throbber
Case: 19-2326 Document: 82 Page: 1 Filed: 09/02/2020
`
`United States Court of Appeals
`for the Federal Circuit
`______________________
`
`ORACLE AMERICA, INC.,
`Plaintiff-Appellant
`
`v.
`
`UNITED STATES, AMAZON WEB SERVICES, INC.,
`Defendants-Appellees
`______________________
`
`2019-2326
`______________________
`
`Appeal from the United States Court of Federal Claims
`in No. 1:18-cv-01880-EGB, Senior Judge Eric G. Bruggink.
`______________________
`
`Decided: September 2, 2020
`______________________
`
`CRAIG HOLMAN, Arnold & Porter Kaye Scholer LLP,
`Washington, DC, argued for plaintiff-appellant. Also rep-
`resented by KARA L. DANIELS, NATHANIEL EDWARD
`CASTELLANO, AMANDA J. SHERWOOD.
`
` WILLIAM PORTER RAYEL, Commercial Litigation
`Branch, Civil Division, United States Department of Jus-
`tice, Washington, DC, argued for defendant-appellee
`United States. Also represented by ETHAN P. DAVIS,
`ROBERT EDWARD KIRSCHMAN, JR., PATRICIA M. MCCARTHY.
`
` DANIEL RUBEN FORMAN, Crowell & Moring, LLP,
`Washington, DC, argued for defendant-appellee Amazon
`
`

`

`Case: 19-2326 Document: 82 Page: 2 Filed: 09/02/2020
`
`2
`
`ORACLE AMERICA, INC. v. UNITED STATES
`
`Web Services, Inc. Also represented by ROBERT JOSEPH
`SNECKENBERG, OLIVIA LOUISE LYNCH, ZACHARY H.
`SCHROEDER; GABRIELLE TRUJILLO, Los Angeles, CA; MARK
`ANDREW PERRY, Gibson, Dunn & Crutcher LLP, Washing-
`ton, DC.
` ______________________
`
`Before NEWMAN, BRYSON, and O’MALLEY, Circuit Judges.
`BRYSON, Circuit Judge.
`
`This is a federal contract pre-award protest case. The
`United States Court of Federal Claims (“the Claims Court”)
`analyzed a number of legal challenges by Oracle America,
`Inc., to a large Department of Defense procurement. After
`a thorough treatment of all the issues presented, the
`Claims Court rejected Oracle’s protest. Oracle Am., Inc. v.
`United States, 144 Fed. Cl. 88 (2019). We affirm.
`I
`The procurement at issue in this case, known as the
`
`Joint Enterprise Defense Infrastructure (“JEDI”) Cloud
`procurement, is directed to the long-term provision of en-
`terprise-wide cloud computing services to the Department
`of Defense. The JEDI Cloud solicitation contemplated a
`ten-year indefinite delivery, indefinite quantity contract.
`The Defense Department decided to award the contract to
`a single provider rather than making awards to multiple
`providers.
`The JEDI Cloud solicitation included several “gate”
`provisions that prospective bidders would be required to
`satisfy. One of the gate provisions, referred to as Gate Cri-
`teria 1.2 or Gate 1.2, required that the contractor have at
`least three existing physical commercial cloud offering data
`centers within the United States, each separated from the
`others by at least 150 miles. Those data centers were re-
`quired to provide certain offerings that were “FedRAMP
`Moderate Authorized” at the time of proposal. The Federal
`
`

