A-T Solutions, Inc.

CourtArmed Services Board of Contract Appeals
DecidedFebruary 8, 2017
DocketASBCA No. 59338
StatusPublished

This text of A-T Solutions, Inc. (A-T Solutions, Inc.) is published on Counsel Stack Legal Research, covering Armed Services Board of Contract Appeals primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
A-T Solutions, Inc., (asbca 2017).

Opinion

ARMED SERVICES BOARD OF CONTRACT APPEALS

Appeal of -- ) ) A-T Solutions, Inc. ) ASBCA No. 59338 ) Under Contract No. W91 CRB-09-C-0043 )

APPEARANCES FOR THE APPELLANT: Terry L. Albertson, Esq. Robert J. Sneckenberg, Esq. Crowell & Moring LLP Washington, DC

APPEARANCES FOR THE GOVERNMENT: Raymond M. Saunders, Esq. Army Chief Trial Attorney MAJ Elinor J. Kim, JA Trial Attorney

OPINION BY ADMINISTRATIVE JUDGE O'SULLIVAN

Appellant A-T Solutions, Inc. (ATS) appeals a contracting officer's final decision denying its claim to recover commercial catalog prices for training equipment used in connection with improvised explosive device (IED) training provided under an Army contract. Only entitlement is at issue. We have jurisdiction under the Contract Disputes Act, 41 U.S.C. §§ 7101-7109. We sustain the appeal.

FINDINGS OF FACT

Solicitation and Award

1. In December 2008, the U.S. Army Research, Development and Engineering Command (RDECOM) solicited proposals for a contract to provide training for armed forces to proactively defeat the IED threat. The solicitation was issued on behalf of the Department of Defense Joint IED Defeat Organization (JIEDDO), Joint Center of Excellence (JCOE), Joint Asymmetric Threat Awareness and Counter (JATAC) training program. It contemplated a single award of a cost-plus-fixed-fee (CPFF) contract. (R4, tab 1 at 15, tab 3 at 1, 5, 15) The awardee was to provide professional training services and training materials and equipment, both inside the Continental U.S. (CONUS) and outside the Continental U.S. (OCONUS), for a base year and up to four option years (R4, tab 3 at 23 ).

2. Previously, in 2007, the Army awarded the first JATAC training contract to ATS on a firm-fixed-price, sole source, "gap-filler" basis to meet urgent training needs (tr. 29-30; R4, tab I at 16). This first contract was followed by a competitive contra¢t award to ATS pursuant to the GSA Schedule in 2008 (tr. 30). Under both the first and second contract, A TS provided its training materials and equipment as commercial items and was paid for them at its catalog prices (id.). These items included various different types of IEDs, training kits, and IED defeat tools (R4, tab I 0). The Army decided to use a CPFF contract for the third procurement, which was competitive, with four offerors submitting proposals (app. supp. R4, tab 12 at 16).

3. ATS submitted its proposal on 30 January 2009 (R4, tabs 4-11). It proposed a total estimated cost across five years of $198,920, 794, which included a fixed fee of $I 0,391, 146 (R4, tab 4 at 5). In the narrative portion of its cost/price proposal, it spelled out the assumptions on which its proposal was based. Among them were the following:

Fixed Fee -ATS proposes a fixed fee of9% on all direct labor, consultants and subcontractors. ATS proposes a fixed fee of 0% on all other cost elements.

Travel - All travel will be conducted IA W Joint Travel Regulations (JTR). Travel will be billed at actual incurred cost, with no additional fee or burdens applied ....

Training Materials and Equipment - ATS is a manufacturer, distributor and supplier of training products to a wide variety of customers. Training Materials and Equipment listed in this proposal include IED products, IED training devices, training kits, training manuals and commercial software products. These items are priced at the ATS commercial catalog price, per FAR 52.2 I 5- 2 I (a)(ii)(2)(B) and FAR 31.205-26. Quantity discounts have been applied where appropriate based on the total quantity of each item required by the SOW. Any purchase of quantities less than indicated in the SOW may result in a higher unit price charged to the Government. A complete set of ATS product catalogs, including photos and descriptions, is included with this proposal.

2 Consumable Items - In order to support a dynamic and relevant training program, each training program requires local procurement of consumable items. These items cannot be specifically identified or priced in advance. ATS will procure these items locally at the training location, to save shipping and handling costs. The total cost of consumable items is a relatively small component of the training program. In this proposal, we have identified a "budget" for locally procured consumable items for each training program. When directed by the Government, ATS will locally procure appropriate items and invoice them at actual incurred cost (no fee).

(R4, tab 7 at 3-5) Examples given of consumable items included emerging threat IED components, electronics, and booby trap materials, repair parts, stage props to simulate field IED fabrication cells, and items used to conceal IEDs (id. at 5-6).

4. In summary, ATS proposed to bill direct labor, consultants, and subcontractors at cost plus a fixed fee calculated at 9% of estimated cost. A TS proposed to bill travel at cost (no fee). ATS proposed to charge for its commercial item training materials and equipment at the catalog prices attached to the proposal (R4, tabs 10-11). Finally, consumable items bought locally would be billed at incurred cost (no fee).

5. The government's Pre-Negotiation Objective Memorandum (POM) noted that ATS' s proposal was "indicative of a superior understanding of the requirements," demonstrated "unique expertise required to execute JATAC requirements" and "superior vision," and offered lower hourly rates than the other offerors (app. supp. R4, tab 12 at 26). With respect to ATS's proposed training material and equipment costs, proposed as part of Other Direct Costs (ODCs), the government's evaluation stated:

ODCs - Proposed a total ODC amount of$73,072,471.00. The amount includes CONUS and OCONUS travel, equipment, weapons, weapon supplies, clothing, training, subcontractor non-labor costs. ATS' ODC amount is the third highest among offerors. However, ATS provided detailed back up documentation to show their calculations at arriving at their ODCs total and it appears they fully understand the requirements of the SOW so the costs are considered realistic.

(Id. at 37) The government further determined as follows:

3 8. The price proposal from ATS is determined to be realistic, fair and reasonable based on the cost realism/price analysis performed, their technical proposal is rated Excellent, and they received a very low performance risk rating; therefore, no further negotiations are necessary by the Government. Since two of the four proposals submitted are competitive and considered fair and reasonable, it is recommended the Price-Negotiation Memorandum be waived.

9. The total contract price [proposed by A TS] of $198,920, 794.00 should be accepted by the Government without further negotiations for the services requirement under this CPFF contract.

(Id. at 46) Based on the foregoing, the POM concluded that award should be made to ATS without further negotiation (id. at 29-30).

6. Contract No. W91CRB-09-C-0043 (the contract) was awarded to ATS on 19 May 2009, with an effective date of 1May2009 (R4, tab 1). The award stated that ATS's January 2009 proposal was accepted and that the contract consisted of''the following documents: (a) the Government's solicitation and your offer, and (b) this award/contract. No further contractual document is necessary." (Id. at 1)

Contract Clauses

7. The contract contains the following clauses incorporated by reference: FAR 52.215-2, AUDIT AND RECORDS-NEGOTIATION (JUN 1999); FAR 52.215-8, ORDER OF PRECEDENCE-UNIFORM CONTRACT FORMAT (OCT 1997); and FAR 52.244-6, SUBCONTRACTS FOR COMMERCIAL ITEMS (MAR 2007).

Free access — add to your briefcase to read the full text and ask questions with AI

Related

Cite This Page — Counsel Stack

Bluebook (online)
A-T Solutions, Inc., Counsel Stack Legal Research, https://law.counselstack.com/opinion/a-t-solutions-inc-asbca-2017.