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

134 Fed. Cl. 723
CourtUnited States Court of Federal Claims
DecidedOctober 18, 2017
Docket13-55C, 13-97C (Consolidated)
StatusPublished

This text of 134 Fed. Cl. 723 (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, 134 Fed. Cl. 723 (uscfc 2017).

Opinion

Contract Claim for Disposal of Surplus Property in Middle East; Requirements Contract; Use of Historical Data; Negligent Estimate; Mandate Rule; Equitable Adjustment; Actual Cost Method; Damages.

OPINION AND ORDER

WHEELER, Judge.

This case is before the Court on remand from the United States Court of Appeals for the Federal Circuit to determine the proper amount of damages due Plaintiff Agility Defense & Government Services, Inc. (“Agility”). The Federal Circuit instructed this Court to calculate Agility’s equitable adjustment arising from damages Agility incurred from performing in excess of its contract with Defense Reutilization Management Services (“DRMS”) to dispose of surplus property received from the military services as troops were departing from ai’eas of operation in Iraq, Afghanistan and Kuwait. Agility Def. & Gov’t Servs., Inc. v. United States, 847 F.3d 1345, 1354 (Fed. Cir. 2017).

For the reasons explained below, the Court finds that Agility is entitled to a total equitable adjustment of $6,906,339.20, plus interest. The Court bases this conclusion on a finding that this calculation accurately captures the cost of additional, unanticipated work Agility had to perform on the contract as a result of DRMS’ negligent estimates.

A detailed factual history of this case can be found in the Court’s previous opinion in this matter. See Agility Def. & Gov’t Servs., Inc. v. United States, 122 Fed.Cl. 677 (2015). The Court will provide a brief overview of the facts relevant to the issues currently on remand.

Findings of Fact 1

The Defense Logistics Agency (“DLA”) provides supplies to the military services and supports Department of Defense acquisition activities. Stip. ¶ 1. DRMS is a primary field activity of DLA. Id. DRMS is responsible for the disposal of all excess personal property generated by the military services worldwide. Stip. ¶ 2. To accomplish its mission, DRMS has established Defense Reutilization and Marketing Offices (“DRMOs”) at locations throughout the world. Id. Each DRMO is a receiving and processing facility for surplus property. Stip. ¶ 3; Mohr, Tr. 156.

Prior to 2007, the Government performed in-house all of the work relating to the receipt and processing of surplus property. Stip. ¶ 4. In December 2006, the Director of DRMS determined that the agency could not adequately support the surplus property functions in the future. Washington, Tr. 416-17. Agency management was concerned that the “planned movement of U.S. Military forces” would create more work than the agency could handle. JX 20 at 2. At that point, the agency decided to solicit and award an outside contract for this work. Stip. ¶ 4; Washington, Tr. 416-17.

On January 18, 2007, DRMS issued Solicitation No. SP4410-07-R-007 seeking a contractor to perform all surplus property disposition services at six locations in Southwest and Central Asia. Stip. ¶ 5; JX 2. The six locations were at Bagram, Afghanistan; Camp Arifjan, Kuwait; and Camps Anaconda, Victory, Al Asad, and Speicher, Iraq. JX 2. In Block 7 of the coversheet to the Solicitation, the Government explained:

All potential firms should understand that this [Request for Proposal] is accompanied by a Statement of Objective (attachment 1). The goal is for firms to develop and submit a Performance Work Statement that will outline in detail'how it proposes to fulfill the mission requirements of DLA/DRMS. Firms are encouraged to where practical offer efficient commercial solutions that will enhance the mission while at the same time reduce cost.

