throbber

`

`Case 1:19-cv-01796-PEC Document 246 Filed 12/15/20 Page 2 of 175
`Case 1:19-cv-01796-PEC Document 236 -
`Filed 10/23/20 Page 2 of 175
`
`TABLE OF CONTENTS
`
`I.
`
`INTRODUCTION ................................................................................................................ 1
`
`II. JURISDICTION ................................................................................................................... 9
`
`III. PARTIES ............................................................................................................................. 10
`
`IV. FACTUAL ALLEGATIONS ............................................................................................. 10
`
`A. DoD's CLOUD MODERNIZATION INITIATIVE ..................................................................... 10
`
`B. THE EVALUATION CRITERIA .......................................... .................................................... 11
`
`C.
`
`INITIAL PROPOSAL EVALUATIONS, COMPETITIVE RANGE DETERMINATION, AND
`DISCUSSIONS ................... ........ .... .. .......................... ....... .. .. ............ .................. ... ...... ......... 26
`
`D. ORIGINAL FINAL PROPOSAL EVALUATIONS ................................ ................................... .... 28
`
`E.
`
`PRESIDENT TRUMP'S INTERFERENCE WITH THE JEDI PROCUREMENT PROCESS ................ 31
`
`F. DoD's ORIGINAL CONTRACT AWARD AND ANEMIC DEBRIEFING ..................................... 37
`
`G. AWS FILES POST-AWARD BID PROTEST TO CHALLENGE DoD's FLAWED AND BIASED
`AW ARD DECISION, AND THE COURT PRELIMINARILY ENJOINS PERFORMANCE ................. 39
`
`H. THE GOVERNMENT'S CORRECTIVE ACTION ....................................................................... 40
`
`I. DoD's RE-AWARD SOURCE SELECTION DECISION AND DEBRIEFING ................................ 43
`
`J. DoD's POST-REMAND REEVALUATION Is UNREASONABLE AND PLAGUED BY DISPARATE
`TREATMENT ............................................... .. ............................................. ·········· ... ............ 44
`
`K. DoD's PROPOSAL REEVALUATIONS AND SOURCE SELECTION DECISION DEMONSTRATE
`THAT THE RE-AWARD WAS THE PRODUCT OF BIAS, BAD FAITH, AND UNDUE INFLUENCE
`......................................................................................................................................... 137
`
`L.
`
`THE WHITE HOUSE'S OBSTRUCTION OF THE DoDIG INVESTIGATION INTO THE JEDI
`SOURCE SELECTION ................................. .. ...................................................... ................ 143
`
`M. DOD' S RE-A WARD TO MICROSOFT IS THE PRODUCT OF AN INCREASINGLY CORRUPT
`ENVIRONMENT UNDER THE TRUMP ADMINISTRATION ........... .. ........................................ 14 7
`
`CLAIMS FOR RELIEF ........................................................................................................... 160
`
`PRAYER FOR RELIEF .......................................................................................................... 171
`
`

`

`

`

`Case 1:19-cv-01796-PEC Document 246 Filed 12/15/20 Page 4 of 175
`Case 1:19-cv-01796-PEC Document 236 -
`Filed 10/23/20 Page 4 of 175
`
`3.
`
`AWS's emergence as the lowest priced offeror complicated DoD's efforts to steer
`
`the contract to Microsoft. Unable to rely on Microsoft's purported price advantage, the only way
`
`DoD could direct the re-award to Microsoft was to further distort the evaluation record because,
`
`aside from the offerors' technical approaches to Price Scenario 6 and the resulting total evaluated
`
`prices, nothing else changed in the underlying proposals. Faced with the untenable combination
`
`of Microsoft's technical inferiority and now-higher price, DoD manipulated its evaluations to a
`
`degree that belies any fa<;ade of rationality.
`
`4.
`
`To give the appearance of a fair and considered reevaluation, DoD corrected some
`
`of the initial errors A WS identified by revising the evaluations either to acknowledge an
`
`overlooked A WS strength or to revise an improperly assessed weakness. But DoD simultaneously
`
`undertook to negate many of the advantages assessed to A WS by finding some "new" purported
`
`weakness in AWS's proposal, by identifying "new" supposed technical advantages in Microsoft's
`
`proposal, or by ignoring the RFP's evaluation criteria entirely. The net result-a technical
`
`reevaluation in which Microsoft marginally came out on top--is riddled with errors even more
`
`egregious than those that plagued the initial award. These errors require even closer scrutiny from
`
`this Court.
`
`5.
`
`For example, under Factor 2 (Logical Isolation and Secure Data Transfer), DoD
`
`arbitrarily minimized the advantages of AWS's revolutionary Nitro hypervisor. Even though the
`
`Technical Evaluation Board ("TEB") assigned Nitro multiple strengths and the Source Selection
`
`Evaluation Board ("SSEB") recognized that Nitro gives A WS an overall
`
`the Source Selection Advisory Council ("SSAC") inexplicably downplayed
`
`the significance of Nitro based on a l l eg ed - that have no basis in reality. The SSAC
`
`then doubled down on its attempt to eliminate AWS's comparative advantage by claiming the
`
`2
`
`

