All Star Technical Services, Inc.

CourtArmed Services Board of Contract Appeals
DecidedJanuary 7, 2014
DocketASBCA No. 58668, 58772
StatusPublished

This text of All Star Technical Services, Inc. (All Star Technical Services, 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
All Star Technical Services, Inc., (asbca 2014).

Opinion

ARMED SERVICES BOARD OF CONTRACT APPEALS

Appeals of-- ) ) All Star Technical Services, Inc. ) ASBCA Nos. 58668, 58772 ) Under Contract No. W9124A-11-C-0002 )

APPEARANCE FOR THE APPELLANT: Mr. Kevin Ingley Senior Vice President

APPEARANCES FOR THE GOVERNMENT: Raymond M. Saunders, Esq. Army Chief Trial Attorney Brian E. Bentley, Esq. CPT Ahsan Nasar, JA Trial Attorneys

OPINION BY ADMINISTRATIVE JUDGE THRASHER PURSUANT TO RULE 12.3

This appeal arises out of a contract between the Army and All Star Technical Services, Inc. (All Star) to provide base maintenance support services at Fort Huachuca, Arizona. All Star appeals four claims against the Army and two government claims asserted against it by the Army. 1 All Star elected the Board Rule 12.3 accelerated procedure on 15 July 2013. This decision only addresses entitlement. We have jurisdiction under the Contract Disputes Act (CDA) of 1978,41 U.S.C. §§ 7101-7109.

FINDINGS OF FACT

I. Background

1. All Star provided base maintenance support services at Fort Huachuca for several years under Contract No. W912A-06-C-0004 (contract 0004). By 2011, contract 0004 was set to end but the government did not have time to compete a follow-on contract without a break in service. As a result, the government decided not to compete the follow-on contract at that time but instead entered into sole source negotiations with All Star to provide bridge services until a new contract could be competed. The

1 ASBCA No. 58668 addresses the four contractor claims appealed from the contracting officer's final decision dated 31 May 2013 and ASBCA No. 58772 addresses the two government claims asserted by the government pursuant to the contracting officer's final decision dated 3 June 2013 (R4, tabs 32, 33). negotiations are documented, in part, by an email string between All Star's project manager, Mr. Paul Lebeau, the contracting officer's representative, Mr. Nick Lebano, and the contracting officer (CO), Ms. Lynn Warner, between 24 March and 28 June 2011 (app. supp. R4, tab 2). On 24 March 2011 the government asked All Star if it could prepare a proposal for what it would anticipate charging per month for a maximum 12-month bridge contract (id. at 7). All Star questioned whether the bridge contract would be a continuation of contract 0004, i.e., continue the hours already on contract, or a new contract, i.e., start with new hours. The government responded that it would be a new contract, "Even though the same type of work will carryover, everything will start over new" (id. at 5). All Star responded, "We will need a Schedule B of what we are to bid and a new Section C.5.23 so I know what areas and what hours you want us to price. I can't make the assumption that everything remains the same" (id. ). The government responded that the CLIN structure would stay the same "as seen on the six month extension and the work will be the same as existing" (id. at 4). After All Star again expressed concern about ensuring it had the correct Performance Work Statement (PWS) to prepare its bid, the government responded "DPW would like for All Star to base their proposal for the bridge contract on the existing O&M PWS which I think was last updated by modification in December of2010; essentially status quo" (id. at 3).

2. On 27 May 2011, the US Army Contracting Command issued Contract No. W9124A-11-C-0002 (bridge contract) to All-Star for facility maintenance at Fort Huachuca, Arizona (R4, tab 1). The bridge contract was awarded with an initial base period of seven months ( 1 June - 31 December 2011) and five one-month option periods. The total period of performance ofthe contract was not to exceed one-year, ending on 31 May 2012. (R4, tab 1 at KFLD000209) The contract was ultimately 2 extended until30 November 2012 (R4, tab 22).

