`In the Supreme Court of the United States
`
`
`
`ORACLE AMERICA, INC., PETITIONER
`v.
`UNITED STATES OF AMERICA, ET AL.
`
`
`
`ON PETITION FOR A WRIT OF CERTIORARI
`TO THE UNITED STATES COURT OF APPEALS
`FOR THE FEDERAL CIRCUIT
`
`
`
`BRIEF FOR THE UNITED STATES IN OPPOSITION
`
`
`
` ELIZABETH B. PRELOGAR
`Acting Solicitor General
`Counsel of Record
`BRIAN M. BOYNTON
`Acting Assistant Attorney
`General
`PATRICIA M. MCCARTHY
`WILLIAM P. RAYEL
`Attorneys
`Department of Justice
`Washington, D.C. 20530-0001
`SupremeCtBriefs@usdoj.gov
`(202) 514-2217
`
`
`
`
`
`
`
`
`QUESTIONS PRESENTED
`1. Whether under the provision in the Administra-
`tive Procedure Act stating that “due account shall be
`taken of the rule of prejudicial error” when reviewing
`agency action, 5 U.S.C. 706, a court may deny a bid pro-
`test when it determines that the plaintiff was not prej-
`udiced by an allegedly improper term in the agency’s
`solicitation because the plaintiff was ineligible for a con-
`tract award under a separate, lawful term of the solici-
`tation.
`2. Whether a court may defer to a federal contract-
`ing officer’s factual determinations, following an inves-
`tigation, that potential conflicts of interest on the part
`of certain agency employees did not affect the procure-
`ment.
`
`
`
`
`
`(I)
`
`
`
`ADDITIONAL RELATED PROCEEDINGS
`United States Court of Federal Claims:
`Amazon Web Services, Inc. v. United States, No. 19-
`cv-1796 (filed Nov. 22, 2019)
`United States Government Accountability Office:
`Oracle America, Inc., B-416657 et al., 2018 CPD
`¶ 391 (Comp. Gen. Nov. 14, 2018)
`
`
`
`(II)
`
`
`
`TABLE OF CONTENTS
`
`Page
`Opinions below .............................................................................. 1
`Jurisdiction .................................................................................... 1
`Statement ...................................................................................... 2
`Argument ..................................................................................... 14
`Conclusion ................................................................................... 32
`
`TABLE OF AUTHORITIES
`
`Cases:
`
`
`
`Axiom Resource Management, Inc. v. United States,
`564 F.3d 1374 (Fed. Cir. 2009) ........................................... 30
`Camp v. Pitts, 411 U.S. 138 (1973) ....................................... 29
`Citizens to Preserve Overton Park, Inc. v. Volpe,
`401 U.S. 402 (1971).............................................................. 29
`CliniComp International, Inc. v. United States,
`904 F.3d 1353 (Fed. Cir. 2018) ........................................... 21
`Department of Commerce v. New York,
`139 S. Ct. 2551 (2019) ................................................... 20, 21
`Department of Homeland Security v. Regents of the
`University of California, 140 S. Ct. 1891 (2020) ............. 12
`Energy Transportation Group, Inc. v. Maritime
`Administration, 956 F.2d 1206 (D.C. Cir. 1992) ............. 26
`FCC v. Fox Television Stations, Inc.,
`556 U.S. 502 (2009).............................................................. 29
`Godley v. United States, 5 F.3d 1473 (Fed. Cir. 1993) ...... 28
`Little Sisters of the Poor Saints Peter & Paul Home
`v. Pennsylvania, 140 S. Ct. 2367 (2020) ..................... 19, 21
`Michigan v. EPA, 576 U.S. 743 (2015) ................................ 21
`National Association of Home Builders v. Defenders
`of Wildlife, 551 U.S. 644, (2007) ........................................ 20
`SEC v. Chenery Corp., 318 U.S. 80 (1943)..................... 12, 19
`Shapiro v. McManus, 577 U.S. 39 (2015) ........................... 25
`
`(III)
`
`
`
`IV
`
`Page
`Cases—Continued:
`Shinseki v. Sanders, 556 U.S. 396 (2009) .......... 15, 17, 20, 22
