p>
<p><strong>The Decision<br />
</strong>The COFC denied the protest, ruling that:</p>
<ol>
<li><strong><em>Blue &amp; Gold</em></strong><strong> Barred the Descoping Challenge: </strong>ASI argued that DLA’s amendments improperly reduced the scope of the solicitation and that the final procurement no longer reflected the agency’s minimum needs. The Court held that this argument was waived under <em>Blue &amp; Gold</em> because ASI did not protest the amendments before the close of bidding. The descoping occurred through a solicitation amendment well before final proposal submission, and ASI submitted its proposal without objection.The Court rejected ASI’s attempts to avoid waiver. Filing an agency-level protest after award was too late. The agency’s decision to take corrective action did not restart the <em>Blue &amp; Gold</em> clock. Nor could ASI avoid waiver by reframing its challenge as an evaluation issue rather than a solicitation defect. As the Court emphasized, having waited, ASI could not “restart the bidding process and get a second bite at the apple.”</li>
<li><strong>No Unequal Discussions Where No Deficiency Was Assigned: </strong>ASI argued that DLA conducted unequal discussions because Oakland was given multiple opportunities to address a Hybrid Agile methodology issue while ASI was not. The Court rejected this argument because ASI’s proposal had consistently been rated technically acceptable. Although internal DLA emails colloquially referred to a “deficiency” or “deficiency language” found in ASI’s proposal, the official evaluations never assigned ASI a deficiency. The Court noted the peculiarity of ASI’s position—it was effectively arguing that its own proposal should have been deemed deficient. In any event, because discussions are required only to address deficiencies or significant weaknesses, and none were assigned to ASI, there was no obligation to reopen discussions with ASI.</li>
<li><strong>DLA’s Reevaluation and Award Decision Had a Rational Basis: </strong>The Court found that DLA reasonably corrected its evaluation error. The record showed that evaluators had treated identical proposal language differently, leading to inconsistent technical ratings. Once the agency identified the inconsistency, it issued a stop-work order, reevaluated both proposals using a consistent standard, and concluded that both were technically acceptable. Because Oakland’s price was approximately $4 million lower, DLA awarded to Oakland. The Court concluded that the agency adequately explained how the error occurred and why corrective action was appropriate. Ultimately, this case stands for the common sense proposition that agencies are permitted to correct their own evaluation mistakes, and Court found that the record supported the reasonableness of the agency’s final decision.</li>
<li><strong>ASI Could Not Demonstrate Prejudice: </strong>Even assuming error, ASI could not establish prejudice. Because ASI and Oakland submitted identical language in the disputed technical section, their proposals rose and fell together. If Oakland’s language was acceptable, ASI properly lost on price. If Oakland’s language was deficient, ASI’s identical language would have rendered its own proposal deficient as well. Without a substantial chance of award but for the alleged error, ASI’s protest ultimately failed.</li>
</ol>
<p><strong>Key Takeaways for Contractors</strong></p>
<ol>
<li><strong><em>Blue &amp; Gold</em></strong><strong> Is Broad and Unforgiving: </strong>If an offeror believes a solicitation has been improperly modified or descoped, the challenge must be raised before the close of bidding. The Court also reaffirmed that that corrective action does not revive waived arguments, and also that reframing the issue will not avoid waiver.</li>
<li><strong>Corrective Action Does Not Reset the Solicitation: </strong>An agency’s decision to rescind and reevaluate an award does not reopen previously available solicitation challenges.</li>
<li><strong>Discussions Are Required Only for Deficiencies: </strong>Agencies are not obligated to conduct discussions where a proposal has not been assigned a deficiency or significant weakness. This is true even if internal agency emails refer to “deficient” language in an offeror’s proposal.</li>
<li><strong>Identical Language Can Undermine Prejudice: </strong>Where competing proposals contain identical language, a protester may struggle to demonstrate prejudice, particularly in a lowest-priced technically acceptable procurement.</li>
<li><strong>Agencies May Correct Their Own Evaluation Errors: </strong>When an agency discovers inconsistent treatment of identical proposals, it may rescind an award and correct the error without running afoul of the APA, so long as it provides a rational explanation.</li>
</ol>
<p>The post <a href="https://bid-protest-debrief.pillsburylaw.com/us-cofc-blue-gold-advantaged-solutions/">Second Bite Denied: COFC Applies Blue &amp; Gold and Upholds $130 Million DLA Reaward</a> appeared first on <a href="https://bid-protest-debrief.pillsburylaw.com">The Bid Protest Debrief</a>.</p>
]]></content:encoded>
					
		
		
		<post-id xmlns="com-wordpress:feed-additions:1">296</post-id>	</item>
		<item>
		<title>Commercial Dreams, Custom Reality: GAO Rejects Commercial Item Challenge to Air Force Armament Tester RFP</title>
		<link>https://bid-protest-debrief.pillsburylaw.com/air-force-gao-rejects-marvin-test-solutions/</link>
		
		<dc:creator><![CDATA[Matt Carter]]></dc:creator>
		<pubDate>Tue, 17 Feb 2026 16:13:55 +0000</pubDate>
				<category><![CDATA[Department of Defense (DoD)]]></category>
		<category><![CDATA[Federal Acquisition Regulation (FAR)]]></category>
		<category><![CDATA[Government Accountability Office (GAO)]]></category>
		<category><![CDATA[Preselection]]></category>
		<category><![CDATA[U.S. Air Force]]></category>
		<guid isPermaLink="false">https://bid-protest-debrief.pillsburylaw.com/?p=294</guid>

