Aero Tech Services Associates, Inc.

CourtArmed Services Board of Contract Appeals
DecidedMarch 30, 2020
DocketASBCA No. 61682
StatusPublished

This text of Aero Tech Services Associates, Inc. (Aero Tech Services Associates, 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
Aero Tech Services Associates, Inc., (asbca 2020).

Opinion

ARMED SERVICES BOARD OF CONTRACT APPEALS

Appeal of -- ) ) Aero Tech Services Associates, Inc. ) ASBCA No. 61682 ) Under Contract No. FA8106-17-D-0009 )

APPEARANCE FOR THE APPELLANT: Deborah Appel, Esq. Law Office of Deborah Appel Bronx, NY

APPEARANCES FOR THE GOVERNMENT: Jeffrey P. Hildebrandt, Esq. Air Force Deputy Chief Trial Attorney Isabelle P. Cutting, Esq. Capt Jacquelyn C. Fiorello, USAF Trial Attorneys

OPINION BY ADMINISTRATIVE JUDGE THRASHER

Aero Tech Services Associates, Inc. (ATSA) seeks reimbursement for labor costs incurred under Contract No. FA8106-l7-D-0009 (“0009 Contract”) in logistical support of two E-9A aircraft at Tyndall Air Force Base, Florida. ATSA’s claim is that the fixed hourly labor rate to repair or replace aircraft parts, which applies to “subcontractors” under “Over & Above” (O & A) contract line item numbers (CLIN) X007AA, does not apply to “vendors”. Rather, ATSA’s position is that any labor hourly charges are part of the “material cost” for which ATSA is entitled to full reimbursement under CLIN 007AC. We deny the appeal.

FINDINGS OF FACT

Background

1. The 82nd Aerial Targets Squadron at Tyndall Air Force Base, Florida employs two E-9A aircraft whose primary mission is to act as a surveillance platform to ensure the Gulf of Mexico waters are clear of civilian boaters and aircraft during live missile launches and other hazardous military activities within the test range (R4, tab 6 at 53-54). These aircraft are maintained by contractor- provided logistics. Relevant to this appeal, the contractor-provided logistics support for these aircrafts, which includes over and above (O & A) tasks, engineering services including development, test and FAA certification of modifications, and installation of modifications and depot maintenance support (id. at 53). “O & A Charges are Government directed tasks within [the] scope of the contract but not specifically forecasted such as; [sic] bird strikes, lightning strikes, FOD [(foreign object damage)], dropped or damaged components,” and other government directed actions (R4, tab 6 at 14). ATSA currently provides this support under the 0009 contract.

2. This dispute arises out of a specific O & A situation when the appellant cannot repair or replace an item in-house and must remove the item and send it to an outside contractor for repair or replacement. Upon return of the item to appellant, the outside contractor will invoice appellant either charging a fixed labor rate or a total price encompassing both labor and material with no visibility or breakout of the amount or time or labor involved (tr. 22-23). Appellant refers to the outside contractor in these situations as a “vendor”, not a subcontractor, insisting that a “vendor” is distinguishable from a subcontractor and vendor charges are reimbursable as part of “material costs” under CLIN X007AC (app br. at 2). The end result being, appellant would be fully reimbursed for all labor costs.

3. In contrast, the government argues there is no separate “vendor” category under the contract because the term vendor is defined within the definition of subcontractor (gov’t br. at 8). Therefore in these situations, the contract’s hourly rate, whether disclosed or not, is capped by CLIN X007 at the hourly labor rate in the contract (id. at 6). Likewise, the government argues that material costs proposed by the contractor may not include labor costs (id. at 7).