`

`Case 1:19-cv-01796-PEC Document 246 Filed 12/15/20 Page 5 of 175
`Case 1:19-cv-01796-PEC Document 236 -
`Filed 10/23/20 Page 5 of 175
`
`. DoD then compounded these errors by assessing
`
`A WS unreasonable weaknesses and disparately failing to recognize strengths in A WS's proposal.
`
`6.
`
`DoD again sought to manufacture parity under Factor 3 (Tactical Edge). DoD
`
`concluded the offerors' approaches to the tactical edge requirements were relatively equal, but it
`
`reached that decision only by ignoring the blatant deficiencies in Microsoft's approach and the
`
`clear advantages in AWS's. In particular, DoD ignored Microsoft's
`
`. This failure should have earned Microsoft a deficiency
`
`that rendered Microsoft ineligible for award. Instead, DoD ignored it and focused on further
`
`minimizing A WS's comparative advantage. DoD assigned AWS unwarranted weaknesses and
`
`risks, while assigning strengths to Microsoft that defy logic and common sense-all the while
`
`ignoring the fundamental fact that A WS proposed tactical edge devices that are
`
`7.
`
`DoD's confounding evaluations continued under Factor 4 (Information Security
`
`and Access Controls). In the pre-remand final evaluation, the TEB, the SSEB, the SSAC, and the
`
`Source Selection Authority ("SSA") agreed that neither offeror possessed any advantage under
`
`Factor 4.
`
`-
`
`3
`
`

`

`Case 1:19-cv-01796-PEC Document 246 Filed 12/15/20 Page 6 of 175
`Case 1:19-cv-01796-PEC Document 236 -
`Filed 10/23/20 Page 6 of 175
`
`. DoD then went a step
`
`further by assigning A WS an unrelated risk that was not identified in the pre-remand evaluations,
`
`while continuing to overlook Microsoft's inability to
`
`. But, even putting aside these transparent attempts to manufacture advantages
`
`for Microsoft, DoD's conclusions are simply incorrect. AWS deserved the exact same strengths
`
`that Microsoft received for its
`
`. A WS's proposal also patently
`
`contradicts the risk assessed by DoD at the eleventh hour. And, Microsoft itself admits-
`
`8.
`
`Gross errors also compromised DoD's evaluation under Factor 5 (Application and
`
`Data Hosting and Portability), where DoD repeatedly discounted A WS's comparative advantages
`
`to conclude that A WS and Microsoft were relatively equal. In particular, the SSAC downplayed
`
`the significance of AWS's data export capability, which the SSEB concluded was
`
`because
`
`The
`
`SSAC then compounded this unreasonable assessment by concluding that AWS's failover support
`
`across geographically redundant resources, which the TEB and the SSEB recognized as a strength,
`
`. Finally, the TEB, the SSEB, the SSAC, and the SSA all
`
`failed to recognize that A WS's marketplace offerings are qualitatively
`
`superior
`
`to Microsoft's offerings, and therefore represented yet another differentiating strength.
`
`9.
`
`DoD's evaluation under Factor 6 (Management and Task Order ("TO") 001) suffers
`
`from similar infirmities. Even though the RFP clearly differentiated the technical and price
`
`factors-including expressly prohibiting offerors from including pricing information in any non(cid:173)
`
`price volume-the SSAC unreasonably considered the purported pricing benefits of Microsoft's
`
`program management support to suggest that Microsoft has a technical advantage under Factor 6.
`
`4
`
`