					<description><![CDATA[<p>In Marvin Test Solutions, Inc., B-423928; B-423928.2 (Jan. 28, 2026), Marvin Test Solutions filed a pre-award protest challenging the Department of the Air Force’s RFP for a common armament tester (CAT-F) system for F-15, F-16 and A-10 fighter aircraft. Marvin argued that the agency was required to conduct the procurement as a commercial item acquisition [&#8230;]</p>
<p>The post <a href="https://bid-protest-debrief.pillsburylaw.com/air-force-gao-rejects-marvin-test-solutions/">Commercial Dreams, Custom Reality: GAO Rejects Commercial Item Challenge to Air Force Armament Tester RFP</a> appeared first on <a href="https://bid-protest-debrief.pillsburylaw.com">The Bid Protest Debrief</a>.</p>
]]></description>
										<content:encoded><![CDATA[<p>In <strong><em>Marvin Test Solutions, Inc., </em>B-423928; B-423928.2</strong> (Jan. 28, 2026), Marvin Test Solutions filed a pre-award protest challenging the Department of the Air Force’s RFP for a common armament tester (CAT-F) system for F-15, F-16 and A-10 fighter aircraft. Marvin argued that the agency was required to conduct the procurement as a commercial item acquisition under FAR Part 12 and that the solicitation was unduly restrictive of competition, particularly with respect to a minimum screen size requirement for the handheld operational-level (O-level) tester.</p>
<p><span id="more-294"></span></p>
<p>Marvin asserted that it already sells a handheld tester that qualifies as a commercial item under the FAR, is currently used by Air National Guard and foreign governments for the purpose of testing armaments on the exact aircraft at issue in this procurement, and that meets the agency’s actual minimum needs. Marvin argued that the Air Force was therefore required—at least for the O-level portion of the requirement—to use commercial item procedures. GAO denied the protest in part and dismissed it in part, providing a helpful roadmap for two common pre-award protest arguments: (1) failure to procure as commercial items, and (2) unduly restrictive requirements.</p>
<p><strong>The Decision<br />
</strong>GAO denied the protest in part and dismissed it in part, ruling that:</p>
<ol>
<li><strong>The Screen Size Requirement Was Not Unduly Restrictive:</strong> Marvin challenged the RFP’s requirement that the O-level tester have a screen of at least 1.5 inches by 2.5 inches. Marvin’s existing tester had a smaller 1-inch by 2-inch screen, but Marvin argued that it could still display all necessary information on a single screen and that the Air Force’s true requirement was simply to avoid scrolling between screens. GAO disagreed. The record showed that the Air Force’s requirement development process—including site visits and user input—identified usability concerns with small screens in flightline environments. The agency explained that larger screens improve readability, training efficiency and operational effectiveness when handling armament testing for fighter aircraft. GAO concluded that the screen size requirement was reasonably related to legitimate agency needs and was not unduly restrictive of competition. Importantly, GAO noted that the difference was not trivial—the required screen had nearly double the viewable area of Marvin’s existing tester.</li>
<li><strong>The Commercial Item Challenge Failed Because the Product Did Not Meet the Requirement: </strong>Marvin argued that its tester met the FAR definition of a commercial item on multiple independent bases, including prior DoD purchases and sales to commercial aerospace firms. Marvin contended that the Air Force was required to use FAR Part 12 procedures. GAO, however, did not reach the broader commerciality arguments. Instead, GAO focused on a threshold issue—Marvin’s existing tester did not meet the Air Force’s reasonable minimum requirements (including the screen size requirement). Moreover, Marvin did not assert that it could make minor or commercially customary modifications to meet those requirements. Thus, because Marvin’s product did not satisfy the agency’s minimum needs, GAO found no basis to conclude that the Air Force was required to procure the requirement as a commercial item.</li>
<li><strong>Marvin Was Not an Interested Party to Pursue Remaining Commercial Arguments: </strong>Having concluded that Marvin’s tester could not meet the agency’s reasonable requirements, GAO dismissed the remainder of Marvin’s commercial item arguments for lack of interested party status. Even if GAO agreed that the Air Force should have used FAR Part 12 procedures, Marvin would not be eligible for award because its product did not comply with the minimum screen size requirement. Without a viable path to award, Marvin lacked the direct economic interest required to pursue further protest grounds.</li>
</ol>
<p><strong>Key Takeaways for Contractors</strong></p>
<ol>
<li><strong>Commercial Item Protests Begin—and Often End—With Minimum Requirements: </strong>Even if a product qualifies as a commercial item under FAR 2.101, the key question is whether it meets the agency’s reasonable minimum needs.  If it does not—and cannot be modified through minor or customary commercial modifications—the protest will likely fail.</li>
<li><strong>Agencies Have Broad Discretion to Define Their Needs: </strong>GAO gives substantial deference to agencies in defining technical requirements, particularly where safety, mission readiness, or operational effectiveness are implicated.  This is an extremely high bar, and a protester must show that a requirement is unreasonable, not merely that a different approach could work.</li>
<li><strong>The “Palantir” Argument Has Limits: </strong>While statute and Federal Circuit precedent require agencies to consider whether requirements can be modified to permit commercial acquisition, that obligation does not require agencies to materially relax legitimate needs. GAO will not compel an agency to accept a product that does not meet reasonable performance requirements.</li>
<li><strong>Interested Party Status Can Be Outcome Determinative: </strong>Where a protester’s product cannot meet a solicitation’s reasonable requirements, GAO may dismiss broader solicitation challenges because the protester cannot demonstrate competitive prejudice.</li>
</ol>
<p>The post <a href="https://bid-protest-debrief.pillsburylaw.com/air-force-gao-rejects-marvin-test-solutions/">Commercial Dreams, Custom Reality: GAO Rejects Commercial Item Challenge to Air Force Armament Tester RFP</a> appeared first on <a href="https://bid-protest-debrief.pillsburylaw.com">The Bid Protest Debrief</a>.</p>
]]></content:encoded>
					
		
		
		<post-id xmlns="com-wordpress:feed-additions:1">294</post-id>	</item>
		<item>
		<title>Everything but the Kitchen Sink: GAO Denies $200M Air Force Protest</title>
		<link>https://bid-protest-debrief.pillsburylaw.com/gao-denies-200m-air-force-protest/</link>
		
		<dc:creator><![CDATA[Matt Carter]]></dc:creator>
		<pubDate>Wed, 28 Jan 2026 14:48:38 +0000</pubDate>
				<category><![CDATA[“Too Close at Hand” Doctrine]]></category>
		<category><![CDATA[Government Accountability Office (GAO)]]></category>
		<category><![CDATA[U.S. Air Force]]></category>
		<guid isPermaLink="false">https://bid-protest-debrief.pillsburylaw.com/?p=290</guid>