`Tyler Construction Group v. United States,
`570 F.3d 1329 (Fed. Cir. 2009) ........................................... 30
`United States v. Mississippi Valley Generating Co.,
`364 U.S. 520 (1961)........................................................ 27, 28
`U.S. Bank National Association v. Village at Lak-
`eridge, LLC, 138 S. Ct. 9608 (2018) ............................. 21, 22
`United States ex. rel. Siewick v. Jamieson Science &
`Engineering, Inc., 214 F.3d 1372 (D.C. Cir. 2000) .......... 27
`
`Statutes and regulations:
`National Defense Authorization Act for Fiscal Year
`2020, Pub. L. No. 116-92, Div. A, Tit. VIII,
`§ 816, 133 Stat. 1487.............................................................. 4
`Administrative Procedure Act,
`5 U.S.C. 701 et seq.:
`5 U.S.C. 706 ......................................... 15, 16, 17, 19, 20, 25
`5 U.S.C. 706(2)(A) ...................................................... 19, 29
`10 U.S.C. 2304a(d) (2018 & Supp. I 2019) ............................. 9
`10 U.S.C. 2304a(d)(3) (2018) ................................................... 4
`10 U.S.C. 2304a(d)(3) (Supp. I 2019) ............... 4, 14, 23, 24, 25
`10 U.S.C. 2304a(d)(3)(A) (Supp. I 2019) ................................ 4
`10 U.S.C. 2304a(d)(3)(A)-(D) (Supp. I 2019) ......................... 4
`10 U.S.C. 2304a(d)(3)(A)(i)-(iv) (Supp. I 2019) ...................... 4
`10 U.S.C. 2304a(d)(3)(A)(ii) (Supp. I 2019) ......... 9, 21, 23, 24
`10 U.S.C. 2304a(d)(3)(A)(ii)(II) (Supp. I 2019) ..... 5, 9, 23, 24
`10 U.S.C. 2304a(d)(4)(A) ......................................................... 2
`10 U.S.C. 2304a(d)(4)(B) ......................................................... 3
`10 U.S.C. 2304d ........................................................................ 2
`10 U.S.C. 2304d(1) ................................................................... 2
`10 U.S.C. 2304d(2) ................................................................... 2
`
`
`
`
`
`V
`
`Page
`Statutes and regulations—Continued:
`10 U.S.C. 2305(b)(1) ............................................................... 16
`18 U.S.C. 208 ............................................... 8, 14, 26, 27, 30, 31
`28 U.S.C. 1491(b)(1) ............................................................... 15
`28 U.S.C. 1491(b)(4) .................................................. 15, 25, 28
`41 U.S.C. 1303(a)(1) ............................................................... 29
`41 U.S.C. 1908 .......................................................................... 4
`48 C.F.R.:
`Pt. 1:
`Section 1.102(d) .......................................................... 30
`Section 1.602-2 ....................................................... 6, 29
`Section 1.602-2(b)................................................... 6, 29
`Pt. 3:
`Section 3.101 ................................................................. 8
`Section 3.104-7(a) ................................................... 6, 29
`Pt. 9:
`Section 9.505 ........................................................... 6, 30
`Pt. 16:
`Section 16.504 ............................................................... 9
`Section 16.504(c)(1)(ii)(B) ........................................... 3
`Section 16.504(c)(1)(ii)(B)(2) ....................................... 3
`Section 16.504(c)(1)(ii)(B)(3) ....................................... 3
`Section 16.504(c)(1)(ii)(B)(6) ....................................... 4
`
`
`
`
`
`Miscellaneous:
`Attorney General’s Manual on the Adminis-
`trative Procedure Act (1947) .............................. 25
`
`
`
`
`
`
`
`
`
`In the Supreme Court of the United States
`
`
`
`No. 20-1057
`ORACLE AMERICA, INC., PETITIONER
`v.
`UNITED STATES OF AMERICA, ET AL.