Id. at 1. The Solicitation as amended contemplated the award of a single contract for a base year and’four one-year options. M. at 48; JX 4 at 6. 2 The Government planned to award a combined firm-fixed-price, time and materials, and cost reimbursement contract. JX 4 at 6. The firm-fixed-price portion covered the first six contract line items, one for each of the six designated locations, and the time and materials portion covered other locations within Iraq, Afghanistan, or Kuwait where work might be required, Id. at 7-12. However, the contract is predominantly for a firm-fixed-price, and only the firm-fixed-price line items are at issue in this case. Section M of the Solicitation as amended stated that award would be made on a best value basis, considering past performance, price and the other evaluation factors listed. Id. at 57,

Amendment 004 to the Solicitation contained a listing of the questions and answers between the agency and the offerors prior to the Preproposal Conference. Id. at 131-58. Question 122 asked the Government to provide the workload history and projection by category and location. The Government responded by stating “[w]orkload history and current inventory levels can be found at http://www.drms.dla.mil/newproc/index and link to ‘DRMS information for Southwest/Central Asia.’ The Government does not have workload projections,” JX 21 at 201-02.

The agency’s website contained historical workload information for each of the six DRMO locations covered by the contract. Washington, Tr. 421-22; Baker, Tr. 43. The agency updated the website’s workload data on a regular basis. Washington, Tr. 422. The workload was measured by the weight of scrap processed and by the number of line items, Baker, Tr. 43, 47, 48. The website also showed the number of direct and contract staff members employed by DRMS at each location. Baker, Tr. 48; JX 60 at 3; JX 59 at 4; JX 66 at 4; JX 73 at 3; JX 76 at 4; JX 80 at 4. DRMS used the workload data for, August 4, 2007 as the baseline when issuing delivery orders under the contract. JX 80 at 4.

Prior to 2007, Agility acquired Taos Industries, Inc,, a small firm based in Huntsville, Alabama. Taos specialized in performing logistics contracts for the U.S. Government, but it had not previously operated a DRMO. Baker, Tr. 38. Agility hired three former DLA employees to provide expertise in preparing its proposal in response to the Solicitation, including the development of a Performance Work Statement (“PWS”). Baker, Tr. 39.

Agility was one of three offerors to submit a proposal in response to the Solicitation. Stip, ¶ 14. The agency’s Source Selection Authority determined that Agility’s proposal provided the best overall value to the Government. Agility’s final price was $45,233,914.92. Baker, Tr. .68; JX 16 at 8, The final price reflected a $20,342,608.00 offset for revenues expected from scrap. JX 10 at 17. Agility’s proposal was based upon a staffing plan of 174 persons. Baker, Tr. 40; JX 10 at 35-38.

DRMS notified Agility on November 29, 2007 that its proposal had been accepted for award. Stip. ¶ 16, The parties executed Contract No. SP4410-08-D-2000 (‘‘the Contract”) on the same day. JX 21, The Contract contained six line items, one for each of the DRMO locations, and each line item had a firm-fixed-price to be paid on a monthly basis. Id. at 51, The Contract also contained clause H.19, “DRMO Workload Changes,” which stated the following:

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

Related

In Re Sanford Fork & Tool Co.
160 U.S. 247 (Supreme Court, 1895)
Hi-Shear Technology Corporation v. United States
356 F.3d 1372 (Federal Circuit, 2004)
Crown Laundry & Dry Cleaners, Inc. v. United States
39 Cont. Cas. Fed. 76,575 (Federal Claims, 1993)
UMC Electronics Co. v. United States
43 Fed. Cl. 776 (Federal Claims, 1999)
Doninger Metal Products, Corp. v. United States
50 Fed. Cl. 110 (Federal Claims, 2001)
CEMS, Inc. v. United States
59 Fed. Cl. 168 (Federal Claims, 2003)
Spodek v. United States
73 Fed. Cl. 1 (Federal Claims, 2006)
Carolina Power & Light Co. v. United States
98 Fed. Cl. 785 (Federal Claims, 2011)

Cite This Page — Counsel Stack

Bluebook (online)
134 Fed. Cl. 723, Counsel Stack Legal Research, https://law.counselstack.com/opinion/agility-defense-government-services-inc-v-united-states-uscfc-2017.