					<description><![CDATA[<p>In Centerline Logistics Corporation, B-423838, et al. (Jan. 7, 2026), Centerline Logistics Corp. protested the Air Force’s award of a roughly $200 million fuel transportation services contract to Vane Line Bunkering. Centerline challenged multiple aspects of the evaluation and source selection decision, arguing that the agency applied unstated evaluation criteria, treated offerors disparately, failed to [&#8230;]</p>
<p>The post <a href="https://bid-protest-debrief.pillsburylaw.com/gao-denies-200m-air-force-protest/">Everything but the Kitchen Sink: GAO Denies $200M Air Force Protest</a> appeared first on <a href="https://bid-protest-debrief.pillsburylaw.com">The Bid Protest Debrief</a>.</p>
]]></description>
										<content:encoded><![CDATA[<p>In <strong><em>Centerline Logistics Corporation</em>, B-423838, et al.</strong> (Jan. 7, 2026), Centerline Logistics Corp. protested the Air Force’s award of a roughly $200 million fuel transportation services contract to Vane Line Bunkering. Centerline challenged multiple aspects of the evaluation and source selection decision, arguing that the agency applied unstated evaluation criteria, treated offerors disparately, failed to consider negative information “too close at hand,” and did not conduct meaningful discussions regarding the relevance of Centerline’s past performance. GAO denied the protest in its entirety. In doing so, the decision serves as a useful refresher on several important protest doctrines—and the high bar protesters must clear to prevail in a GAO protest.</p>
<p><span id="more-290"></span></p>
<p><strong>The Decision<br />
</strong>GAO denied the protest, ruling that:</p>
<ol>
<li><strong>No Unstated Evaluation Criteria Were Applied:</strong> Centerline argued that the agency improperly focused on whether offerors had experience transporting jet aviation fuel as opposed to other types of fuel, claiming that emphasis was never disclosed. GAO disagreed, holding that consideration of fuel type was logically encompassed within the solicitation. The PWS expressly identified jet aviation fuel as a key requirement, and the past performance questionnaires specifically asked offerors to identify the types of fuel transported. GAO thus held that evaluating whether past performance involved jet aviation fuel was therefore reasonably and logically related to the stated evaluation criteria.</li>
<li><strong>Disparate Treatment Claims Failed Because the Proposals Were Different: </strong>Centerline alleged that the agency treated its past performance more harshly than the awardee’s. GAO rejected this argument, finding that the evaluation differences flowed from substantive differences in the underlying past performance references. In particular, GAO explained that the agency reasonably assigned higher relevance ratings where the awardee’s references matched the solicitation in more dimensions (scope, magnitude, and complexity), even where not every reference involved jet aviation fuel.</li>
<li><strong>The “Too Close at Hand” Doctrine Did Not Apply: </strong>Centerline argued that the agency failed to consider negative performance information about the awardee contained in U.S. Coast Guard Port State Information Exchange reports. GAO held that the doctrine did not apply because Centerline failed to show that the evaluators were actually aware, or reasonably should have been aware, of that information. GAO reiterated that the obligation to consider “too close at hand” information is narrow and applies only where the information is known to the specific evaluators involved in the source selection.</li>
<li><strong>No Duty to Raise Non-Significant Weaknesses During Discussions: </strong>Centerline contended that discussions were not meaningful because the agency failed to inform it that its past performance was viewed as less relevant due to the lack of jet aviation fuel experience. GAO rejected this argument, explaining that the agency did not view this as a deficiency or significant weakness, but rather as a distinguishing factor between proposals. Agencies are not required to discuss every weakness, only deficiencies and significant weaknesses, and GAO reaffirmed that a discriminator need not be raised in discussions.</li>
<li><strong>Best-Value Tradeoff Was Reasonable: </strong>Finally, GAO upheld the agency’s best-value decision, noting that the awardee’s superior past performance reasonably justified paying a small price premium (approximately 0.19 percent). Because GAO found the underlying evaluation unobjectionable, the tradeoff decision likewise stood.</li>
</ol>
<p><strong>Key Takeaways for Contractors</strong></p>
<ol>
<li><strong>Not Every Consideration Is an Unstated Criterion</strong>: Agencies may evaluate factors that are logically encompassed by the solicitation, even if not spelled out with granular precision.</li>
<li><strong>Disparate Treatment Requires Apples-to-Apples Comparisons: </strong>To succeed, protesters must show that proposals were materially indistinguishable. Differences in underlying experience will defeat past performance disparate treatment claims.</li>
<li><strong>“Too Close at Hand” Is a Narrow Doctrine:</strong> Publicly available information is not enough. Protesters must show that evaluators actually knew, or should have known, about the information during the evaluation.</li>
<li><strong>Meaningful Discussions Do Not Mean Exhaustive Discussions:</strong> Agencies are not required to identify every comparative weakness or discriminator during discussions, even if that weakness ultimately proves decisive.</li>
</ol>
<hr />
<p><strong>RELATED ARTICLES</strong></p>
<blockquote class="wp-embedded-content" data-secret="Dwj76ak8sd"><p><a href="https://bid-protest-debrief.pillsburylaw.com/gao-no-prejudice-dfars-risk-oversight/">Not All Errors Are Fatal: GAO Finds No Prejudice in DFARS Risk Oversight</a></p></blockquote>
<p><iframe class="wp-embedded-content" sandbox="allow-scripts" security="restricted"  title="&#8220;Not All Errors Are Fatal: GAO Finds No Prejudice in DFARS Risk Oversight&#8221; &#8212; The Bid Protest Debrief" src="https://bid-protest-debrief.pillsburylaw.com/gao-no-prejudice-dfars-risk-oversight/embed/#?secret=GVuNkhDomM#?secret=Dwj76ak8sd" data-secret="Dwj76ak8sd" width="500" height="282" frameborder="0" marginwidth="0" marginheight="0" scrolling="no"></iframe></p>
<blockquote class="wp-embedded-content" data-secret="QW7BqbuDQk"><p><a href="https://bid-protest-debrief.pillsburylaw.com/cofc-army-award-dni-curious-past-performance/">COFC Backs Major Army Award Despite “Curious” Past Performance Analysis</a></p></blockquote>
<p><iframe class="wp-embedded-content" sandbox="allow-scripts" security="restricted"  title="&#8220;COFC Backs Major Army Award Despite “Curious” Past Performance Analysis&#8221; &#8212; The Bid Protest Debrief" src="https://bid-protest-debrief.pillsburylaw.com/cofc-army-award-dni-curious-past-performance/embed/#?secret=Ecq2yfgt5c#?secret=QW7BqbuDQk" data-secret="QW7BqbuDQk" width="500" height="282" frameborder="0" marginwidth="0" marginheight="0" scrolling="no"></iframe></p>
<p>The post <a href="https://bid-protest-debrief.pillsburylaw.com/gao-denies-200m-air-force-protest/">Everything but the Kitchen Sink: GAO Denies $200M Air Force Protest</a> appeared first on <a href="https://bid-protest-debrief.pillsburylaw.com">The Bid Protest Debrief</a>.</p>
]]></content:encoded>
					
