Agility Defense & Government Services, Inc. (a/k/a Agility DGS Holdings, Inc.)

CourtArmed Services Board of Contract Appeals
DecidedNovember 14, 2014
DocketASBCA No. 58870, 59261
StatusPublished

This text of Agility Defense & Government Services, Inc. (a/k/a Agility DGS Holdings, Inc.) (Agility Defense & Government Services, Inc. (a/k/a Agility DGS Holdings, 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
Agility Defense & Government Services, Inc. (a/k/a Agility DGS Holdings, Inc.), (asbca 2014).

Opinion

ARMED SERVICES BOARD OF CONTRACT APPEALS

Appeals of -- ) ) Agility Defense & Government Services, Inc. ) ASBCA Nos. 58870, 59261 (a/k/a Agility DGS Holdings, Inc.) ) ) Under Contract No. SPM7LX-09-D-9004 )

APPEARANCES FOR THE APPELLANT: Gary L. Rigney, Esq. Jon D. Levin, Esq. W. Brad English, Esq. Maynard, Cooper & Gale, P.C. Huntsville, AL

APPEARANCES FOR THE GOVERNMENT: Daniel K. Poling, Esq. DLA Chief Trial Attorney Matthew 0. Geary, Esq. Trial Attorney DLA Land and Maritime Columbus, OH

Gregory T. Allen, Esq. Trial Attorney Defense Contract Management Agency Chantilly, VA

OPINION BY ADMINISTRATIVE JUDGE THRASHER ON THE GOVERNMENT'S MOTION TO DISMISS FOR LACK OF JURISDICTION

Agility Defense & Government Services, Inc., (a/k/a Agility DGS Holdings, Inc.) (Agility) appeals the termination contracting officer's (TCO's) settlement determination related to the termination for convenience of contract line item numbers (CLINs) 0001 through 0006 of its contract (contract termination) with the Defense Logistics Agency (DLA) (ASBCA No. 58870). In addition, Agility seeks $297,794.26 resulting from DLA's constructive termination for convenience of CLIN 0002 prior to the contract termination (pre-termination claim) (ASBCA No. 59261). DLA moves to dismiss the pre-termination appeal (ASBCA No. 59261) without 1 prejudice alleging that

1 The government's motion requests this appeal be dismissed both with and without prejudice (gov't mot. at 1, 6, 7). However, the government clarified this issue during oral arguments stating that it was requesting dismissal without prejudice and appellant could file its claim with the TCO (tr. 12). the TCO's act in terminating CLIN 0002 as part of the contract termination rendered this appeal moot, thereby depriving the Board of subject matter jurisdiction. The parties jointly requested oral arguments on the motion, which were held on 12 August 2014.

STATEMENT OF FACTS (SOF) FOR PURPOSES OF THE MOTION

1. The DLA, Land and Maritime, Columbus, Ohio, (DLA) awarded an indefinite-quantity contract, No. SPM7LX-09-D-9004, to Agility on 12 December 2008. The primary requirements under the contract were to provide industrial hardware supply support directly to the maintenance operations at Tobyhanna Army Depot, Pennsylvania, by maintaining stock in designated bin locations under a fixed-price CLIN (CLIN 0001) and to acquire, stock and deliver industrial hardware supplies to worldwide customers at various destinations in accordance with task orders issued under CLIN 0002. (R4, tab 1 at G-1, -2) Although the contract contained seven CLINs, Agility complaint only "relates to the supply of Worldwide Demand Items to be provided under CLIN 0002 [R4, tab 1 at G-14, -58] of the contract for which [Agility] was to receive a fixed price per item ... for all costs (management, infrastructure, item, and distribution) associated with the delivery of supplies" (comp I. ii 5 (citing Federal Acquisition Regulation (FAR) 52.216-18)) (emphasis added). 2

2. The contract included the FAR 52.212-4(1), CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (FEB 2007) clause, which states, in pertinent part, in the event of a government termination for convenience the contractor may recover "a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate ... have resulted from the termination" (R4, tab 1 at G-9).

