Agility Defense & Government Services, Inc. v. United States

115 Fed. Cl. 247, 2014 U.S. Claims LEXIS 420, 2014 WL 1091153
CourtUnited States Court of Federal Claims
DecidedMarch 19, 2014
Docket1:13-cv-00380
StatusPublished
Cited by12 cases

This text of 115 Fed. Cl. 247 (Agility Defense & Government Services, Inc. v. United States) is published on Counsel Stack Legal Research, covering United States Court of Federal Claims 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. v. United States, 115 Fed. Cl. 247, 2014 U.S. Claims LEXIS 420, 2014 WL 1091153 (uscfc 2014).

Opinion

OPINION AND ORDER

WHEELER, Judge.

In this contract dispute, Plaintiff Agility Defense & Government Services, Inc. (“DGS”), formerly Taos Industries, Inc. (“Taos”), seeks an equitable adjustment in the amount of $1,369,377.47 for costs incurred in its completion of a delivery order issued pursuant to its contract with the U.S. Army. The contract at issue is a firm fixed-price, indefinite-delivery, indefinite-quantity (“IDIQ”) contract for the purchase of various Soviet-style weapons in support of the U.S. Army’s security assistance mission in Af *249 ghanistan. DGS’s claim is related to its delivery of one of those weapons, the 73 mm SPG-9 recoilless gun. Although DGS originally promised to provide 225 SPG-9s at a fixed total price of $1,319,400.00, it claims that subsequent actions by foreign governments and contract modifications by the U.S. Government increased its costs to $2,688,777.47. DGS now seeks reimbursement of the difference between the contract price and its actual costs.

As set forth below, the Court reaffirms the well-settled rule that in a fixed-price contract, the contractor bears the risk that its actual cost of performance might exceed the contract price. Accordingly, the Court denies Plaintiffs motion for summary judgment and grants the Government’s cross-motion for summary judgment. 1

Background

On July 12, 2004, DGS entered into an IDIQ contract with the U.S. Army for the procurement of Soviet-style weapons to support the Army’s security assistance program in Afghanistan. (Pl.’s Mot. Attach. 1.) The contract provided for the issuance of individual delivery orders on a firm fixed-price basis, and obligated the Government to place orders totaling at least $30,000 in supplies, up to a maximum of $50 million. (Id.) In return, DGS agreed to provide certain Soviet-style weapons, including 73 mm SPG-9 recoilless guns. (Id.) The contract stated that DGS would be provided a “fail’ opportunity to propose pricing and delivery for each delivery order,” and the proposed equipment could be “new, new surplus, used, overhauled, or refurbished,” as long as it was in “serviceable, operable condition.” (Id.) The contract incorporated various FAR provisions, including FAR 52.216-22, as follows:

Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor’s and Government’s rights and obligations with respect to that order to the same extent as if the order were completed during the contract’s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 2 years after original delivery date.

(Id.) Another provision, FAR 52.243-1, was incorporated as the “Changes” clause, providing for an equitable adjustment in the event of certain changes to the contract made by the contracting officer. (Id.) Finally, it incorporated FAR 52.249-8 as the default clause, providing the conditions justifying termination of the contract for default. (Id.)

On December 7, 2007, the Army issued Delivery Order 6, which incorporated the general contract provisions and provided specific order details, such as quantity, price, and delivery dates. (Pl.’s Mot. Attach. 2.) According to those details, DGS agreed to provide 225 SPG-9s at a fixed unit price of $5,864.00, for a total price of $1,319,400.00, on a delivery date of April 7, 2008.(/d) DGS subsequently sought to obtain the SPG-9s from two different subcontractors, one Hungarian company and one Bulgarian company. (Pl.’s Mot. Attachs. 3-4.) The first attempt failed when the Hungarian government refused to release its weapons, and the second failed when the Bulgarian government did the same. (Id.) Consequently, DGS did not provide the SPG-9s by the April 7, 2008 delivery date, and two years later, it still had not provided the weapons. (Id.)

The two-year mark was significant because, under the terms of the contract, the Army could terminate the contract for default if DGS failed to deliver the weapons, but it could not require DGS to make any deliveries more than two years after the originally scheduled date. (See id.) Consequently, effective April 1, 2010, both parties signed Bilateral Modification 4, agreeing that DGS would “not meet the current delivery *250 date,” but instead would “provide 20,000 YAK-B Links as consideration for late delivery.” (Def.’s Mot. A34-A36.) The modification further stated that “[t]he revised delivery date is not yet known,” and “[a]nother modification will need to be executed when the delivery date is determined.” (Id.) From April 1, 2010 to March 10, 2011, DGS was still unable to deliver the SPG-9s, though the parties continued to correspond regarding DGS’s performance of the contract. (Pl.’s Mot. Attachs. 3-6.)

Their correspondence culminated on March 10, 2011 with the signing of Bilateral Modification 7, which contained three significant details. (Pl.’s Mot. Attach. 7.) First, because DGS had been unable to acquire “new surplus” SPG-9s, it instead promised to deliver “new production” SPG-9 variants. (Id.) Second, the modification set “firm [delivery] dates subject only to the requirements for actions by the [Government].” (Id.) Third, DGS explicitly agreed to “waive its rights arising from clause 52.216-22, regarding the restriction on not requiring the contractor to make delivery after 2 years after the original delivery [date].” (Id.) However, one detail that is conspicuously absent from Bilateral Modification 7 is an increase in the contract price. (See id.)

On December 24, 2011, DGS completed delivery of the 225 SPG-9s. (Pl.’s Mot. Attach. 8.) On April 25, 2012, it sent a Request for Equitable Adjustment (“REA”) to the contracting officer in the amount of $1,369,377.47. (Pl.’s Mot. Attach. 9.) This amount represented the increase in costs DGS incurred to acquire the SPG-9 variants specified in Bilateral Modification 7, rather than the SPG-9s described in the original delivery order. (Id.) DGS argued that it had “incurred significant additional costs as a result of actions/non-actions by foreign sovereign governments outside of [its] control,” and “the ONLY costs included in [the] REA [were] the actual costs incurred to procure the SPG-9s less the awarded base unit price of $5,864.00 each for 225 units plus [its] 2011 actual General & Administrative rate.” (Id.) The contracting officer rejected the REA. (Pl.’s Mot. Attach. 10.) DGS then submitted a certified claim, but on January 16, 2013, the contracting officer issued a final decision denying DGS’s certified claim as well. (Pl.’s Mot. Attach. 11.)

On June 7, 2013, DGS filed its complaint in this Court. The parties have filed cross-motions for summary judgment, as well as response and reply briefs. The Court heard oral argument on February 18, 2014, and the case is now ready for decision.

Analysis

A Standard for Decision

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
115 Fed. Cl. 247, 2014 U.S. Claims LEXIS 420, 2014 WL 1091153, Counsel Stack Legal Research, https://law.counselstack.com/opinion/agility-defense-government-services-inc-v-united-states-uscfc-2014.