`
`
`
`ON PETITION FOR A WRIT OF CERTIORARI
`TO THE UNITED STATES COURT OF APPEALS
`FOR THE FEDERAL CIRCUIT
`
`
`
`BRIEF FOR THE UNITED STATES IN OPPOSITION
`
`
`
`OPINIONS BELOW
`The opinion of the court of appeals (Pet. App. 1a-39a)
`is reported at 975 F.3d 1279. The opinion of the Court
`of Federal Claims (Pet. App. 40a-120a) is reported at
`144 Fed. Cl. 88. Prior orders of the Court of Federal
`Claims are reported at 143 Fed. Cl. 131 and 146 Fed. Cl.
`606. Another prior order of the Court of Federal Claims
`is not published in the Federal Claims Reporter but is
`available at 2019 WL 354705.
`JURISDICTION
`The judgment of the court of appeals was entered on
`September 2, 2020. On March 19, 2020, this Court ex-
`tended the time within which to file any petition for a
`writ of certiorari due on or after that date to 150 days
`from the date of the lower-court judgment, order deny-
`ing discretionary review, or order denying a timely pe-
`tition for rehearing. The petition for a writ of certiorari
`
`(1)
`
`
`
`2
`
`was filed on January 29, 2021. The jurisdiction of this
`Court is invoked under 28 U.S.C. 1254(1).
`STATEMENT
`Petitioner protested a Department of Defense (DoD)
`procurement at the Government Accountability Office
`(GAO). GAO denied that bid protest. Petitioner then
`filed a complaint in the Court of Federal Claims. The
`Court of Federal Claims denied petitioner’s protest and
`granted judgment in favor of the government on the ad-
`ministrative record. Pet. App. 40a-120a. The court of
`appeals affirmed. Id. at 1a-39a.
`1. a. This case arises out of the Joint Enterprise De-
`fense Infrastructure (JEDI) Cloud procurement, which
`is “directed to the long-term provision of enterprise-
`wide cloud computing services to [DoD].” Pet. App. 2a.
`The procurement contemplated the award of a single
`indefinite-quantity contract—called a “task order con-
`tract” (if for services) or “delivery order contract” (if for
`property). See 10 U.S.C. 2304d. Such a contract “does
`not procure or specify a firm quantity of services [or
`property] (other than a minimum or maximum quan-
`tity),” but instead “provides for the issuance of orders
`for the performance of tasks [or the delivery of prop-
`erty] during the period of the contract.” 10 U.S.C.
`2304d(1); see 10 U.S.C. 2304d(2).
`Congress has expressed a preference, though not a
`requirement, that task order and delivery order con-
`tracts be awarded to multiple sources, rather than a sin-
`gle source. For example, Congress required the issuance
`of regulations that “establish a preference for award-
`ing, to the maximum extent practicable, multiple task
`or delivery order contracts.” 10 U.S.C. 2304a(d)(4)(A).
`But Congress also required any such regulations to “es-
`tablish criteria for determining when award of multiple
`
`
`
`
`3
`
`task or delivery order contracts would not be in the best
`interest of the Federal Government.” 10 U.S.C.
`2304a(d)(4)(B). Accordingly, the Federal Acquisition
`Regulation sets forth a list of six circumstances when
`agencies “must not use the multiple award approach”
`when awarding indefinite-quantity contracts. 48 C.F.R.
`16.504(c)(1)(ii)(B).
`Here, the contracting officer determined that three
`of those circumstances were present, and that the JEDI
`Cloud procurement should therefore follow the single-
`award approach. First, the contracting officer found
`that “based on [her] knowledge of the market, more
`favorable terms and conditions,
`including pricing,
`will be provided if a single award is made.” Pet. App.
`55a (brackets and citation omitted); see 48 C.F.R.
`16.504(c)(1)(ii)(B)(2); C.A. App. 100,457-100,459. She
`explained that “a vendor is more likely to offer favora-
`ble price terms and make the initial investment to serve
`DoD’s needs if it can be assured it will recoup its invest-
`ment through packaging prices for classified and un-
`classified services.” Pet. App. 55a.