`

`

`

`Case 1:19-cv-01796-PEC Document 246 Filed 12/15/20 Page 8 of 175
`Case 1:19-cv-01796-PEC Document 236 -
`Filed 10/23/20 Page 8 of 175
`
`acknowledge these glaring inadequacies for the failures that they are, DoD inexplicably found
`
`Microsoft was "Completely Successful" with no risk increases across all second demonstration
`
`scenarios. The Agency's reevaluation of the Factor 8 Demonstration shows the lengths to which
`
`DoD has gone to steer the re-award of the JEDI Contract to Microsoft, irrespective of technical
`
`merit, the solicitation criteria, or the needs of the warfighter.
`
`12.
`
`These patent errors alone warrant invalidating the re-award. But these errors did
`
`not occur in a vacuum. Instead, they can best be explained as the latest manifestation of President
`
`Trump's determination to steer the JEDI Contract away from AWS.
`
`13.
`
`The President's interference in DoD's procurement decisions has been pervasive.
`
`It has destroyed the requisite impartial discharge of the procurement process by causing DoD
`
`procurement personnel to abandon their responsibility to apply the RFP' s stated evaluation criteria
`
`reasonably, consistently, and fairly.
`
`14.
`
`President Trump has made no secret of his deep personal dislike for Mr. Bezos,
`
`Amazon, and the Washington Post, or of his express desire to harm them. As detailed in the
`
`original Complaint, President Trump made his feelings clear even before he entered office, when
`
`he promised voters that if he became the President, Amazon would have "such problems." Once
`
`in office, he took concrete actions to make good on his rhetoric, including with respect to A WS's
`
`participation in the JEDI procurement:
`
`•
`
`In the summer of 2018 ( a time when industry analysts widely reported that A WS was best
`qualified to win the JEDI Contract), President Trump reportedly directed his then-Secretary
`of Defense James Mattis to "screw Amazon" out of the contract.
`
`• During a press conference held on July 18, 2019, President Trump claimed that he had been
`getting "tremendous complaints about the contract with the Pentagon and with Amazon,"
`and that he would personally "ask[] [DoD] to look at it very closely to see what's going
`on." That same day, President Trump's eldest son, Donald Trump, Jr., alleged in a tweet
`that Mr. Bezos and Amazon had engaged in "shady and potentially corrupt practices," and
`
`6
`
`

`

`Case 1:19-cv-01796-PEC Document 246 Filed 12/15/20 Page 9 of 175
`Case 1:19-cv-01796-PEC Document 236 -
`Filed 10/23/20 Page 9 of 175
`
`ominously predicted that it "may come back to bite them" with respect to JEDI. President
`Trump endorsed these statements a few days later, when he tweeted television coverage
`decrying the JEDI Contract as the "Bezos bailout."
`
`•
`
`In early August 2019, President Trump's newly appointed Secretary of Defense Mark
`Esper confirmed that the Trump Administration had directed him to "take a hard look" into
`the JEDI Contract based on complaints the President purportedly received regarding A WS.
`As was widely reported at the time: "The White House reportedly directed the Department
`of Defense to review a $10 billion cloud contract because it would probably go to
`Amazon."
`
`15.
`
`President Trump's campaign against an award of the JEDI Contract to AWS had
`
`its intended effect. Under overt and escalating pressure from President Trump, DoD departed from
`
`procurement rules to reject A WS's superior proposal. DoD's errors produced the flawed October
`
`2019 award to Microsoft that was the subject of this Court's prior review.
`
`16.
`
`Faced with the Court's February 2020 ruling that AWS was likely to succeed on
`
`the merits, DoD undertook corrective action amidst an increasingly corrupt environment in which
`
`President Trump has made clear that anyone in the federal government who does not do his bidding
`
`will face the most severe career reprisals. From Department of Justice prosecutors, to inspectors
`
`general of numerous federal agencies, to public health officials during the COVID-19 pandemic,
`
`actions adverse or perceived to be adverse to President Trump have resulted in demotion or, more
`
`often, dismissal.
`
`17.
`
`DoD-inherently
`
`responsive both
`
`institutionally and Constitutionally
`
`to
`
`presidential commands-is a frequent target of President Trump's bully politics. Since DoD
`
`commenced its corrective action, President Trump and his Administration have intensified a
`
`campaign of interference and retribution against those in DoD perceived as disloyal to the
`
`President or capable of reaching conclusions at odds with his personal interests. Faced with
`
`President Trump's years-long campaign against awarding the JEDI Contract to AWS, the specter
`
`7
`
`