`

`Case: 19-2326 Document: 82 Page: 3 Filed: 09/02/2020
`
`ORACLE AMERICA, INC. v. UNITED STATES
`
`3
`
`Program
`and Authorization Management
`Risk
`(“FedRAMP”) is an approach to security assessment, au-
`thorization, and continuous monitoring for cloud products
`and services. “FedRAMP Moderate Authorized” is a desig-
`nation given to systems that have successfully completed
`the FedRAMP Moderate authorization process. FedRAMP
`Moderate is the Defense Department’s minimum security
`level for processing or storing the Department’s least sen-
`sitive information. Oracle did not satisfy the FedRAMP
`Moderate Authorized requirement as of the time the pro-
`posals were to be submitted.
` Oracle filed a pre-bid protest challenging the solicita-
`tion. Oracle’s protest focused on the Department’s adop-
`tion of Gate 1.2 and on the Department’s decision to
`conduct the procurement on a single-source basis, rather
`than providing for multi-source contracts.
`Following a hearing and briefing, the U.S. Government
`Accountability Office (“GAO”) denied the protest. Oracle
`then filed suit in the Claims Court challenging the solicita-
`tion. The court analyzed Oracle’s claims in detail and re-
`jected Oracle’s protest in a lengthy opinion.
`The court first addressed Oracle’s claim that the con-
`tracting officer and the Under Secretary of Defense vio-
`lated separate provisions of 10 U.S.C. § 2304a when they
`each determined that it was appropriate to structure the
`JEDI Cloud procurement on a single-award basis rather
`than providing for multiple awards. Section 2304a sets out
`the conditions under which the Department may enter into
`large task and delivery order contracts with a single
`awardee, as opposed to awarding such contracts to two or
`more sources.
`
`

`

`Case: 19-2326 Document: 82 Page: 4 Filed: 09/02/2020
`
`4
`
`ORACLE AMERICA, INC. v. UNITED STATES
`
`Section 2304a(d)(3) generally prohibits the award of a
`task or delivery order contract in excess of $100 million1 to
`a single vendor unless the head of the agency determines
`in writing that one of four exceptions to that general prohi-
`bition applies. The exceptions are:
`(i) the task or delivery orders expected under the
`contract are so integrally related that only a single
`source can efficiently perform the work;
`(ii) the contract provides only for firm, fixed price
`task orders or delivery orders for—
`(I) products for which unit prices are estab-
`lished in the contract; or
`(II) services for which prices are established in
`the contract for the specific tasks to be per-
`formed;
`(iii) only one source is qualified and capable of per-
`forming the work at a reasonable price to the gov-
`ernment; or
`(iv) because of exceptional circumstances, it is nec-
`essary in the public interest to award the contract
`to a single source.
`10 U.S.C. § 2304a(d)(3)(A).
`In addition to that provision, section 2304a(d)(4) re-
`quires that regulations implementing section 2304a(d) “es-
`tablish a preference for awarding, to the maximum extent
`practicable, multiple task or delivery order contracts for
`the same or similar services,” and that they “establish cri-
`teria for determining when award of multiple task or deliv-
`ery order contracts would not be in the best interest of the
`
`1 The statutorily defined threshold amount is subject
`to an inflation adjustment requirement. See 41 U.S.C.
`§ 1908.
`
`

`

`Case: 19-2326 Document: 82 Page: 5 Filed: 09/02/2020
`
`ORACLE AMERICA, INC. v. UNITED STATES
`
`5
`
`Federal Government.” 10 U.S.C. § 2304a(d)(4). Pursuant
`to that directive, the Federal Acquisition Regulation
`(“FAR”) provides that, except for indefinite-quantity con-
`tracts for advisory and assistance services, “the contracting
`officer must, to the maximum extent practicable, give pref-
`erence to making multiple awards of indefinite-quantity
`contracts under a single solicitation for the same or similar
`supplies or services to two or more sources.” 48 C.F.R.
`§ 16.504(c)(1)(i) (“FAR 16.504(c)(1)(i)”). The FAR further
`provides, however, that the contracting officer must not
`elect to use a multiple-contract award if one or more of sev-
`eral conditions applies:
`(1) Only one contractor is capable of providing per-
`formance at the level of quality required because
`the supplies or services are unique or highly spe-
`cialized;
`(2) Based on the contracting officer’s knowledge of
`the market, more favorable terms and conditions,
`including pricing, will be provided if a single award
`is made;
`(3) The expected cost of administration of multiple
`contracts outweighs the expected benefits of mak-
`ing multiple awards;
`(4) The projected orders are so integrally related
`that only a single contractor can reasonably per-
`form the work;
`(5) The total estimated value of the contract is less
`than the simplified acquisition threshold; or
`(6) Multiple awards would not be in the best inter-
`ests of the Government.
`
`