3. Agility began work under CLIN 0002 in September 2009. In a 19 November 2009 memorandum decision, DLA announced that it had suspended The Public Warehousing Company, pursuant to FAR Subpart 9.4. 3 DLA extended the suspension to include The Public Warehousing Company's affiliates, including Agility. 4 Shortly thereafter, in light of the suspension, DLA notified Agility that all work under CLIN 0002 was suspended. Agility, however, continued to perform work under other CLINs, which were not affected by the suspension. (Compl. ii 7) Notwithstanding the suspension of CLIN 0002 activities, Agility maintained the ability to perform in the event that the suspension was lifted (comp I. ii 8).

2 All citations to the complaint reference appellant's Amended and Restated Complaint, filed with the Board and dated 15 May 2014 (Bd. corr.). 3 See FAR 9.407-2(a) (providing for contractor's suspension where there exists adequate evidence of improprieties). 4 See FAR 9 .407-1 (c) (providing that suspension may extend to contractor's affiliates).

2 4. In June, 2011, Agility requested that DLA terminate CLIN 0002 for convenience in order that Agility would not incur any further expenses in maintaining the required inventory and the capability to perform under CLIN 0002. DLA refused to terminate CLIN 0002 for convenience until a succession plan was in place. (Compl. ~ 9)

5. On 23 November 2011, Agility filed its pre-termination claim asserting that CLIN 0002 had been constructively terminated as of 19 November 2009 and that the government had breached its implied covenant of good faith and fair dealing by continuing an indefinite suspension of CLIN 0002 which necessitated that Agility keep certain amounts of inventory on hand in order to maintain the capability to perform, as required by the contract. The pre-termination claim sought reimbursement for the value of the inventory which Agility continued to retain under the suspension in an amount of $586,029.76. (Compl. ~ 11, ex. A)

6. On 20 March 2012, Thomas J. Maul, contracting officer (CO), issued a final decision denying Agility's pre-termination claim in its entirety (compl. ~ 12, ex. B).

7. On 19 June 2012, Agility received a notice that its contract would be terminated for the government's convenience on or about 27 July 2012. The termination was subsequently issued by contract Modification No. POOO 12 (Mod. 12), dated 31 July 2012. Pertinent to this motion, Mod. 12 terminated contract CLINs 0001-0006 for convenience pursuant to FAR 52.212-4(1). (R4, tabs 4, 5)

8. As directed by the TCO, Agility submitted a proposal for a termination settlement which, inter alia, addressed a portion of the inventory which had been maintained under CLIN 0002 (compl. ~ 14). The termination settlement proposal claimed a total of $509,937.79 for inventory buyback under CLINs 0001 & 0002, and DLA agreed to and subsequently paid Agility said amount (settlement proposal payment) (compl. ~ 15, ex. B). However, Agility's complaint alleges only $288,235.50 of the settlement proposal payment is related to the pre-termination claim for costs under CLIN 0002 - reducing the pre-termination claim at issue to $297, 794.26 (compl. ~ 15).

9. Agility filed a complaint on 21 March 2013 with the United States Court of Federal Claims, Case No. 13-204-C. In its complaint, Agility challenged the propriety of the CO's decision dated 20 March 2012. (Compl. ~ 16)

10. On 17 June 2013, the TCO issued a final decision on Agility's termination settlement proposal submitted under Contract No. SPM7LX-09-D-9004 (R4, tab 30

3 at G-680). Agility filed a notice of appeal with the Board and the appeal was docketed as ASBCA No. 58870 on 12 September 2013.

11. Pursuant to 41 U.S.C. § 7107(d), the United States Court of Federal Claims, by Order dated 19 February 2014, transferred Case No. 13-204-C (pre-termination claim) to the Board and on 15 April 2014, the matter was docketed as ASBCA No. 59261.

12. On 10 July 2014, DLA filed a motion to dismiss the pre-termination claim (ASBCA No. 59261) arguing that the Board lacked subject matter jurisdiction over the dispute because the contract termination rendered this dispute moot.

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

Related

Praecomm, Inc. v. United States
78 Fed. Cl. 5 (Federal Claims, 2007)

Cite This Page — Counsel Stack

Bluebook (online)
Agility Defense & Government Services, Inc. (a/k/a Agility DGS Holdings, Inc.), Counsel Stack Legal Research, https://law.counselstack.com/opinion/agility-defense-government-services-inc-aka-agilit-asbca-2014.