		
		
		<post-id xmlns="com-wordpress:feed-additions:1">290</post-id>	</item>
		<item>
		<title>Late Is Still Late: GAO Dismisses Two Protests in One Week for Timeliness Failures</title>
		<link>https://bid-protest-debrief.pillsburylaw.com/late-is-still-late-gao-dismisses-two-protests-in-one-week-for-timeliness-failures/</link>
		
		<dc:creator><![CDATA[Matt Carter]]></dc:creator>
		<pubDate>Tue, 20 Jan 2026 16:45:27 +0000</pubDate>
				<category><![CDATA[Government Accountability Office (GAO)]]></category>
		<category><![CDATA[Timeliness]]></category>
		<guid isPermaLink="false">https://bid-protest-debrief.pillsburylaw.com/?p=284</guid>

					<description><![CDATA[<p>Twice in one week, GAO dismissed bid protests as untimely, with each case highlighting a different but equally unforgiving timeliness trap. In ASG Solutions Corp., B-424053 (Jan. 16, 2026), the protester mistakenly assumed it was entitled to a FAR Part 15 debriefing in a FAR Part 13 procurement, incorrectly believing that its protest clock had [&#8230;]</p>
<p>The post <a href="https://bid-protest-debrief.pillsburylaw.com/late-is-still-late-gao-dismisses-two-protests-in-one-week-for-timeliness-failures/">Late Is Still Late: GAO Dismisses Two Protests in One Week for Timeliness Failures</a> appeared first on <a href="https://bid-protest-debrief.pillsburylaw.com">The Bid Protest Debrief</a>.</p>
]]></description>
										<content:encoded><![CDATA[<p>Twice in one week, GAO dismissed bid protests as untimely, with each case highlighting a different but equally unforgiving timeliness trap. In <strong><em>ASG Solutions Corp.</em>, B-424053</strong> (Jan. 16, 2026), the protester mistakenly assumed it was entitled to a FAR Part 15 debriefing in a FAR Part 13 procurement, incorrectly believing that its protest clock had been tolled. In <strong><em>Mission Analytics, LLC</em>, B-423980</strong> (Jan. 14, 2026), the protester miscalculated the deadline for filing a follow-on GAO protest after initial adverse agency action, and missed the filing deadline by one minute. Together, the decisions underscore GAO’s strict enforcement of its timeliness rules and serve as a reminder that misunderstandings about debriefings, agency-level protests and filing deadlines are often fatal to otherwise potentially successful protest challenges.</p>
<p><span id="more-284"></span></p>
<p><strong>The Decisions<br />
</strong>GAO dismissed both protests, ruling that:</p>
<p><strong><em>ASG Solutions </em></strong></p>
<ol>
<li><strong>No Required Debriefing in FAR Part 13 Procurements:</strong> GAO reiterated that when an agency conducts a procurement under FAR Part 13, it is not required to provide a debriefing under FAR section 15.506. Instead, the agency need only provide a brief explanation of the basis for award in response to a request for information.</li>
<li><strong>Erroneous Agency References to a “Debriefing” Do Not Toll Timeliness:</strong> Although the Navy initially referenced a forthcoming “debriefing,” GAO held that such statements did not create a new obligation to conduct a FAR Part 15 debriefing. The controlling factor was the solicitation itself, which clearly stated the procurement was conducted under FAR Part 13.</li>
<li><strong>The Protest Clock Started with the Brief Explanation of Award:</strong> GAO found that the Navy’s September 18 email—which identified the awardee, award value, and basis for award—constituted the required brief explanation under FAR 13.106-3(d). Because that explanation was not a required debriefing, it did not toll the filing deadline.</li>
<li><strong>ASG’s Protest Was Filed Too Late:</strong> ASG was required to file its protest within 10 days of September 18. Its November 13 protest was therefore untimely and dismissed.</li>
</ol>
<p><strong><em>Mission Analytics </em></strong></p>
<ol>
<li><strong>Proceeding with the Closing Date Is Initial Adverse Agency Action:</strong> Mission filed a pre-award agency-level protest challenging the solicitation’s camera zoom specification and the agency’s decision to issue the RFQ on an unrestricted basis. GAO held that the Air Force’s decision to proceed with the September 17 closing date for quotations constituted initial adverse agency action, which triggered the 10-day clock to file a protest at GAO.</li>