`

`Case: 19-2326 Document: 82 Page: 6 Filed: 09/02/2020
`
`6
`
`ORACLE AMERICA, INC. v. UNITED STATES
`
`FAR 16.504(c)(1)(ii)(B).2
`The head of the agency—in this case, Under Secretary
`of Defense Ellen Lord—made a finding under section
`2304a(d)(3)(B)(ii) that a single-source contract was permis-
`sible because the solicitation provides exclusively 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. For her part, the contracting officer
`found that three of the reasons set forth in FAR
`16.504(c)(1)(ii)(B) prohibited the use of the multiple-award
`approach for the JEDI Cloud procurement: (1) more favor-
`able terms and conditions, including pricing, would be pro-
`vided in the case of a single award; (2) the expected cost of
`administering multiple contracts outweighed the expected
`benefits of making multiple awards; and (3) multiple
`awards would not be in the best interests of the govern-
`ment.
`Before the Claims Court, Oracle challenged the deter-
`minations of both the contracting officer and Under Secre-
`tary Lord. As to the contracting officer, Oracle argued that
`she failed to properly balance the multiple-award prefer-
`ence against a single-award approach. As to Under Secre-
`tary Lord, Oracle argued that the JEDI Cloud solicitation
`contained provisions for future services that were not spe-
`cifically defined and for which specific prices were not
`given. For that reason, Oracle contended, the contract did
`not qualify as one providing only for firm, fixed prices for
`services for which prices are established in the contract for
`the specific tasks to be performed.
`
`
`2 On August 3, 2020, the regulation was amended to
`replace the phrase “less than” with “at or below.” Federal
`Acquisition Regulation: Evaluation Factors for Multiple-
`Award Contracts, 85 Fed. Reg. 40068-01 (July 2, 2020).
`
`

`

`Case: 19-2326 Document: 82 Page: 7 Filed: 09/02/2020
`
`ORACLE AMERICA, INC. v. UNITED STATES
`
`7
`
`The Claims Court held that the contracting officer’s de-
`termination complied with the requirements of section
`2304a(d)(4) and FAR 16.504(c). The court concluded that
`the contracting officer, based on her knowledge of the mar-
`ket, “drew the reasonable conclusion that a single award
`was more likely to result in favorable terms, including
`price.” Oracle, 144 Fed. Cl. at 113. In addition, the court
`found that it was “completely reasonable” for the contract-
`ing officer to find that a multisource award would be more
`expensive to administer and that a single cloud services
`provider would be best positioned to provide the necessary
`security for the agency’s data. Id. The court concluded that
`Oracle had pointed to no reason to disturb the contracting
`officer’s determination that multiple awards should not be
`employed.
`With respect to section 2304a(d)(3), however, the
`Claims Court reached a different conclusion. The court
`held that the solicitation did not qualify for a single-source
`award under the exception relied on by Under Secretary
`Lord to the statutory prohibition against awarding large
`task order contracts to a single vendor. Specifically, the
`court found that the solicitation contemplated that during
`the life of the contract, services not envisioned at the time
`of the initial award would likely be needed. New services
`would likely have to be added to the contract in light of the
`fact that cloud computing technology was constantly evolv-
`ing. The solicitation provided that if at some point during
`the pendency of the contract the cloud services provider
`created a new service, it would be required to offer that ser-
`vice to the Department at a price no higher than the price
`publicly available in the commercial marketplace in the
`continental United States. The solicitation also permitted
`the Department to obtain services before they were offered
`on the commercial market, even if those services would
`never be offered commercially. Those services, the court
`explained, could not be identified as “specific tasks” much
`less “priced[] at the time of the award.” Oracle, 144 Fed.
`
`