`Second, the contracting officer found that “the ex-
`pected cost of administration of multiple contracts out-
`weighs the expected benefits of making multiple
`awards.” Pet. App. 55a (brackets and citation omitted);
`see 48 C.F.R. 16.504(c)(1)(ii)(B)(3); C.A. App. 100,459-
`100,461. She “observed that administering multiple
`contracts is costlier and less efficient,” Pet. App. 55a,
`and estimated that over a potential ten-year contract
`award, a single-award approach would save more than
`$500 million in administrative costs, C.A. App. 100,460.
`She also observed based on historical averages that “a
`task order under [a] single award [approach] takes 30
`days to place,” but “a task order under [a] multiple
`
`
`
`
`
`4
`
`award [approach] takes 100 days”—a difference that
`would result in cumulative delays of more than 770
`years over the estimated 4032 task orders called for by
`the solicitation. Ibid.
`Third, the contracting officer found that “multiple
`awards would not be in the best interests of the Govern-
`ment.” Pet. App. 55a (brackets and citation omitted);
`see 48 C.F.R. 16.504(c)(1)(ii)(B)(6); C.A. App. 100,461-
`100,464. She explained that “[b]ased on the current
`state of technology,” awarding multiple contracts would
`(i) “increase security risks”; (ii) “create impediments to
`operationalizing data through data analytics, machine
`learning,” and “artificial intelligence”; and (iii) “intro-
`duce technical complexity in a way that both jeopardizes
`successful implementation and increases costs.” Pet.
`App. 55a-56a (citation omitted). The deputy director of
`the Defense Digital Service signed the contracting of-
`ficer’s memorandum, “[a]ttesting to the technical find-
`ings that support the [contracting officer’s] analysis”
`that multiple awards would not be in the government’s
`best interests. C.A. App. 100,464.
`Congress has further directed that agencies gener-
`ally may not award single-source task or delivery order
`contracts estimated to exceed a certain dollar threshold
`($100 million in the statute, inflation-adjusted to $112
`million here) “unless the head of the agency” makes at
`least one of four specified determinations “in writing.”
`10 U.S.C. 2304a(d)(3)(A) (Supp. I 2019)*; see 41 U.S.C.
`
`
`* Until recently, the four determinations in Section 2304a(d)(3)
`were contained in Subparagraphs (A) through (D). See 10 U.S.C.
`2304a(d)(3) (2018). Effective December 20, 2019, Congress redesig-
`nated those Subparagraphs as Clauses (i) through (iv) in Subpara-
`graph (A). See National Defense Authorization Act for Fiscal Year
`2020, Pub. L. No. 116-92, Div. A, Tit. VIII, § 816, 133 Stat. 1487. For
`
`
`
`
`5
`
`1908 (requiring inflation adjustment). Here, the Under
`Secretary, exercising the delegated authority of the
`head of the agency, made a written determination that
`a single-source contract was justified for the JEDI
`Cloud procurement because “the contract provides only
`for firm, fixed price task orders or delivery orders for
`* * * services for which prices are established in the
`contract for the specific tasks to be performed.” 10
`U.S.C. 2304a(d)(3)(A)(ii)(II); see Pet. App. 56a-57a.
`b. In addition to providing for the award of a single
`contract, the JEDI Cloud solicitation included seven
`“gate criteria” that an offeror had to meet at the thresh-
`old. Pet. App. 61a. One of those has been called “Gate
`1.2.” Id. at 2a. Among other things, Gate 1.2 required
`an offeror to demonstrate that it had “at least three ex-
`isting physical commercial cloud offering data centers
`within the United States, each separated from the oth-
`ers by at least 150 miles,” and each supporting certain
`commercial cloud offerings that had been qualified as
`meeting certain security requirements “at the time of
`proposal.” Ibid. Those requirements represented
`DoD’s longstanding “minimum security level for pro-
`cessing or storing the Department’s least sensitive in-
`formation.” Id. at 3a. The deputy director explained in
`a memorandum the agency’s view that “if an offeror
`could not satisfy th[os]e security requirements * * * at
`the time of proposal, that offeror would not be able to
`satisfy the more stringent security requirements the of-
`feror would be required to meet shortly after award.”