<li><strong>The 10-Day Clock Ran from the Closing Date:</strong> Because the agency moved forward with receiving quotations, Mission was on notice that the agency was not taking corrective action. To be timely, Mission was then required to file its GAO protest within 10 days of September 17.</li>
<li><strong>5:31 p.m. Is Too Late:</strong> Mission filed its GAO protest at 5:31 p.m. on the tenth day, one minute after GAO’s 5:30 p.m. filing deadline. GAO strictly enforced the deadline and dismissed the protest as untimely.</li>
</ol>
<p><strong>Key Takeaways for Contractors</strong></p>
<ol>
<li><strong>Late Is Late, No Matter the Reason:</strong> GAO enforces its timeliness rules strictly. Missing the deadline by a day, or even a minute, will result in dismissal.</li>
<li><strong>Know Which FAR Part Governs Your Procurement:</strong> FAR Part 13 procurements do not entitle offerors to FAR Part 15 debriefings. A “brief explanation” does not toll the protest clock.</li>
<li><strong>Agency-Level Protests Can Start the Clock:</strong> When an agency proceeds with proposal receipt despite a pre-award agency-level protest, that action constitutes initial adverse agency action and starts the 10-day countdown to file at GAO.</li>
<li><strong>Agency Misstatements Do Not Save Untimely Protests:</strong> Erroneous references to a debriefing or ongoing discussions with the agency will not extend GAO’s filing deadlines.</li>
<li><strong>File Early (Not at 5:29)</strong>: Waiting until the last minute is risky. GAO’s Electronic Protest Docketing System closes at 5:30 p.m. Eastern sharp.</li>
</ol>
<hr />
<p><strong>RELATED ARTICLES</strong></p>
<blockquote class="wp-embedded-content" data-secret="heKLBqj76r"><p><a href="https://bid-protest-debrief.pillsburylaw.com/addx-protest-fails-untimely-gao/">Addx Protest Fails: Untimely at the Agency, Too Late for GAO</a></p></blockquote>
<p><iframe class="wp-embedded-content" sandbox="allow-scripts" security="restricted"  title="&#8220;Addx Protest Fails: Untimely at the Agency, Too Late for GAO&#8221; &#8212; The Bid Protest Debrief" src="https://bid-protest-debrief.pillsburylaw.com/addx-protest-fails-untimely-gao/embed/#?secret=AhPdFG1mlR#?secret=heKLBqj76r" data-secret="heKLBqj76r" width="500" height="282" frameborder="0" marginwidth="0" marginheight="0" scrolling="no"></iframe></p>
<blockquote class="wp-embedded-content" data-secret="urFPH9MNJT"><p><a href="https://bid-protest-debrief.pillsburylaw.com/us-court-federal-claims-late-proposal-submission-rules/">Too Little, Too Late: Court of Federal Claims Enforces Hard Line on Late Proposal Submissions</a></p></blockquote>
<p><iframe loading="lazy" class="wp-embedded-content" sandbox="allow-scripts" security="restricted"  title="&#8220;Too Little, Too Late: Court of Federal Claims Enforces Hard Line on Late Proposal Submissions&#8221; &#8212; The Bid Protest Debrief" src="https://bid-protest-debrief.pillsburylaw.com/us-court-federal-claims-late-proposal-submission-rules/embed/#?secret=3PVhoJeSCq#?secret=urFPH9MNJT" data-secret="urFPH9MNJT" width="500" height="282" frameborder="0" marginwidth="0" marginheight="0" scrolling="no"></iframe></p>
<blockquote class="wp-embedded-content" data-secret="Ocz52UOfhN"><p><a href="https://bid-protest-debrief.pillsburylaw.com/bid-protest-deadlines-pitfalls/">Bid Protest Deadlines and Pitfalls: What You Need to Know</a></p></blockquote>
<p><iframe loading="lazy" class="wp-embedded-content" sandbox="allow-scripts" security="restricted"  title="&#8220;Bid Protest Deadlines and Pitfalls: What You Need to Know&#8221; &#8212; The Bid Protest Debrief" src="https://bid-protest-debrief.pillsburylaw.com/bid-protest-deadlines-pitfalls/embed/#?secret=TwWtFKhdfw#?secret=Ocz52UOfhN" data-secret="Ocz52UOfhN" width="500" height="282" frameborder="0" marginwidth="0" marginheight="0" scrolling="no"></iframe></p>
<p>The post <a href="https://bid-protest-debrief.pillsburylaw.com/late-is-still-late-gao-dismisses-two-protests-in-one-week-for-timeliness-failures/">Late Is Still Late: GAO Dismisses Two Protests in One Week for Timeliness Failures</a> appeared first on <a href="https://bid-protest-debrief.pillsburylaw.com">The Bid Protest Debrief</a>.</p>
]]></content:encoded>
					