`

`Case: 19-2326 Document: 82 Page: 8 Filed: 09/02/2020
`
`8
`
`ORACLE AMERICA, INC. v. UNITED STATES
`
`Cl. at 114. Accordingly, the court concluded, “the Under
`Secretary apparently
`chose an
`exception under
`§ 2304a(d)(3) which does not fit the contract.” Id. at 115.
`The Claims Court then turned to the question whether
`Oracle was prejudiced by the Department’s failure to com-
`ply with section 2304a(d)(3). Oracle argued that if the De-
`partment had employed a multiple-award procurement,
`Oracle might have had the chance to compete, because the
`agency’s needs, as expressed in the gate criteria, might
`have been different in that setting. The government re-
`sponded that the agency’s minimum security needs would
`not have changed in a multiple-award scenario. In a mul-
`tiple-award procurement, according to the government, the
`Department still would have insisted on gate criteria in
`general and Gate 1.2 in particular.
`The Claims Court agreed with the government. The
`court acknowledged that “Oracle may well be correct that
`some aspects of the gate criteria are driven by the agency’s
`insistence on using a single provider to manage an im-
`mense amount of data.” Oracle, 144 Fed. Cl. at 115. The
`court observed, however, that “one critical aspect of the
`gate criteria is not connected to the choice of a single pro-
`vider: data security.” Id. The court pointed in particular
`to a memorandum prepared by Tim Van Name, Deputy Di-
`rector of the Defense Digital Service. In that memoran-
`dum, Mr. Van Name stated that FedRAMP Moderate,
`which was incorporated as a requirement in Gate 1.2, rep-
`resented the Department’s minimum level of security re-
`quired for processing and storing the Department’s least
`sensitive information. That level of security, according to
`Mr. Van Name’s memorandum, was “the minimum criteria
`necessary for DoD to have confidence that the Offeror’s pro-
`posed data centers have met the underlying physical secu-
`rity requirements necessary to successfully perform the
`contract.” J.A. 100947.
`
`

`

`Case: 19-2326 Document: 82 Page: 9 Filed: 09/02/2020
`
`ORACLE AMERICA, INC. v. UNITED STATES
`
`9
`
`In addition, the court noted that many of the acquisi-
`tion documents “bolster the agency’s conviction that use of
`multiple cloud service providers exponentially increases
`the challenge of securing data.” Oracle, 144 Fed. Cl. at 116.
`The court explained that it had “no reason to doubt” that
`the security requirements of Gate 1.2 “are the minimum
`that will be necessary to perform even the least sensitive
`aspects of the JEDI Cloud project.” Id. Based on that evi-
`dence, the court stated that “the only logical conclusion is
`that, if multiple awards were made, the security concerns
`would ratchet up, not down.” Id. Because the agency’s se-
`curity concerns would not change, the court explained, Or-
`acle “would not stand a better chance of being awarded this
`contract if the agency determined that the procurement
`must be changed to multiple award.” Id. The court there-
`fore concluded that the decision to proceed with the pro-
`curement on a single-source basis did not prejudice Oracle.
`The Claims Court next addressed Oracle’s claim that
`Gate 1.2 was unenforceable, both because the agency did
`not have a demonstrated need to impose the requirements
`set forth in Gate 1.2 and because Gate 1.2 is an impermis-
`sible “qualification requirement” imposed without satisfy-
`ing the preconditions set forth in 10 U.S.C. § 2319. Section
`2319(a) defines a “qualification requirement” as “a require-
`ment for testing or other quality assurance demonstration
`that must be completed by an offeror before award of a con-
`tract.” Section 2319(b) provides that, except in limited cir-
`cumstances, the agency must satisfy several prerequisites
`before establishing a qualification requirement. One such
`prerequisite is that “the head of the agency shall . . . pre-
`pare a written justification stating the necessity for estab-
`lishing the qualification requirement and specify why the
`qualification requirement must be demonstrated before
`contract award.” 10 U.S.C. § 2319(b)(1).
`The Claims Court rejected both of Oracle’s arguments
`that Gate 1.2 was unenforceable. As to the issue of need,
`
`