`

`

`

`

`

`Case 1:19-cv-01796-PEC Document 246 Filed 12/15/20 Page 12 of 175
`Case 1:19-cv-01796-PEC Document 236 -
`Filed 10/23/20 Page 12 of 175
`
`III.
`
`PARTIES
`
`23.
`
`Plaintiff is A WS, a subsidiary of Amazon. A WS is the leading provider of scalable
`
`cloud computing services to individuals, companies, and governments. A WS is located at 410
`
`Terry Avenue North, Seattle, WA 98109.
`
`24.
`
`Defendant is the United States of America, acting by and through DoD.
`
`25.
`
`Defendant-Intervenor is Microsoft Corporation. Microsoft is located at One
`
`Microsoft Way, Redmond, WA 98052.
`
`IV.
`
`FACTUAL ALLEGATIONS
`
`A.
`
`DoD's Cloud Modernization Initiative
`
`26.
`
`Over the past several years, DoD has sought to modernize its information
`
`technology infrastructure to ensure it remains the most capable, nimble, and secure defense
`
`institution in the world. As part of this modernization initiative, in September 2017, DoD
`
`announced the JEDI program, DoD's plan to upgrade and consolidate its cloud computing
`
`infrastructure to enable "emerging technologies to meet warfighter needs" and maintain "our
`
`military's technological advantage."
`
`27.
`
`DoD launched its search for a cloud solution that could meet its stringent
`
`requirements, including handling complex management of unclassified, Secret, and Top Secret
`
`information, and supporting advanced data-analytic capabilities like machine learning and
`
`artificial intelligence. Over the next several months, DoD invited the public, including industry
`
`and technological leaders, to provide input on the JEDI RFP. After reviewing more than 1,500
`
`questions and comments in response to multiple drafts of the RFP, DoD finalized the JEDI RFP
`
`on July 26, 2018. See generally AR Tab 1.
`
`

`

`

`

`

`

`

`

`

`

`

`

`Case 1:19-cv-01796-PEC Document 246 Filed 12/15/20 Page 18 of 175
`Case 1:19-cv-01796-PEC Document 236 -
`Filed 10/23/20 Page 18 of 175
`
`d.
`
`For Price Scenario 3, "the degree to which the technical approach and
`
`Unpriced [Basis of Estimate ('BOE')] evidence a technically feasible approach when considering
`
`the secure data transfer requirements in Section L for this Factor and the specific scenario
`
`requirements in Attachment L-2," and "the degree to which the technical approach and Unpriced
`
`BOE for Price Scenario 3 and the Offeror's overall secure data transfer approach under this Factor
`
`are consistent across the documents," id. at 181481-82.
`
`3.
`
`Factor 3: Tactical Edge
`
`39.
`
`Under Factor 3, the RFP required DoD to evaluate each offeror's approach to
`
`DoD's tactical edge requirements to determine "how well the proposed approach balances
`
`portability against capability to enhance warfighting capacity across the range of military
`
`operations in support of national defense." Id. at 181481. The "tactical edge" refers to operational
`
`environments with limited communications connectivity and storage availability-e.g., combat
`
`zones where military personnel have limited ability to connect to the cloud and must rely on
`
`portable devices for operations.
`
`In addition, DoD was to evaluate "the degree to which the
`
`proposed tactical edge devices address the requirements in Section L, Factor 3(l)(a-g) while also
`
`accounting for the practicalities of using the proposed offerings in the tactical edge environment."
`
`Id. The RFP explained that DoD prefers a solution that more broadly addresses the full range of
`
`military operations, rather than a solution that only addresses a subset of military operations. Id.
`
`It also stated DoD would place "far greater emphasis on existing solutions that meet all of the
`
`requirements in Attachment L-1, JEDI Cloud SOO." Id.
`
`40.
`
`The RFP contained further evaluation criteria depending on whether tactical edge
`
`devices fell within Category One ( durable, ruggedized, and portable compute and storage) or
`
`Category Two (static, modular, rapidly deployable data centers). Id. at 181470-71. Offerors were
`
`