`Id. at 22a-23a. It is undisputed that petitioner did not
`satisfy the minimum security requirements set forth in
`
`convenience, this brief uses the current designations, as does the
`court of appeals’ opinion (but not the opinion of the Court of Federal
`Claims that predated the redesignation).
`
`
`
`
`6
`
`Gate 1.2 “at the time of proposal.” Id. at 2a; see id. at
`3a, 42a.
`c. During the solicitation process, potential conflicts
`of interest on the part of three former agency employ-
`ees came to light, all of them related to past or future
`employment with one of the offerors for the JEDI Cloud
`contract, Amazon Web Services (Amazon). See Pet.
`App. 11a. Under the applicable regulations, contracting
`officers must determine whether a “reported violation
`or possible violation [of certain federal conflict-of-
`interest statutes] has any impact on the pending award
`or selection of the contractor.” 48 C.F.R. 3.104-7(a).
`The regulations recognize that the “exercise of common
`sense, good judgment, and sound discretion is required
`in both the decision on whether a significant potential
`conflict exists and, if it does, the development of an ap-
`propriate means for resolving it.” 48 C.F.R. 9.505; see
`48 C.F.R. 1.602-2 and (b) (providing that “contracting
`officers should be allowed wide latitude to exercise busi-
`ness judgment” in “ensuring performance of all neces-
`sary actions for effective contracting,” including “[e]n-
`sur[ing] that contractors receive impartial, fair, and eq-
`uitable treatment”).
`The first employee, Deap Ubhi, worked for DoD
`from August 2016 to November 2017, but both before
`and after that tenure worked for Amazon. See Pet. App.
`28a. The contracting officer found that Ubhi “was in-
`volved in marketing research activities for the JEDI
`Cloud procurement and that he participated in drafting
`and editing some of the first documents shaping the
`procurement.” Ibid. In October 2017, Ubhi recused
`himself from participation in the JEDI Cloud procure-
`ment, but not before he had begun to negotiate his
`
`
`
`
`
`7
`
`return to Amazon. Id. at 28a-29a. The contracting of-
`ficer therefore determined that Ubhi “had violated
`[48 C.F.R.] 3.101-1 and possibly other statutory and
`regulatory provisions governing conflicts of interest, in-
`cluding 18 U.S.C. § 208.” Id. at 29a.
`The contracting officer determined, however, that
`Ubhi’s “conflict of interest had not tainted the JEDI
`Cloud procurement,” notwithstanding his “troubling”
`and “ ‘disconcerting’ ” behavior. Pet. App. 29a (citation
`omitted). The contracting officer explained that “the
`restrictions on [Ubhi’s] involvement based on his prior
`employment had expired by the time he began working
`on the procurement” and that Ubhi had not “shared any
`information with the team at [Amazon] that was work-
`ing on the JEDI Cloud procurement.” Id. at 28a-29a.
`When he returned to Amazon, Ubhi “did not work on
`the JEDI Cloud proposal team or in [Amazon’s] Federal
`Business Sector or its DoD Programs section.” Id. at
`29a. The contracting officer also explained that Ubhi’s
`“participation in the procurement was limited,” ibid.;
`that his “period of work on the preliminary planning
`stage of the JEDI Cloud procurement did not introduce
`bias in favor of [Amazon],” id. at 30a; and that he
`“lacked the technical expertise to substantively influ-
`ence the JEDI Cloud procurement,” id. at 78a. Finally,
`she explained that “most importantly, all the key deci-
`sions for the JEDI Cloud procurement, [including]
`whether to award one or multiple contracts, were made
`well after Mr. Ubhi recused himself, after being vetted
`by numerous DoD personnel to ensure that the JEDI
`Cloud [solicitation] truly reflects DoD’s requirement.”
`Ibid. (citation omitted).