`

`Case: 19-2326 Document: 82 Page: 10 Filed: 09/02/2020
`
`10
`
`ORACLE AMERICA, INC. v. UNITED STATES
`
`the court agreed with the government that Gate 1.2 was
`tied to the agency’s minimum needs. The court referred to
`the memorandum from Mr. Van Name, one of the principal
`architects of the solicitation requirement, which justified
`imposing the FedRAMP Moderate Authorized requirement
`on the ground that FedRAMP Moderate represents the De-
`partment’s minimum security requirements for processing
`or storing the Department’s least sensitive information. As
`noted, Mr. Van Name explained that FedRAMP Moderate
`was the minimum level of security necessary for the De-
`fense Department to have confidence that the Offeror’s pro-
`posed data centers would have been able to timely meet the
`physical security requirements needed to successfully per-
`form the contract. Based on the record evidence, the court
`found that the requirement to satisfy FedRAMP Moderate
`is “a useful proxy . . . for the agency’s real need. If an offe-
`ror were unable to meet the lower threshold, it could not
`hope to meet the higher” security requirements that would
`be required during the performance of the contract. Oracle,
`144 Fed. Cl. at 117.
`As for Oracle’s argument that the government improp-
`erly used Gate 1.2 as a “qualification requirement” without
`satisfying the preconditions set forth in section 2319, the
`Claims Court ruled that Oracle had waived that argument
`by not raising it before the bids were due. Oracle did not
`raise the argument about the impermissible use of a qual-
`ification requirement until its post-hearing comments sub-
`mitted to the GAO after the close of the bidding on the
`procurement.
`In any event, the court concluded that there was no
`merit to the argument, because Gate 1.2 did not constitute
`“a requirement for testing or other quality assurance
`demonstration that must be completed by an offeror before
`award of a contract.” Id. (quoting 10 U.S.C. § 2319(a)). In-
`stead, according to the Claims Court, Gate 1.2 constituted
`a specification. The statute describes a qualification re-
`quirement as generally consisting of “a qualified bidders
`
`

`

`Case: 19-2326 Document: 82 Page: 11 Filed: 09/02/2020
`
`ORACLE AMERICA, INC. v. UNITED STATES
`
`11
`
`list, qualified manufacturers list, or qualified products
`list.” 10 U.S.C. § 2319(c)(3). A specification, by contrast, is
`a requirement “of the particular project for which the bids
`are sought, such as design requirements, functional re-
`quirements, or performance requirements.” W.G. Yates &
`Sons Constr. Co. v. Caldera, 192 F.3d 987, 994 (Fed. Cir.
`1999) (citing 10 U.S.C. § 2305(a)(1)(C)).
`The court concluded that Gate 1.2 is not a qualification
`requirement, because the agency did not require an offeror
`to prequalify in order to submit a proposal. In addition, the
`court explained, FedRAMP Moderate authorization is not
`an independent requirement that the Department regu-
`larly imposes in its procurements. Finally, the court
`pointed out that the security features that FedRAMP Mod-
`erate authorization imposes are the same security features
`that the Department believed were the minimum neces-
`sary to store the Department’s data for the JEDI Cloud pro-
`ject. Accordingly, the court found, the Department was not
`using the FedRAMP standard as a way to examine the of-
`feror’s past performance in storing government data. Ra-
`ther, “it [was] a uniform way to determine which offerors
`have certain security capabilities on a number of their
`cloud offerings.” Oracle, 144 Fed. Cl. at 118.
`The Claims Court next rejected Oracle’s argument that
`Gate 1.2 transformed the procurement into one that uses
`other than competitive procedures, in violation of 10 U.S.C.
`§ 2304. The court found that the agency structured the
`procurement as a full and open competition, and that sat-
`isfying the gate criteria was merely the first step in ensur-
`ing that the Department’s time in the evaluation process
`was not wasted on offerors who could not meet the agency’s
`minimum needs.
`Finally, the Claims Court examined Oracle’s claims
`that several Department officials who were involved in
`some way with the procurement had conflicts of interest,
`and that Amazon Web Services, Inc., (“AWS”), one of the
`
`