`

`Case 1:19-cv-01796-PEC Document 246 Filed 12/15/20 Page 19 of 175
`Case 1:19-cv-01796-PEC Document 236 -
`Filed 10/23/20 Page 19 of 175
`
`required to submit at least one tactical edge device in each category, and were encouraged to
`
`propose devices to satisfy the "full range of military operations." Id. at 1814 70-71, 181481.
`
`a.
`
`For Category One devices, DoD was to evaluate the degree to which each
`
`offeror's approach addresses the requirements in Section L, Factor 3(2)(a)(i-viii). Id. at 181481.
`
`In addition, for Factor 3(2)(ix), DoD was to evaluate how well the devices balance power
`
`requirements and physical dimensions in delivering capability within the range of military
`
`operations to forces deployed in support of a Geographic Combatant Commander or applicable
`
`training exercises. Id. Further, DoD was to evaluate how well devices balance portability with
`
`capability to enhance warfighting capacity across the range of military operations in support of the
`
`national defense. Id.
`
`b.
`
`For Category Two devices, DoD was to evaluate the degree to which each
`
`offeror's approach addresses the requirements in Section L, Factor 3(2)(b)(i). Id. In addition, for
`
`Factor 3(2)(b)(ii), DoD was to evaluate how well the approach for Category Two devices balances
`
`power requirements and physical dimensions in delivering capability across the range of military
`
`operations. Id.
`
`c.
`
`Unclassified tactical edge devices from Category One had to be in
`
`production by January 11, 2019, while unclassified modular data centers from Category Two had
`
`to be in production by the first day of the post-award kickoff event. Id. The RFP explained DoD
`
`would "consider additional tactical edge capabilities that will be in production by January 19,
`
`2020, but with lesser weight than existing solutions that meet the requirements in Attachment L-1,
`
`JEDI Cloud SOO." Id.
`
`41.
`
`Finally, the RFP stated DoD would evaluate Price Scenarios 2, 3, and 5 under
`
`Factor 3 as follows:
`
`17
`
`

`

`

`

`Case 1:19-cv-01796-PEC Document 246 Filed 12/15/20 Page 21 of 175
`Case 1:19-cv-01796-PEC Document 236 -
`Filed 10/23/20 Page 21 of 175
`
`f.
`
`The degree to which the offeror is able to erase data in any environment,
`
`id..
`
`g.
`
`The degree to which data generated by all intrusion detection technology,
`
`network traffic analysis tools, or any other threat detection performed is captured; the efficacy of
`
`analysis on the data generated; the degree to which users can control the manner in which
`
`notifications are communicated, and the breadth of configuration options for alerts generated by
`
`threat detection systems; and whether the offeror provides the ability to deliver raw logs to the
`
`Government for analysis, id.; and
`
`h.
`
`The efficacy and quality of the process for onboarding new services into the
`
`offeror' s marketplace in a rapid and secure manner, and the degree to which the offeror is able to
`
`add offerings rapidly and securely to the marketplace in the examples provided, id.
`
`44. With regard to access controls, DoD was to evaluate the degree to which the
`
`solution met the requirements in Section L, Factor 4(2)(a-e), based on the following criteria:
`
`a.
`
`The range of functionality for creating, applying, and managing technical
`
`policies for one workspace and across all JEDI Cloud workspaces, id.;
`
`b.
`
`The degree of granularity of the permissions available, and the ease of
`
`discovery and assignment to roles, id.;
`
`c.
`
`The efficacy of the capability to tag data objects and resources for billing
`
`tracking, access control, and assignment of technical policy, id.;
`
`d.
`
`The range of capability, ease of implementation, and use of modern
`
`standards for federated, token-based, time-limited authentication and role assumptions, id.; and
`
`e.
`
`The degree to which the offeror has implemented modern standards for any
`
`Application Programming Interfaces ("API") and Command Line Interference ("CLI") access and
`
`19
`
`

`

`

`

`

`

`

`

`

`

`

`

`Case 1:19-cv-01796-PEC Document 246 Filed 12/15/20 Page 27 of 175
`Case 1:19-cv-01796-PEC Document 236 -
`Filed 10/23/20 Page 27 of 175
`
`10.
`
`Best Value Award Criteria
`
`59.
`
`Section L of the RFP informed offerors that DoD "anticipate[d] awarding a single
`
`ID/IQ contract, for the JEDI Cloud, to the responsive and responsible Offeror whose proposal
`
`represents the best value to the Government, as set forth in Section M .... " Id. at 181454.
`
`60.
`
`Section M, in tum, stated that "[b ]est value will be based on a detailed evaluation
`
`of all factors," and that "[i]n determining the best value, the Government may employ a tradeoff
`
`process allowing for an award to other than the Offeror proposing the lowest price or achieving
`
`the highest adjectival rating." Id. at 181478.
`
`11.
`
`Source Selection Team
`
`61.
`
`As required by DoD regulations at 48 C.F.R § 215.303(b)(2), a Source Selection
`
`Plan described the roles and responsibilities of the Source Selection Team ("SST") for proposal
`
`evaluations, the best value tradeoff determination, and the award decision. AR Tab 305. The SST
`
`for the JEDI procurement consisted of, in descending order of authority, the SSA, the SSAC, the
`
`SSEB, and the Price Evaluation Board ("PEB"). Id. at 64342. Reporting to the SSEB were the
`
`TEBs for each of Factors 1 through 6; a Small Business Evaluation Board for Factor 7; and a
`
`Demonstration Evaluation Board for Factor 8. Id. The SSAC considered the non-price and price
`
`evaluation criteria collectively. Id. The SST also included the contracting officer team, legal
`
`counsel team, and non-voting advisors. Id.
`
`62.
`
`Under the JEDI Source Selection Plan, the SSEB, which consists of a single
`
`Chairperson, compiles and independently analyzes the findings of the Factor TEBs (Factors 2
`
`through 6), Small Business Evaluation Board (Factor 7), and Demonstration Evaluation Board
`
`(Factor 8) in an Executive Summary to support a best value award determination. Id. at 64345.
`
`The SSAC, in tum, "perform[s] a comparative analysis of the evaluations performed by the SSEB
`
`25
`
`