`The second employee, Anthony DeMartino, had been
`a consultant for Amazon before joining DoD and “was
`
`
`
`
`
`8
`
`prohibited by applicable ethics rules from participating
`in matters involving [Amazon] throughout his tenure at
`the Department.” Pet. App. 35a. DeMartino partici-
`pated in “ministerial/administrative actions (such as
`scheduling meetings, editing/drafting public relations,
`etc.),” which a DoD ethics office determined “did not
`constitute participating in the JEDI Cloud acquisition
`itself.” Ibid. (brackets omitted). The contracting of-
`ficer found that DeMartino’s “involvement in the JEDI
`Cloud procurement” was “ ‘ministerial and perfunc-
`tory,’ ” that he had “ ‘provided no input into the JEDI
`Cloud acquisition documents,’ ” and that his “limited
`role” “ ‘did not negatively impact the integrity’ of the
`procurement.” Ibid.
`The third employee, Victor Gavin, was offered a job
`with Amazon in March 2018, which he eventually ac-
`cepted. Pet. App. 37a. In April 2018, however, Gavin
`“attended a meeting at which the attendees discussed
`the Draft Acquisition Strategy for the JEDI Cloud pro-
`curement.” Ibid. The contracting officer recalled that
`at the meeting, Gavin “did not advocate for any partic-
`ular vendor but instead advocated for a multiple-award
`approach.” Ibid. The contracting officer found that
`Gavin violated 48 C.F.R. 3.101 and possibly 18 U.S.C.
`208, but also found that his “involvement in the JEDI
`Cloud project did not taint the procurement.” Pet. App.
`37a. The contracting officer explained that “Gavin had
`limited access to the Draft Acquisition Strategy, did not
`furnish any input to that document, did not introduce
`bias into any of the meetings that he attended, and did
`not disclose any competitively useful information to
`[Amazon].” Ibid.
`d. Petitioner filed a pre-bid protest with GAO. See
`Pet. App. 3a. As relevant here, petitioner challenged
`
`
`
`
`
`9
`
`DoD’s decision to award a single-source contract, and
`alleged that the employees with conflicts of interest im-
`properly tainted the process because they “influenced
`the procurement by affecting the decision to use a sin-
`gle award and the selection of the gate criteria.” Id. at
`27a.
`GAO denied petitioner’s protest. 2018 CPD ¶ 391.
`As relevant here, GAO determined that DoD’s single-
`award approach complied with 10 U.S.C. 2304a(d) and
`48 C.F.R. 16.504. 2018 CPD ¶ 391, at *6-*9. GAO also
`determined that the agency “clearly articulated a rea-
`sonable basis for the [Gate] 1.2” security criteria, and
`that petitioner’s “complaints regarding [those] criteria
`are without merit.” Id. at *11. And GAO rejected peti-
`tioner’s challenges to the contracting officer’s determi-
`nations regarding the alleged conflicts of interest. Id.
`at *12-*13.
`2. Petitioner filed a complaint in the Court of Fed-
`eral Claims, which granted judgment in favor of the
`government on the administrative record. Pet. App.
`40a-120a.
`a. The Court of Federal Claims found the contract-
`ing officer’s determination that the applicable regula-
`tions required a single-source JEDI contract to be
`“completely reasonable.” Pet. App. 91a; see id. at 89a-
`91a. But the court concluded that DoD erred in finding
`that “the contract provides only for firm, fixed price
`task orders” for “services for which prices are estab-
`lished in the contract for the specific tasks to be per-
`formed,” 10 U.S.C. 2304a(d)(3)(A)(ii) and (II), as re-
`quired to award a single-source contract exceeding $112
`million. See Pet. App. 93a-94a. Although the court
`acknowledged that the solicitation “provide[d] only for
`firm, fixed price task orders,” the court explained that
`
`
`
`
`
`10
`
`the solicitation also contained a “technology refresh
`provision,” under which the awardee could potentially
`be required to provide “services not contemplated at
`the time of initial award * * * at a price not ‘higher than
`the price that is publicly-available in the commercial
`marketplace.’ ” Id. at 93a (citation omitted). That pro-
`vision, the court held, “appears to be at odds with” Sec-
`tion 2304a. Id. at 95a.
`The Court of Federal Claims nevertheless found that
`petitioner was not prejudiced by the decision to award
`a single-source rather than a multiple-source contract,
`because petitioner concededly could not satisfy the min-
`imum security requirements in Gate 1.2. Pet. App. 96a-
`98a. The court explained that those requirements and
`the attendant security concerns were “explicit” in Gate
`1.2, and that it had “no reason to doubt” the conclusion
`that those “security requirements are the minimum
`that will be necessary to perform even the least sensi-
`tive aspects of the JEDI Cloud project.” Id. at 97a.