		
		
		<post-id xmlns="com-wordpress:feed-additions:1">284</post-id>	</item>
		<item>
		<title>Talk Is Cheap, Time Is Not: GAO Denies NOAA Oral Presentation Protest</title>
		<link>https://bid-protest-debrief.pillsburylaw.com/gao-manutek-noaa-presentation-protest/</link>
		
		<dc:creator><![CDATA[Matt Carter]]></dc:creator>
		<pubDate>Mon, 12 Jan 2026 16:14:53 +0000</pubDate>
				<category><![CDATA[Government Accountability Office (GAO)]]></category>
		<guid isPermaLink="false">https://bid-protest-debrief.pillsburylaw.com/?p=282</guid>

					<description><![CDATA[<p>In Manutek Inc., B-423476.2, et al. (Jan. 1, 2026), Manutek protested the National Oceanic and Atmospheric Administration’s decision not to award it an IDIQ contract for professional, scientific and technical services under the ProTech 2.0 Weather Domain. The protest focused largely on the agency’s evaluation of Manutek’s oral presentation, including alleged flaws in time management, [&#8230;]</p>
<p>The post <a href="https://bid-protest-debrief.pillsburylaw.com/gao-manutek-noaa-presentation-protest/">Talk Is Cheap, Time Is Not: GAO Denies NOAA Oral Presentation Protest</a> appeared first on <a href="https://bid-protest-debrief.pillsburylaw.com">The Bid Protest Debrief</a>.</p>
]]></description>
										<content:encoded><![CDATA[<p>In <strong><em>Manutek Inc.</em>, B-423476.2, <em>et al</em>.</strong> (Jan. 1, 2026), Manutek protested the National Oceanic and Atmospheric Administration’s decision not to award it an IDIQ contract for professional, scientific and technical services under the ProTech 2.0 Weather Domain. The protest focused largely on the agency’s evaluation of Manutek’s oral presentation, including alleged flaws in time management, documentation, evaluator judgments and the conduct of the post-presentation interactive dialogue.</p>
<p><span id="more-282"></span></p>
<p>Manutek argued that NOAA improperly downgraded its management approach based on an incomplete and insufficiently documented oral presentation, ignored information Manutek claims it presented, improperly credited oral presentation weaknesses based on a lack of “granular detail” not required by the RFP and unreasonably refused to ask clarifying questions during the interactive dialogue. GAO denied the protest in full, providing a detailed roadmap of common oral presentation pitfalls and explaining how it resolves credibility disputes and documentation challenges.</p>
<p><strong>The Decision</strong><br />
GAO denied the protest, ruling that:</p>
<ol>
<li><strong>Poor Time Management During an Oral Presentation Is the Offeror’s Risk:</strong> Manutek spent most of its allotted 45 minutes addressing the first two of four required scenarios, leaving little time to meaningfully address the third and fourth. GAO credited the evaluators’ contemporaneous conclusion that Manutek provided very little substantive information on the final two scenarios and rejected Manutek’s attempt to shift responsibility to the agency. GAO reiterated that it is the offeror’s obligation to plan and execute its presentation within the time provided.</li>
<li><strong>NOAA Reasonably Documented the Oral Presentation Evaluation:</strong> Manutek argued that NOAA’s evaluation was inadequately documented because the record lacked evaluator worksheets, transcripts, recordings or detailed contemporaneous notes. GAO rejected this argument, emphasizing that FAR 15.102(e) gives agencies discretion to choose how oral presentations are memorialized, including through “government notes,” which NOAA used here. The “on-the-spot” evaluation report contained contemporaneous observations identifying what was and was not presented and provided a sufficient basis for meaningful GAO review.</li>
<li><strong>GAO Rejected Manutek’s “He Said, She Said” Declaration Argument:</strong> Manutek submitted a declaration from one of its presenters asserting that the firm had, in fact, addressed all required elements during the oral presentation. NOAA countered with a declaration from an evaluator who attended the presentation and provided a detailed, sequential account explaining what Manutek failed to address. GAO credited the evaluator’s account and found no evidence that NOAA ignored information that was actually presented.</li>
<li><strong>Piecemeal Declarations Will Be Disregarded:</strong> GAO also declined to consider Manutek’s declaration because it was submitted in piecemeal fashion—after the initial protest—when responding to a dismissal request.</li>
<li><strong>Agency Did Not Require “Granular Detail” Beyond the RFP:</strong> Manutek argued that NOAA improperly required a level of detail not contemplated by the solicitation. GAO disagreed, holding that NOAA’s expectation that Manutek explain specific examples, metrics and outcomes was logically encompassed by the RFP’s stated evaluation criteria. GAO emphasized that requiring an offeror to substantiate claims is not the same as imposing unstated evaluation criteria.</li>
<li><strong>NOAA Reasonably Declined to Ask Clarifying Questions During the Interactive Dialogue:</strong> Manutek claimed NOAA acted unreasonably by refusing to ask clarifying questions that could have resolved perceived weaknesses. GAO dismissed this allegation as untimely because Manutek knew the basis for the claim at the conclusion of its oral presentation but did not raise it until months later. GAO also explained that even if timely, the allegation would fail because NOAA reasonably concluded that asking questions would have invited Manutek to provide new information, effectively changing its offer, which the RFP prohibited.</li>
<li><strong>Strong Past Performance Could Not Overcome Weaknesses in More Important Factors:</strong> Finally, GAO upheld NOAA’s selection decision, rejecting Manutek’s argument that its exceptional past performance should have compelled award. GAO confirmed that NOAA reasonably followed the solicitation’s stated weighting, under which demonstrated technical experience and management approach were more important than past performance.</li>
</ol>
<p><strong>Key Takeaways for Contractors</strong></p>
<ol>
<li><strong>Oral Presentations Are High-Risk, High-Reward:</strong> Running out of time is not a protest ground. If you do not address required scenarios in sufficient detail during the presentation, GAO will not rescue you later.</li>
<li><strong>You Don’t Control the Record, The Agency Does:</strong> Agencies have wide discretion in how they document oral presentations. The absence of transcripts or recordings does not make an evaluation unreasonable where contemporaneous notes explain what was presented or omitted.</li>
<li><strong>Dueling Declarations Rarely Favor Protesters:</strong> When GAO is faced with conflicting declarations, it will credit contemporaneous agency records and evaluator testimony absent evidence of bad faith.</li>
<li><strong>“Granular Detail” Arguments Are Hard to Win:</strong> If the RFP requires offerors to demonstrate understanding of the requirements, soundness of approach, and ability to perform the contract, agencies may reasonably expect specific examples and explanations.</li>
<li><strong>Interactive Dialogue Is Not a Safety Net:</strong> Agencies are not required to ask questions to fix incomplete presentations—and may properly decline to do so where questions would invite offerors to change their proposals.</li>
</ol>
<p>The post <a href="https://bid-protest-debrief.pillsburylaw.com/gao-manutek-noaa-presentation-protest/">Talk Is Cheap, Time Is Not: GAO Denies NOAA Oral Presentation Protest</a> appeared first on <a href="https://bid-protest-debrief.pillsburylaw.com">The Bid Protest Debrief</a>.</p>
]]></content:encoded>
					
		
		
		<post-id xmlns="com-wordpress:feed-additions:1">282</post-id>	</item>
		<item>
		<title>No Covert Amendments or Secret Criteria: GAO Sustains Protest Against CIA</title>
		<link>https://bid-protest-debrief.pillsburylaw.com/gao-cia-protest-markon-sustain/</link>
		
		<dc:creator><![CDATA[Matt Carter]]></dc:creator>
		<pubDate>Wed, 07 Jan 2026 20:56:48 +0000</pubDate>
				<category><![CDATA[Cost Realism Analysis]]></category>
		<category><![CDATA[Government Accountability Office (GAO)]]></category>
		<guid isPermaLink="false">https://bid-protest-debrief.pillsburylaw.com/?p=278</guid>