`

`

`

`

`

`

`

`

`

`Case 1:19-cv-01796-PEC Document 246 Filed 12/15/20 Page 32 of 175
`Case 1:19-cv-01796-PEC Document 236 -
`Filed 10/23/20 Page 32 of 175
`
`from AWS's final evaluation. ECF No. 1 ,r,r 111-15; ECF No. 130-1 at 51-52. Third, it assessed
`
`unwarranted weaknesses and risk increases. ECF No. 1 ,r,r 120-21.
`
`74.
`
`Under Factor 3, DoD deviated from the evaluation criteria and engaged in disparate
`
`treatment. Even though A WS' s tactical devices are
`
`than Microsoft's, and
`
`DoD
`
`inexplicably determined A WS and Microsoft deserved equal ratings, rather than finding
`
`Microsoft's deficient proposal ineligible for award. ECF No. 1 ,r,r 122-31; ECF No. 130-1 at
`
`31-35. DoD compounded this arbitrary decision by assigning A WS's Category One devices
`
`erroneous and disparate weaknesses and risks. ECF No. 1 ,r,r 122-31; ECF No. 130-1 at 35-40.
`
`75.
`
`Under Factor 4, DoD deviated from the RFP's evaluation criteria by failing to credit
`
`A WS for its substantial information security and access control capabilities and arbitrarily
`
`concluding that Microsoft and A WS proposed comparable solutions. ECF No. 1 ,r,r 132-39; ECF
`
`No. 130-1 at 45-46. DoD compounded these errors by also failing to recognize that Microsoft
`
`. ECF No. 130-1 at 44-45 n.19.
`
`76.
`
`Under Factor 5, DoD failed to recognize that Microsoft's proposal was not eligible
`
`for award because Microsoft proposed noncompliant cloud storage in response to Price Scenario
`
`6, a deficiency that affected both the total evaluated price calculation and the best value
`
`determination. ECF No. 130-1 at 16-22. DoD compounded this error by also misevaluating
`
`A WS's third-party marketplace offerings and ignoring strengths in A WS's proposals, including
`
`those previously assessed. ECF No. 1 ,r,r 141-52; ECF No. 130-1 at 47-49, 51-52.
`
`77.
`
`Under Factor 6, DoD arbitrarily determined that Microsoft's theoretical and
`
`unproven proposed management approach deserved a higher rating than A WS's proven and tested
`
`management approach by relying on artificial discriminators favoring Microsoft. ECF No. 1
`
`30
`
`