`Based on its review of the “many” statements and ac-
`quisition documents in the record, the court found that
`“although this criteria presumes a single award, the
`only logical conclusion is that, if multiple awards were
`made, the security concerns would ratchet up, not
`down.” Ibid. Accordingly, the court concluded that pe-
`titioner was “not prejudiced by the decision to make a
`single award” because it “would not stand a better
`chance of being awarded this contract if the agency de-
`termined that the procurement must be changed to mul-
`tiple award.” Ibid.; see id. at 106a (concluding that “be-
`cause [petitioner] could not meet the agency’s properly
`imposed security requirements,” the court could “confi-
`dently” say that petitioner would not “have had a better
`
`
`
`
`
`11
`
`chance of competing for” a hypothetical multiple-source
`award).
`b. The Court of Federal Claims also found the con-
`tracting officer’s determination that the alleged con-
`flicts of interest “did not taint the process” to be
`“[r]ational and [c]onsistent” with the applicable regula-
`tions. Pet. App. 107a; see id. at 107a-119a. The court
`acknowledged that the “allegations are certainly suffi-
`cient to raise eyebrows,” and explained that it would be
`“fully prepared to enforce the agency’s obligation to
`redo part or all of this procurement if the [contracting
`officer’s] conclusion that there was no impact was un-
`reasonable in any respect.” Id. at 107a-108a. But “after
`a detailed examination of the record,” the court deter-
`mined that the contracting officer “understood the legal
`and factual questions and considered the relevant evi-
`dence,” and that her “work was thorough and even-
`handed.” Id. at 108a; see id. at 108a-119a (examining in
`detail each of the contracting officer’s conclusions about
`alleged individual and organizational conflicts, includ-
`ing six different conclusions about Ubhi). In contrast,
`the court explained that petitioner’s challenge to the
`contracting officer’s “thorough and even-handed” find-
`ings was based on “cherry pick[ing] * * * a few sugges-
`tive sound bites” from the record. Id. at 108a.
`3. The court of appeals affirmed. Pet. App. 1a-39a.
`a. The court of appeals agreed with the Court of
`Federal Claims that the JEDI Cloud procurement did
`not “provide[] only for firm, fixed price task orders or
`delivery orders for services for which prices are estab-
`lished in the contract” for the specific tasks to be per-
`formed, and that a single-source contract was therefore
`unwarranted. Pet. App. 14a (citation and ellipsis omit-
`
`
`
`
`
`12
`
`ted). But the court of appeals also agreed that peti-
`tioner was not prejudiced by that error. See id. at 16a-
`18a. Specifically, the court determined that the Court
`of Federal Claims was not “clearly erroneous” in mak-
`ing the factual finding that DoD “would have included
`Gate 1.2 even if it had modified the solicitation to allow
`for multiple awards, and that [petitioner] therefore
`would not have had a substantial chance of securing the
`contract.” Id. at 18a.
`The court of appeals rejected petitioner’s contention
`that the very making of such a finding was contrary to
`SEC v. Chenery Corp., 318 U.S. 80 (1943), which held
`that “judicial review of agency action is limited to ‘the
`grounds that the agency invoked when it took the ac-
`tion.’ ” Department of Homeland Security v. Regents of
`the University of California, 140 S. Ct. 1891, 1907
`(2020) (citation omitted). The court explained that
`Chenery “does not invariably require a remand to the
`agency whenever a court holds that the agency’s action
`was based on legally improper grounds.” Pet. App. 16a.
`Instead, “principles of harmless error apply to judicial
`review of agency action,” and a court may therefore af-
`firm agency action “so long as it is clear that the agency
`would have reached the same decision if it had been
`aware that the ground it invoked was legally unavaila-
`ble, or if the decision does not depend on making a find-
`ing of fact not previously made by the agency.” Ibid.