					<description><![CDATA[<p>In Markon LLC, B-423767, et al. (Dec. 12, 2025), Markon protested the Central Intelligence Agency’s award to Arcfield for business operations, IT engineering and business enterprise modernization support. Markon challenged the CIA’s cost realism evaluation, arguing that the agency improperly relied on oral instructions given during pre-solicitation industry one-on-one sessions, instructions that were never incorporated into [&#8230;]</p>
<p>The post <a href="https://bid-protest-debrief.pillsburylaw.com/gao-cia-protest-markon-sustain/">No Covert Amendments or Secret Criteria: GAO Sustains Protest Against CIA</a> appeared first on <a href="https://bid-protest-debrief.pillsburylaw.com">The Bid Protest Debrief</a>.</p>
]]></description>
										<content:encoded><![CDATA[<p>In <strong><em>Markon LLC</em>, B-423767, <em>et al</em>.</strong> (Dec. 12, 2025), Markon protested the Central Intelligence Agency’s award to Arcfield for business operations, IT engineering and business enterprise modernization support. Markon challenged the CIA’s cost realism evaluation, arguing that the agency improperly relied on oral instructions given during pre-solicitation industry one-on-one sessions, instructions that were never incorporated into the final RFP. According to Markon, the CIA used those oral statements to reject Markon’s proposed efficiencies and imposed a significant upward cost adjustment instead of evaluating whether Markon’s proposed costs were realistic for its unique technical approach. GAO sustained the protest, finding that the CIA evaluated proposals using unstated criteria and failed to conduct the cost realism analysis required by the solicitation and procurement regulations.</p>
<p><span id="more-278"></span></p>
<p><strong>The Decision</strong><br />
GAO sustained the protest, ruling that:</p>
<ol>
<li><strong>Oral Instructions Did Not Amend the Solicitation:</strong> GAO reaffirmed that oral communications—even from the contracting officer—do not amend a solicitation if they would alter its written terms. While GAO recognizes a narrow exception where time is of the essence, the record here contained no indication of urgency. Because the CIA never incorporated its oral guidance into the final RFP, it was improper to treat those statements as binding proposal requirements.</li>
<li><strong>Pre-RFP Industry Q&amp;A Could Not Be Used as Evaluation Criteria:</strong> The CIA internally documented questions and answers from industry one-on-one sessions but never shared that summary with offerors or incorporated it into the solicitation. GAO rejected the agency’s reliance on those communications, emphasizing that proposals must be evaluated solely against the criteria stated in the final RFP, not against undocumented or unpublished guidance.</li>
<li><strong>Draft-Stage Guidance Does Not Control the Final Evaluation:</strong> GAO reiterated that comments made during the draft RFP phase have no controlling effect once the final solicitation is issued. Although the CIA could have amended the RFP to reflect its preferences, it did not do so and could not later enforce those preferences through evaluation.</li>
<li><strong>Cost Realism Requires Evaluating the Offeror’s Actual Technical Approach:</strong> Rather than assessing whether Markon’s proposed costs were realistic for its favorably rated technical approach, the CIA rejected Markon’s efficiencies as inconsistent with oral instructions. GAO held that this short-circuited the required cost realism analysis, which must compare an offeror’s proposed costs to how that offeror actually proposes to perform the work.</li>
<li><strong>Upward Cost Adjustments Cannot Enforce Unstated Requirements:</strong> GAO found no support for the CIA’s assertion that the solicitation otherwise prohibited the efficiencies and enhancements Markon proposed. To the contrary, the SOW expressly contemplated modernization, process improvement and efficiency gains. The CIA therefore could not use an upward cost adjustment to force Markon’s proposal into compliance with requirements that were never included in the RFP.</li>
<li><strong>The Cost Realism Evaluation Was Unreasonable:</strong> Because the CIA relied on oral instructions not incorporated into the solicitation and failed to meaningfully compare Markon’s technical approach with its proposed costs, GAO found the cost realism evaluation and resulting upward cost adjustment unreasonable and sustained the protest.</li>
</ol>
<p><strong>Key Takeaways for Contractors</strong></p>
<ol>
<li><strong>Oral Guidance Is Not a Substitute for a Solicitation Amendment:</strong> Agencies cannot rely on informal oral statements to impose proposal requirements. If it’s not in the final RFP, it generally cannot be enforced through evaluation.</li>
<li><strong>The “Time Is of the Essence” Exception Is Narrow:</strong> GAO will allow oral amendments only in limited circumstances involving genuine urgency. Absent a clear record showing time pressure, agencies must amend the solicitation in writing.</li>
<li><strong>Cost Realism Must Be Tied to the Offeror’s Actual Proposal:</strong> Agencies may not ignore a protester’s unique technical approach and simply adjust costs to align with the agency’s preferred approach. Cost realism requires evaluating whether that offeror’s proposed costs are realistic for that offeror’s proposal.</li>
<li><strong>Unstated Evaluation Criteria Remain a Common Protest Vulnerability:</strong> This case is a reminder that even well-intentioned agency preferences—if not reflected in the solicitation—can undermine an award and lead to a sustained protest.</li>
</ol>
<p>The post <a href="https://bid-protest-debrief.pillsburylaw.com/gao-cia-protest-markon-sustain/">No Covert Amendments or Secret Criteria: GAO Sustains Protest Against CIA</a> appeared first on <a href="https://bid-protest-debrief.pillsburylaw.com">The Bid Protest Debrief</a>.</p>
]]></content:encoded>
					
		
		
		<post-id xmlns="com-wordpress:feed-additions:1">278</post-id>	</item>
		<item>
		<title>No Smoking Gun: GAO Backs Navy’s Conflict Investigation in $100 Million Protest</title>
		<link>https://bid-protest-debrief.pillsburylaw.com/gao-us-navy-conflict-stracon-precise-systems/</link>
		
		<dc:creator><![CDATA[Matt Carter]]></dc:creator>
		<pubDate>Wed, 10 Dec 2025 17:24:50 +0000</pubDate>
				<category><![CDATA[Government Accountability Office (GAO)]]></category>
		<category><![CDATA[Organizational Conflict of Interest (OCI)]]></category>
		<guid isPermaLink="false">https://bid-protest-debrief.pillsburylaw.com/?p=271</guid>