`

`Case 1:19-cv-01796-PEC Document 246 Filed 12/15/20 Page 33 of 175
`Case 1:19-cv-01796-PEC Document 236 -
`Filed 10/23/20 Page 33 of 175
`
`,r,r 159-167; ECF No. 130-1 at 53-55. For example, DoD incorrectly determined that only
`
`Microsoft proposed
`
`, when AWS also provided such capabilities. ECF No. 130-1 at 53-55. DoD also
`
`ignored AWS's superior data center offering and A WS's directly relevant experience performing
`
`a
`
`to build private cloud infrastructure for the
`
`ECF No. 1 ,I,J 159-167; ECF No. 130-1 at 53-55.
`
`78.
`
`Finally, under Factor 8, DoD erroneously concluded that A WS's and Microsoft's
`
`respective cloud solution demonstrations were equal despite the fact that A WS successfully
`
`completed each of the scenarios in the second demonstration conducted by DoD, while Microsoft
`
`. See ECF No. 1 ,i,i 168-72; see also ECF No. 130-1 at 22-30.
`
`79.
`
`Each of the foregoing evaluation errors gave the false appearance of technical parity
`
`or Microsoft advantages, and skewed the best value source selection decision in Microsoft's favor.
`
`Indeed, DoD's evaluation of the relative merits of the offerors' proposals and the resulting best
`
`value determination lacked any rational basis, and were inexplicable-unless considered in light
`
`of the pervasive and improper presidential pressure that caused DoD procurement officials to allow
`
`bias and bad faith to dictate their evaluations and award decision.
`
`E.
`
`President Trump's Interference with the JEDI Procurement Process
`
`80.
`
`As A WS detailed in its original Complaint, President Trump's animosity toward
`
`Mr. Bezos, Amazon, and the Washington Post is long standing and well known. See ECF No. 1
`
`,r,r 84-98. Even before President Trump entered office, he promised that if he became the
`
`President, Amazon would have "such problems" because he claimed-with zero basis in fact(cid:173)
`
`Amazon was subsidizing the Washington Post to give Mr. Bezos "political power" against him.
`
`31
`
`

`

`

`

`

`

`Case 1:19-cv-01796-PEC Document 246 Filed 12/15/20 Page 36 of 175
`Case 1:19-cv-01796-PEC Document 236 -
`Filed 10/23/20 Page 36 of 175
`
`as "The Amazon" process) "very seriously" and would "be asking [DoD] to look at it very closely"
`
`because of the "tremendous complaints about the contract with the Pentagon and with Amazon."
`
`Id. ,r 95. Four days later, President Trump tweeted a video from a Fox News segment calling the
`
`JEDI Contract the "Bezos Bailout," and unleashed yet another series of attacks on the "Amazon
`
`Washington Post." Id. ,r 97.
`
`85.
`
`Despite DoD's public statements in late July 2019 that it would announce its final
`
`award decision in August, id. ,r 175, on August 1, 2019, DoD abruptly reversed course when
`
`President Trump's newly appointed Secretary of Defense, Mark Esper, announced that he had
`
`ordered a review of the JEDI procurement process at the President's request. Secretary Esper
`
`made clear that he was taking a "hard look" at JEDI because he had "heard from people from the
`
`White House." Id. ,r 176.
`
`86.
`
`Following the surprise delay for that "hard look," Donald Trump, Jr. tweeted
`
`several times that, upon completion of the review, A WS would not receive the JEDI Contract(cid:173)
`
`including tweeting that it"[ s ]ounds like the corrupt #BezosBailout is in trouble." Id. ,r 177. CNN
`
`also independently reported around the same time that President Trump wanted to "scuttle" the
`
`JEDI award. Id.
`
`87.
`
`The unmistakable direction from the White House not to award the JEDI Contract
`
`to A WS was not lost on the political appointees and other individuals working on the JEDI source
`
`selection. Knowing only too well President Trump's extensive record of dismissing agency
`
`officials with whom he disagrees or perceives as disloyal, Secretary Esper, DoD CIO Dana Deasy,
`
`34
`
`

`

`

`

`

`

`

`

`

`

`

`

`

`

`Case 1:19-cv-01796-PEC Document 246 Filed 12/15/20 Page 43 of 175
`Case 1:19-cv-01796-PEC Document 236 -
`Filed 10/23/20 Page 43 of 175
`
`Government's Motion for Voluntary Remand. See ECF No. 203. In granting remand, the Court
`
`stated that it found "no evidence of frivolity or bad faith on" the part of the Government in
`
`requesting remand, but noted that A WS would "have the opportunity to challenge any corrective
`
`action proposed by the agency at a later time, once defendant has reevaluated plaintiffs various
`
`challenges and announced a comprehensive plan for addressing any errors." ECF No. 205 at 4.
`
`103. DoD announced its corrective action on April 21, 2020 by issuing RFP Amendment
`
`0007. Amendment 0007 revised the requirements for Price Scenario 6 to allow storage solutions
`
`that are accessible "on the order of milli-seconds" rather than "highly accessible"-thereby
`
`making compliant the noncompliant storage that Microsoft previously proposed. AR Tab 595 at
`
`181509; see also AR Tab 408 at 173459. The corrective action permitted the offerers to revise
`
`only those "Price Volume artifacts that are directly impacted as a result" of the changes to their
`
`offerings for Price Scenario 6, while also prohibiting the offerers from updating other prices. AR
`
`Tab 591 at 181374; AR Tab 592 at 181378.
`
`104. After reviewing Amendment 0007, A WS submitted to DoD several questions to
`
`clarify the precise parameters and requirements of Price Scenario 6 as amended. Despite the clear
`
`benefit of providing clarity to all parties regarding the requirements under Price Scenario 6 as
`
`amended, DoD refused to answer several of A WS's clarifying questions, including regarding key
`
`issues relating to access time and storage volumes, in its responses to questions from both offerers
`
`issued with Amendment 0008. AR Tab 609 at 181610. DoD's refusal to clarify this ambiguity
`
`compelled A WS to file an agency-level protest on May 4, 2020, the same day it submitted its
`
`second FPR ("FPR2"). AR Tabs 617, 618-32. In response to A WS's agency-level protest, DoD
`
`issued Amendment 0009 on May 14, 2020, which addressed AWS's concerns. AR Tabs 642-43.
`
`41
`
`