`

`Case: 19-2326 Document: 82 Page: 12 Filed: 09/02/2020
`
`12
`
`ORACLE AMERICA, INC. v. UNITED STATES
`
`bidders on the contract, had an organizational conflict, all
`of which infected the procurement. The court addressed
`the question whether the contracting officer had properly
`assessed the impact of the conflicts on the procurement and
`found that she had. The court then concluded that the con-
`tracting officer had properly exercised her discretion in
`finding that the individual and organizational conflicts
`complained of by Oracle did not affect the integrity of the
`procurement.
`Based on the court’s determination that Gate 1.2 is en-
`forceable and Oracle’s concession that it could not meet the
`requirements of Gate 1.2 at the time of proposal submis-
`sion, the Claims Court found that Oracle could not “demon-
`strate prejudice as a result of any other possible errors.”
`Oracle, 144 Fed. Cl. at 126. The court therefore denied Or-
`acle’s motion for judgment on the administrative record
`and granted the cross-motions filed by the government and
`intervenor AWS. Oracle then took this appeal.
`II
`Oracle’s principal argument on appeal is that the De-
`fense Department committed legal error when it elected to
`conduct the JEDI Cloud procurement as a single-source
`procurement. Although the Claims Court agreed with Or-
`acle that the Department committed legal error with re-
`spect to the ground it invoked to justify the use of a single-
`source procurement, the court found the error to be harm-
`less. The court concluded that the error was harmless be-
`cause even if the Department had opted for a multi-source
`procurement, Oracle would not have been able to satisfy
`the requirements of Gate 1.2, which the Department would
`have imposed regardless of whether the procurement was
`conducted on a single-source or multi-source basis.
`A
`In challenging the Department’s decision to conduct
`
`the JEDI Cloud procurement on a single-source basis,
`
`

`

`Case: 19-2326 Document: 82 Page: 13 Filed: 09/02/2020
`
`ORACLE AMERICA, INC. v. UNITED STATES
`
`13
`
`Oracle begins by pointing out that Congress has expressed
`its preference for awarding, “to the maximum extent prac-
`ticable, multiple task or delivery order contracts for the
`same or similar services or property.”
` 10 U.S.C.
`§ 2304a(d)(4). Section 2304a(d) and the regulations issued
`pursuant to that provision state that the contracting officer
`and the agency head must make certain specified determi-
`nations before the agency can proceed with a single-source
`award in a large procurement such as this one. On appeal,
`Oracle does not take issue with the Claims Court’s finding
`that the contracting officer’s determination was reasona-
`ble. And Oracle agrees with the Claims Court that Under
`Secretary Lord’s rationale for approving the use of a single-
`source award for the JEDI Cloud procurement did not sat-
`isfy the exception to section 2304a(d)(3) that she invoked.
`Oracle takes issue, however, with the Claims Court’s con-
`clusion that Oracle was not prejudiced by Under Secretary
`Lord’s determination.
`In response, the government endorses the Claims
`Court’s “no-prejudice” ruling. In the alternative, the gov-
`ernment argues that, apart from the merits of the court’s
`prejudice analysis, we may still affirm because the Claims
`Court incorrectly rejected Under Secretary Lord’s determi-
`nation that a single-source award was justified under sec-
`tion 2304a(d)(3). Under Secretary Lord based that
`determination on the exception set forth in section
`2304a(d)(3)(B)(ii) for contracts that provide 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.” The Claims Court, however, held that
`the JEDI Cloud solicitation did not provide for “firm, fixed
`price task orders” for which prices were established in the
`contract, because the solicitation contained provisions for
`the awardee to supply unspecified services in the future at
`as-yet unspecified prices.
`
`The government’s argument that the contract provides
`only for firm, fixed price task orders is unpersuasive for the
`
`