					<description><![CDATA[<p>In Island Creek Associates, LLC, B-423301.3 (Dec. 5, 2025), Island Creek Associates protested the Department of the Navy&#8217;s award to StraCon Services Group for program management contractor support services. Island Creek did not challenge any aspect of the Navy&#8217;s evaluation of proposals. Instead, its protest focused solely on alleged organizational and personal conflicts of interest [&#8230;]</p>
<p>The post <a href="https://bid-protest-debrief.pillsburylaw.com/gao-us-navy-conflict-stracon-precise-systems/">No Smoking Gun: GAO Backs Navy’s Conflict Investigation in $100 Million Protest</a> appeared first on <a href="https://bid-protest-debrief.pillsburylaw.com">The Bid Protest Debrief</a>.</p>
]]></description>
										<content:encoded><![CDATA[<p>In <strong><em>Island Creek Associates, LLC</em>, B-423301.3 </strong>(Dec. 5, 2025), Island Creek Associates protested the Department of the Navy&#8217;s award to StraCon Services Group for program management contractor support services. Island Creek did not challenge any aspect of the Navy&#8217;s evaluation of proposals. Instead, its protest focused solely on alleged organizational and personal conflicts of interest related to StraCon&#8217;s subcontractor, Precise Systems Inc., who was the incumbent contractor. Island Creek claimed that Precise gained an unfair competitive advantage from access to proprietary information and due to the involvement of a senior Navy official whose wife worked for Precise. GAO denied the protest in its entirety and provided a detailed analysis of conflict of interest law.</p>
<p><span id="more-271"></span></p>
<p><strong>The Decision<br />
</strong>GAO denied the protest, ruling:</p>
<ol>
<li><strong>No Duty to Protest OCIs Before Award Absent an Agency Assurance:</strong> GAO reiterated that a protester is not required to challenge a competitor’s alleged conflict prior to award unless the agency has affirmatively stated the firm is eligible to compete. Here, the agency provided a list of firms for which OCIs existed, but Precise was not on that list and there was no suggestion in the record that the list was considered exhaustive. GAO declined to require protesters to draw negative inferences from such a list and file OCI protests related to any and all non-excluded firms prior to the time of award, much less to require firms to raise any potential personal conflicts of interest where the solicitation’s list did not even address that topic.</li>
<li><strong>Timeliness Turned on When Island Creek Actually Learned Precise Was Competing:</strong> Island Creek did not have actual knowledge of Precise’s participation until Feb. 3, when a subcontractor confirmed that Precise was part of StraCon’s team. GAO held that the 10-day clock started on that date, making its Feb. 13 supplemental protest timely.</li>
<li><strong>Knowledge of Lower-Level Employees Does Not Start the Clock:</strong> The agency argued that the protest was late because several Island Creek employees and 19 subcontractor employees knew of Precise’s involvement in early January. GAO rejected the argument, reaffirming that knowledge held by lower-level personnel is not imputed to the protester.</li>
<li><strong>No Evidence of Improper Access Through AMS Tool:</strong> Island Creek claimed Precise gained unequal access to its proprietary information through its work on the Navy’s Acquisition Management System (AMS). While the Navy acknowledged Precise’s AMS team may have had potential access, it found that team was firewalled from proposal-related activities and subject to internal controls, including NDAs and an OCI mitigation plan. GAO agreed that this was sufficient, reaffirming that NDAs and firewall safeguards can reasonably mitigate an OCI when there’s no evidence they were breached.</li>
<li><strong>No Personal Conflict Related to Contracting Chief’s Spouse:</strong> Island Creek argued that the contracting chief had a personal conflict of interest because his wife had been a program manager for Precise. GAO rejected the claim, noting that the official had formally recused himself from all Precise-related matters, left his position before proposals were received, took no part in the procurement, and that his wife had retired from Precise two years before the solicitation was issued.</li>
<li><strong>While Not Perfect, the Agency’s Investigation Was Reasonable:</strong> Island Creek challenged the adequacy of the agency’s OCI investigation, arguing that it was incomplete because the agency had not exhausted all possible investigative techniques. GAO disagreed, finding that the Navy conducted a reasonable investigation, including collecting declarations and verifying recusals. GAO reiterated that an agency’s conflict investigation is reviewed for reasonableness, not perfection, and found no basis to second-guess the Navy’s conclusions.</li>
</ol>
<p><strong>Key Takeaways for Contractors</strong></p>
<ol>
<li><strong>OCI Allegations Require More Than Suspicion:</strong> Whether you are alleging unequal access to information or personal conflicts, GAO expects specific, credible facts, not speculation or theoretical concerns. Protesters bear the burden to demonstrate how the alleged conflict actually impacted the procurement.</li>
<li><strong>Recusals Are Effective When Followed:</strong> A formal recusal can insulate an agency official from allegations of personal conflict. Without evidence of continued involvement or improper influence, such protest allegations will not succeed.</li>
<li><strong>Agencies Must Investigate Conflicts, But Don’t Have to Be Perfect:</strong> GAO reviews OCI investigations for reasonableness, not perfection in hindsight. If an agency documents its review and takes appropriate steps to address concerns, GAO will typically defer to its conclusions.</li>
<li><strong>Timeliness Rules Related to OCIs Can Be Tricky:</strong> Given the nuanced nature of GAO’s timeliness rules in this area, it is critical to get experienced counsel involved.</li>
<li><strong>Don’t Assume the Appearance of a Conflict Is Enough to Win:</strong> To win an OCI protest, a contractor must do more than raise eyebrows. It must present evidence of unfair advantage.</li>
</ol>
<p>&nbsp;</p>
<p>The post <a href="https://bid-protest-debrief.pillsburylaw.com/gao-us-navy-conflict-stracon-precise-systems/">No Smoking Gun: GAO Backs Navy’s Conflict Investigation in $100 Million Protest</a> appeared first on <a href="https://bid-protest-debrief.pillsburylaw.com">The Bid Protest Debrief</a>.</p>
]]></content:encoded>
					
		
		
		<post-id xmlns="com-wordpress:feed-additions:1">271</post-id>	</item>
	</channel>
</rss>

<!--
Performance optimized by W3 Total Cache. Learn more: https://www.boldgrid.com/w3-total-cache/?utm_source=w3tc&utm_medium=footer_comment&utm_campaign=free_plugin

Page Caching using Disk: Enhanced (Requested URI is rejected) 

Served from: bid-protest-debrief.pillsburylaw.com @ 2026-03-30 12:06:34 by W3 Total Cache
-->