`

`

`

`

`

`

`

`

`

`

`

`

`

`

`

`

`

`

`

`Case 1:19-cv-01796-PEC Document 246 Filed 12/15/20 Page 53 of 175
`Case 1:19-cv-01796-PEC Document 236 -
`Filed 10/23/20 Page 53 of 175
`
`128. Moreover, the SSAC's assessment glosses over the fact that
`
`This necessarily means
`
`-
`
`See AR Tab 610 at 181623. The SSAC was required to exercise its independent
`
`judgment reasonably when considering the offerors' logical isolation and separation solutions, but
`
`its conduct here fails any test of reasonableness.
`
`b)
`
`129.
`
`In addition to mischaracterizing and downplaying the significance of A WS's
`
`logical isolation and separation advantage, the SSAC unreasonably elevated the importance of
`
`, doubling down
`
`on the same error the SSAC made during the pre-remand final evaluation. Compare AR Tab 737
`
`at 210423-25 with AR Tab 457 at 176401.
`
`130. On August 23, 2020, the SSAC asked the SSEB to supplement its August 20, 2020
`
`AR Tab 734 at 210410. The SSEB reported back
`
`Id. at 210411. The SSEB also indicated that A WS did not
`
`evaluation report by providing
`
`that Microsoft deserved a strength
`
`deserve a similar strength
`
`-
`
`Id. at 210411-12.
`
`51
`
`

`

`

`

`

`

`

`

`

`

`

`

`

`

`

`

`

`

`

`

`

`

`

`

`

`

`

`

`

`

`

`

`Case 1:19-cv-01796-PEC Document 246 Filed 12/15/20 Page 69 of 175
`Case 1:19-cv-0

This document is available on Docket Alarm but you must sign up to view it.


Or .

Accessing this document will incur an additional charge of $.

After purchase, you can access this document again without charge.

Accept $ Charge
throbber

Still Working On It

This document is taking longer than usual to download. This can happen if we need to contact the court directly to obtain the document and their servers are running slowly.

Give it another minute or two to complete, and then try the refresh button.

throbber

A few More Minutes ... Still Working

It can take up to 5 minutes for us to download a document if the court servers are running slowly.

Thank you for your continued patience.

This document could not be displayed.

We could not find this document within its docket. Please go back to the docket page and check the link. If that does not work, go back to the docket and refresh it to pull the newest information.

Your account does not support viewing this document.

You need a Paid Account to view this document. Click here to change your account type.

Your account does not support viewing this document.

Set your membership status to view this document.

With a Docket Alarm membership, you'll get a whole lot more, including:

  • Up-to-date information for this case.
  • Email alerts whenever there is an update.
  • Full text search for other cases.
  • Get email alerts whenever a new case matches your search.

Become a Member

One Moment Please

The filing “” is large (MB) and is being downloaded.

Please refresh this page in a few minutes to see if the filing has been downloaded. The filing will also be emailed to you when the download completes.

Your document is on its way!

If you do not receive the document in five minutes, contact support at support@docketalarm.com.

Sealed Document

We are unable to display this document, it may be under a court ordered seal.

If you have proper credentials to access the file, you may proceed directly to the court's system using your government issued username and password.


Access Government Site

We are redirecting you
to a mobile optimized page.





Document Unreadable or Corrupt

Refresh this Document
Go to the Docket

We are unable to display this document.

Refresh this Document
Go to the Docket