`

`Case: 19-2326 Document: 82 Page: 14 Filed: 09/02/2020
`
`14
`
`ORACLE AMERICA, INC. v. UNITED STATES
`
`reasons given by the Claims Court. The JEDI Cloud con-
`tract contains a technology refresh provision (section H2)
`that allows the addition of new cloud services during the
`period of contract performance, when those services did not
`exist at the time of award, in order “to keep pace with ad-
`vancements in the industry.” Under that clause, it is an-
`ticipated that there will be updates to the cloud services
`during the pendency of the contract. Thus, the solicitation
`provides that new services will be added, with new prices,
`that are not provided for in the initial contract.
`
`The government argues that the exception in section
`2304a(d)(3)(B)(ii) applies here because the statute does not
`require that “all tasks/prices must be established ‘at the
`time of the award.’” Rather, the government argues, the
`requirement that tasks and prices be “established in the
`contract” does not address when the “tasks and prices upon
`which future orders will be based must be ‘established.’” It
`is enough, according to the government, that new tasks and
`prices are set pursuant to the terms of the contract, includ-
`ing section H2, and the subsequent task orders are issued
`on a fixed-price basis.
`The Claims Court properly rejected the government’s
`argument. As the court explained, the language of section
`2304a(d)(3) makes clear that the services to be performed
`under the contract and the prices for those services must
`be established in the contract at the time of award. That
`follows from the provision in the statute that “no . . . con-
`tract . . . may be awarded” unless the agency head deter-
`mines that the “contract provides only for firm, fixed price
`task orders or delivery orders for . . . services for which
`prices are established in the contract.” 10 U.S.C.
`§ 2304a(d)(3). The plain language of the statute refers to
`conditions that must exist at the time of the contract
`award.
`
`

`

`Case: 19-2326 Document: 82 Page: 15 Filed: 09/02/2020
`
`ORACLE AMERICA, INC. v. UNITED STATES
`
`15
`
`B
` Having found that the statutory prerequisite for use of
`a single-source contract had not been satisfied, the Claims
`Court moved to the question whether that flaw in the pro-
`cess prejudiced Oracle. The court found no prejudice from
`the error based on the court’s finding that the agency’s min-
`imum needs, as expressed in Gate 1.2, would not have been
`different in a multi-award scenario than in a single-award
`scenario. Therefore, the court concluded, even if the agency
`had been required to conduct the procurement on a multi-
`ple-award basis, the requirements of Gate 1.2 would have
`applied. And because Oracle would not have been able to
`satisfy those requirements, it would have had no chance of
`a contract award, so the flaw in the procurement process
`did not harm Oracle.
` Oracle takes issue with the Claims Court’s harmless
`error analysis. In particular, Oracle argues that the
`Claims Court erred by accepting the government’s argu-
`ment that under a multiple-award solicitation the Depart-
`ment would still have insisted on imposing Gate 1.2. That
`decision, Oracle argues, was one that should have been
`made by the agency. It was improper, according to Oracle,
`for the court to decide that the agency would have insisted
`on Gate 1.2 even if it had known that it was required to use
`a multiple-award solicitation for the JEDI Cloud procure-
`ment. Citing SEC v. Chenery Corp., 318 U.S. 80 (1943),
`Oracle contends that the Claims Court should not have
`“presume[d] how DoD would structure a multiple-award
`procurement as DoD must make that decision in the first
`instance.” Appellant’s Br. 35–36.
`
`The Supreme Court has referred to the Chenery doc-
`trine as embodying a “‘foundational principle of adminis-
`trative law’ that judicial review of agency action is limited
`to ‘the grounds that the agency invoked when it took the
`action.’” Dep’t of Homeland Sec. v. Regents of the Univ. of
`Cal., 140 S. Ct. 1891, 1907 (2020) (quoting Michigan v.
`
`