Comparison between the Previous Contract and the 0009 Contract Follow-on Solicitation

4. ATSA performed these logistics services for six years under the previous contract, Contract No. FA8106-11-C-0004 (0004 contract) (R4, tab 1). On August 4, 2016, the Air Force issued a request for proposals (RFP) for a follow-on contract under Solicitation No. FA8106-16-R-0008 (R4, tab 6 at 1). Relevant here, the government substantially changed the acquisition strategy related to the O & A pricing, converting the 0004 contract prime and subcontract O & A CLINs from cost to fixed price CLINs. Major Toyama, the lead contracting officer on the source selection, testified that the O & A 0004 contract prime and subcontractor costs for CLIN 0007 was converted into a firm fixed price CLIN in the 0009 contract based upon historical data from the previous six year contract. (Tr. 59-60)

5. By way of comparison, the 0004 contract included an O & A subcontracting mark-up rate. This fixed subcontract pass-through mark-up factor represented the administrative costs of obtaining the subcontract effort, including all indirect costs plus fee associated with obtaining the subcontract effort. The fixed subcontract pass-through mark-up factor was then added to the price paid by the

2 contractor to the outside contractor to determine a fixed price amount for the subcontract effort. (R4, tab 1 at 12) The net effect of this clause was to fully reimburse the contractor for subcontractor services: the amount charged to the contractor for the subcontract service, plus an administrative fee (fixed subcontract pass-through mark-up factor) for obtaining the subcontractor effort. In contrast, the follow-on contract solicitation established a single fixed O & A labor rate, proposed by the offerors that applied to the prime contractor and all subcontractors, eliminating the subcontracting mark-up rate found in the 0004 contract (R4, tab 6 at 15, 140-41). This effectively converted what had been a cost reimbursable clause for the complete cost paid the subcontractor for its services to a fixed price clause based upon the proposed fixed labor rates.

6. The follow-on solicitation required all proposed pricing to be submitted in a Pricing Matrix that would be incorporated into the contract (R4, tab 57 at 12). The 10 different O & A labor rates found in the 0004 contract were reduced to only two: a single labor rate for work hours and a single O & A labor rate for overtime (R4, tab 1 at 198, tab 6 at 140).

7. Additionally, the follow-on solicitation flagged the change in pricing strategy warning the offerors of the additional cost risk from subcontractors and vendors [emphasis added] in out years, stating:

Offerors are strongly advised to seriously note risk for firm fixed pricing in contract out-years. Such risk is considered contractor risk and not risk to the Government. Proposed pricing shall be sufficient to cover such contractor risk of future unknowns, such as subcontractor rate increases in contract out-years, as well as material cost increases in out-years or potential changes in teaming with specific subcontractors/vendors. This also includes unanticipated changes in subcontractors’ or vendors’ [emphasis added] pricing in the out-years. For example, as out-year performance periods are reached over time, subcontractor pricing (on which these originally proposed fixed wrap rates are based) could change. As a result, future subcontractor pricing may not correspond with the original proposed FFP rates. Revision of proposed firm fixed pricing will not be accepted by the Government to cover any additional costs in the future out-years. Offerors shall be held to their originally proposed pricing, i.e., FFP rates for all CLINs.

(R4, tab 57 at 17) (emphasis added)

3 ATSA’s Follow-on Contract Proposal

8. ATSA submitted its final proposal revision on May 8, 2017 (R4, tab 5 at 1). Mr. Christopher Bloomer, Vice President of Operations for ATSA testified he helped prepare the proposal on this contract and has been working on the contract since September 2017 (tr. 23). He also testified he read the language in CLIN 0007 of the solicitation that states all rates apply to prime contractors and all subcontractors but noted the proposal did not include subcontractors performing work on this contract because of the distinction the industry makes between subcontractors and vendors (tr. 25-28).

9.

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

Related

Teg-Paradigm Environmental, Inc. v. United States
465 F.3d 1329 (Federal Circuit, 2006)
McAbee Construction, Inc. v. United States
97 F.3d 1431 (Federal Circuit, 1996)
Nvt Technologies, Inc. v. United States
370 F.3d 1153 (Federal Circuit, 2004)

Cite This Page — Counsel Stack

Bluebook (online)
Aero Tech Services Associates, Inc., Counsel Stack Legal Research, https://law.counselstack.com/opinion/aero-tech-services-associates-inc-asbca-2020.