`Applying those principles here, the court of appeals
`observed that “based on the evidence in the administra-
`tive record,” the Court of Federal Claims found that
`DoD “would have stuck with Gate 1.2 even if it had been
`required to conduct the procurement on a multiple-
`award basis,” in particular because “ ‘if multiple awards
`were made, the security concerns would ratchet up, not
`
`
`
`
`
`13
`
`down.’ ” Pet. App. 16a-17a (citation omitted). The court
`of appeals explained that “[i]n light of the Claims
`Court’s careful consideration of the record evidence,”
`its “conclusion that [DoD] would have included Gate 1.2
`even if it had modified the solicitation to allow for mul-
`tiple awards, and that [petitioner] therefore would not
`have had a substantial chance of securing the contract,
`is not clearly erroneous.” Id. at 17a-18a.
`b. The court of appeals also agreed with the Court of
`Federal Claims’ conclusion “that the contracting of-
`ficer’s investigation [of the alleged conflicts of interest]
`was thorough and her ‘no effect’ determination was rea-
`sonable.” Pet. App. 24a; see id. at 24a-39a. The court
`of appeals rejected petitioner’s suggestion that United
`States v. Mississippi Valley Generating Co., 364 U.S.
`520 (1961), “sets forth a per se rule that conflicts of in-
`terest that violate the federal criminal conflict-of-
`interest statute invalidate any government contracts to
`which the conflicts relate.” Pet. App. 25a (citation omit-
`ted). Instead, the court explained that Mississippi Val-
`ley “is best read as providing that conflicts of interest
`invalidate government contracts only if the conflicts
`materially affect the contracts.” Ibid. The court also
`explained that a contracting officer’s determination
`about whether conflicts materially affected a solicita-
`tion “will be upheld unless it is ‘arbitrary, capricious, or
`otherwise contrary to law.’ ” Id. at 27a (citation omit-
`ted).
`The court of appeals ultimately “agree[d] with the
`Claims Court that the conflict of interest problems”
`identified by petitioner “had no effect on the JEDI
`Cloud solicitation.” Pet. App. 27a. The court of appeals
`reviewed the relevant findings with respect to the three
`
`
`
`
`
`14
`
`individuals with conflicts, see id. at 28a-39a, and re-
`jected each of petitioner’s challenges. For example,
`with respect to Ubhi, the court found “meritless” peti-
`tioner’s contention that the contracting officer “
`‘failed
`to consider an important aspect of the problem’ ” by not
`waiting for an inspector-general investigation to con-
`clude, id. at 30a-31a; found “facile” petitioner’s asser-
`tion that the Court of Federal Claims “upheld the con-
`tracting officer’s determination * * * on a ground dif-
`ferent from that adopted by the contracting officer,” id.
`at 32a; and found “no force to [petitioner’s] argument”
`that the “no-impact determination ‘runs counter to the
`evidence before the agency,’ ” id. at 33a. The court of
`appeals reached similar conclusions on petitioner’s chal-
`lenges to the findings with respect to DeMartino and
`Gavin. See id. at 35a-39a.
`ARGUMENT
`Petitioner contends (Pet. 13-34) that the court of ap-
`peals erred in affirming the Court of Federal Claims’
`holdings that (1) the agency’s decision to award a single-
`source contract did not prejudice petitioner, given that
`petitioner could not qualify for a contract under Gate
`1.2 anyway, and (2) three DoD employees’ conflicts of
`interest in potential violation of 18 U.S.C. 208 did not
`materially affect the procurement. Those rulings are
`correct and do not conflict with any decision of this
`Court or another court of appeals. Further review is
`unwarranted.
`1. a. Assuming for the sake of argument that the
`agency’s single-source solicitation violated 10 U.S.C.
`2304a(d)(3), but see pp. 23-25, infra, the court of appeals
`correctly determined that the Court of Federal Claims’
`no-prejudice finding was not clearly erroneous.
`
`
`
`
`
`15
`
`Congress has directed that “[i]n any action” by “an
`interested party objecting to a solicitation by a Federal
`agency for bids or proposals for a proposed contract,”
`“courts shall review the agency’s decision pursuant to
`the standards set forth in sect