3. The bridge contract PWS required the contractor to perform all work designated in five work categories: Service Orders ("SOs"), Preventive Maintenance ("PM"), nonrecurring Individual Job Work Orders("IJOs"), recurring maintenance Work

2 The contract included FAR 52-217-8, OPTION TO EXTEND SERVICES (R4, tab 1 at KFLD000209). On 24 May 2012, the government exercised two months ofthe FAR 52-217-8 option period via Modification No. (Mod. No.) P00015, which extended the period of performance to 31 July 2012 (R4, tab 16). The period of performance was extended another four times, each for a period of one month: Mod. No. P00016 extended the period of performance by another month to 31 August 2012 (R4, tab 17); Mod. No. P00017 extended the period of performance by another month to 30 September 2012 (R4, tab 18); Mod. No. P00019 extended the period of performance by another month to 31 October 2012 (R4, tab 20); and Mod. No. P00021 extended the period of performance by another month to 30 November 2012 (R4, tab 22).

2 Orders ("RM"), and Standing Operations Orders ("SOOs"). 3 The Directorate of Public Works (DPW) at Fort Huachuca was responsible for planning, directing, supervising and coordinating all facilities engineering activities, including all services required under the bridge contract (R4, tab 1 at KFLD000027). Specific responsibility for project management of the bridge contract, including the issuance of SOs and IJOs, resided in the Chief of the Business Operations and Integration Division ofDPW, Ms. Mary Beth Saenz (tr. 62). She worked with the contract administrator, Mr. Lebano, and the CO, Ms. Virginia Jo Miller, to administer the bridge contract (tr. 62, 143).

4. SOs were used to authorize and manage minor maintenance, repair and minor construction jobs that would not exceed $2,000 in total costs or 40 hours in duration (R4, tab 1 at KFLD000030). An IJO was a category of work request used for all maintenance, repair, minor construction, and new work which exceeded the scope of a SO and other similar services, but not covered by a SOO (R4, tab 1 at KFLD000028).

5. The payment and allocation of cost risk between the parties differed between SOs and IJOs. The SO contract price is set at time of award by the contractor's bid based upon the workload estimates provided in the solicitation. The price in the bridge contract (CLIN 003) was negotiated based upon the workload estimates under the previous contract at a fixed price of$669,943.50 per year, paid monthly in payments of $133,988.70. This price was limited up to a maximum number of 17,000 SOs per year (R4, tab 1 at KFLD000003). Therefore, the contractor assumed the risk that the cost of the work ordered within any given month would exceed the negoiated price up to an annual order ceiling of 17,000 SOs. In the event the government required SOs beyond the 17,000 annual ceiling, CLIN 0004 provided additional SOs could be ordered in units of 100 SOs for a fixed unit price of$9,954.00 (id.). IJOs on the other hand, were paid on a fixed-price basis but based upon an estimate and negotiation at the time the requirement arose (id. at KFLD000064 § C.5.1.7.10.1).

II. Contractor Claims (ASBCA No. 58668)

Relocation of the 40th Motor Pool

6. As early as 6 June 2012, a requirement arose for hauling and crane services requiring "1-Crane and Tractor/Flatbed trailer, support from DPW/All Star" for an estimated 3 days, 25/26/27 June 2012, to move the motor pool (app. supp. R4, tab 3 at 1). Both crane support and hauling services are contemplated areas of service in the bridge contract's PWS (R4, tab 1 at KFLD000070 §§ C.5.2.7, C.5.2.8).

3 For purposes of this appeal, appellant's allegations concern the propriety of issuing SOs instead of IJOs and RM for work under the contract.

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

Related

Hol-Gar Manufacturing Corp. v. The United States
351 F.2d 972 (Court of Claims, 1965)

Cite This Page — Counsel Stack

Bluebook (online)
All Star Technical Services, Inc., Counsel Stack Legal Research, https://law.counselstack.com/opinion/all-star-technical-services-inc-asbca-2014.