`

`Case: 19-2326 Document: 82 Page: 16 Filed: 09/02/2020
`
`16
`
`ORACLE AMERICA, INC. v. UNITED STATES
`
`EPA, 576 U.S. 743, 758 (2015)). In Chenery, the Supreme
`Court explained the rationale for that rule:
`If an order is valid only as a determination of policy
`or judgment which the agency alone is authorized
`to make and which it has not made, a judicial judg-
`ment cannot be made to do service for an adminis-
`trative judgment. For purposes of affirming no less
`than reversing its orders, an appellate court cannot
`intrude upon the domain which Congress has ex-
`clusively entrusted to an administrative agency.
`318 U.S. at 88.
`The Chenery doctrine, however, does not invariably re-
`quire a remand to the agency whenever a court holds that
`the agency’s action was based on legally improper grounds.
`As the Supreme Court, this court, and other circuit courts
`have recognized, principles of harmless error apply to judi-
`cial review of agency action generally. A remand is unnec-
`essary when the error in question “clearly had no bearing
`on the procedure used or the substance of decision
`reached,” Mass. Trs. of E. Gas & Fuel Assocs. v. United
`States, 377 U.S. 235, 248 (1964); if there is no reason to
`believe that the decision would have been different, In re
`Watts, 354 F.3d 1362, 1370 (Fed. Cir. 2004); if it is clear
`that the agency would have reached the same result, Flesh-
`man v. West, 138 F.3d 1429, 1433 (Fed. Cir. 1998); if the
`result is “foreordained,” Bethlehem Steel Corp. v. Gorsuch,
`742 F.2d 1028, 1036 (7th Cir. 1984); if the court is not “in
`substantial doubt whether the administrative agency
`would have made the same ultimate finding with the erro-
`neous finding removed,” Kurzon v. U.S. Postal Serv., 539
`F.2d 788, 796 (1st Cir. 1976); or where there is no “signifi-
`cant chance that but for the error, the agency might have
`reached a different result,” NLRB v. Am. Geri-Care, Inc.,
`697 F.2d 56, 64 (2d Cir. 1982).
`As this court has summed up the rule, a court may af-
`firm the decision of an agency on a ground other than the
`
`

`

`Case: 19-2326 Document: 82 Page: 17 Filed: 09/02/2020
`
`ORACLE AMERICA, INC. v. UNITED STATES
`
`17
`
`ground given by the agency, 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 unavailable,
`or if the decision does not depend on making a finding of
`fact not previously made by the agency. See Ford Motor
`Co. v. United States, 811 F.3d 1371, 1380 (Fed. Cir. 2016);
`Killip v. OPM, 991 F.2d 1564, 1568–69 (Fed. Cir. 1993);
`Ward v. Merit Sys. Prot. Bd., 981 F.2d 521, 528 (Fed. Cir.
`1992).
`In this case, the Claims Court found, based on the evi-
`dence in the administrative record, that the Defense De-
`partment would have stuck with Gate 1.2 even if it had
`been required to conduct the procurement on a multiple-
`award basis. As the court explained:
`[T]he only logical conclusion is that, if multiple
`awards were made, the security concerns would
`ratchet up, not down. They are, indeed, minimally
`stated. If Oracle cannot meet Gate Criteria 1.2 as
`currently configured, it is thus not prejudiced by
`the decision to make a single award. The agency’s
`needs would not change, so Oracle would not stand
`a better chance of being awarded this contract if
`the agency determined that the procurement must
`be changed to [a] multiple award.
`Oracle, 144 Fed. Cl. at 116.
`This appeal is a review of a Claims Court decision on
`an administrati

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