Amentum Services, Inc., f/k/a AECOM Management Services, Inc.

CourtArmed Services Board of Contract Appeals
DecidedOctober 25, 2023
Docket62835, 62836, 62837, 62838, 62839, 62840
StatusPublished

This text of Amentum Services, Inc., f/k/a AECOM Management Services, Inc. (Amentum Services, Inc., f/k/a AECOM Management 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
Amentum Services, Inc., f/k/a AECOM Management Services, Inc., (asbca 2023).

Opinion

ARMED SERVICES BOARD OF CONTRACT APPEALS Appeals of - ) ) Amentum Services, Inc., f/k/a AECOM ) ASBCA Nos. 62835, 62836, 62837 Management Services, Inc. ) 62838, 62839, 62840 ) Under Contract No. NNK15OL50B )

APPEARANCE FOR THE APPELLANT: Thomas M. Brownell, Esq. Holland & Knight LLP Tysons, VA

APPEARANCES FOR THE GOVERNMENT: Scott W. Barber, Esq. NASA Chief Trial Attorney Samantha R. Cochran, Esq. Marshall D. McKellar, Esq. Trial Attorneys Kennedy Space Center, FL

OPINION BY ADMINISTRATIVE JUDGE D’ALESSANDRIS

In 2015, the National Aeronautics and Space Administration (NASA) Kennedy Space Center (KSC) awarded a contract for launch services to appellant, Amentum Services, Inc. (Amentum), formerly known as AECOM Management Services, Inc., which was, in turn, known as URS Federal Services at the time of award. 1 Amentum was the incumbent contractor at KSC; however, the contract awarded in 2015 was a firm-fixed-price contract, while the prior contract was a cost-type contract. This change in contract type was at least partially responsible for several of the issues currently before the Board.

Amentum appeals from a contracting officer’s final decision denying various claims related to the contract. Amentum’s first claim (ASBCA No. 62835) asserts that the government failed to satisfy the contract’s minimum ordering requirement. The parties disagree as to when certain negotiated task orders should be recognized on the contract. We hold that the amount of the task order was properly applied to the contract’s minimum ordering requirement in the year of award, but that the descoped amount must also be deducted from the minimum order amount for the year that it was awarded. Accordingly, we find that the government failed to satisfy the minimum ordering amount.

1 For simplicity we refer to appellant as Amentum throughout this opinion. Amentum’s second claim (ASBCA No. 62836) asserts that the government improperly required Amentum to create a new contract line item, rather than pricing the work under a “downmode maintenance” provision of an existing line item. Regardless of the merits of Amentum’s argument, we hold that Amentum agreed to the pricing in a bilateral modification, and has waived whatever claim it might have had. Amentum’s third claim (ASBCA No. 62837) pertaining to the pricing of new tasks allegedly without the proper allocation of indirect costs, was similarly waived by a bilateral contract modification.

Amentum’s fourth claim (ASBCA No. 62838) asserts that NASA wrote a task out of the contract by developing a new source for jet fuel at KSC. The contract at issue is an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a minimum ordering requirement, not a requirements contract. We hold that Amentum has not established a violation of the contract and has not demonstrated bad faith on the part of the government.

Amentum’s fifth claim (ASBCA No. 62839) seeks compensation for hurricane shutdowns at KSC. We hold that the firm-fixed-price contact does not entitle Amentum to compensation. Amentum’s sixth claim (ASBCA No. 62840) concerns an allegedly ambiguous contract term or mistake in bidding. We hold that Amentum has not established that the contract was ambiguous or that it is entitled to recover pursuant to a mistaken bid.

FINDINGS OF FACT APPLICABLE TO ALL APPEALS

Appellant AECOM Management Services, Inc. (AECOM) is a Delaware corporation. Effective February 1, 2020, AECOM changed its name to Amentum Services, Inc. and is now known by that name. (Stipulations of the Parties, filed Apr. 15, 2022 (jt. stip.) ¶ 1) AECOM Management Services, in turn, was known as URS Federal Services at the time of award (id. ¶ 3). The John F. Kennedy Space Center (KSC) is a NASA field center located in Florida. (Id. ¶ 2)

NASA Contract No. NNK15OL50B (also known as the Kennedy Space Center Propellants and Life Support Services Contract, KPLSS, KPLSS I, or the contract) was a contract for the performance of launch-related operations and maintenance services at KSC. Its main customers were KSC and the Cape Canaveral Air Force Station (CCAFS). NASA awarded the contract to URS Federal Services (now Amentum) with a period of performance of October 1, 2015 – September 30, 2020. (R4, tab 1 at 2-3; jt. stip. ¶ 3) The KPLSS contract was a successor to NASA’s Institutional Services Contract (ISC) (tr. 1/26-28). The ISC contract was a cost-plus contract (tr. 2/134). Amentum was the incumbent contractor on the ISC and had performed the work included in the KPLSS contract under ISC for a number of years (tr. 1/26–28).

2 The new KPLSS IDIQ contract consisted of firm-fixed-price unit rates called Task Item Numbers (TINs). These TINs were identified and described in the KPLSS Catalog of Services, Attachment J-02. (R4, tab 2 at 101-39) The government could also order services using Negotiated Task Orders (NETOs). NETOs are for ordering services within the scope of KPLSS, but otherwise not in the main catalog of TINs. (Jt. stip. ¶ 5) In addition, the contract provided for Contractor Third-Party Work (C3PW). The contract, in attachment J-21, provides that the C3PW provisions are applicable to any work “performed by the Contractor on KSC and paid for via any agreement other than this contract, another NASA prime contract, or a NASA subcontract (at any tier)” 2 (gov’t hrg., ex. 2 at 1).

On April 18, 2019, Amentum submitted a request for equitable adjustment (REA) concerning NASA’s failure to satisfy the minimum contract value, the downmode maintenance provision, the inability to charge overhead costs on new TINs and the jet fuel TIN (R4, tab 4 at 159-60). NASA denied the REA on November 19, 2019 (id. at 160). Amentum submitted a claim asserting the four issues contained in its REA, plus claims pertaining to government hurricane shutdowns and the pricing issue pertaining to launch support services, as well as a claim pertaining to the 2018-19 government shutdown due to a budget impasse that was not appealed to the Board (id.). The contracting officer denied Amentum’s claim in a final decision dated February 16, 2021 (R4, tab 5 at 181-85). Amentum timely appealed to the Board.

On February 4, 2022, the government filed a motion for summary judgment. Unfortunately, the motion was filed during an e-mail outage and the Board was unaware of the motion until receiving Amentum’s opposition on March 7, 2022. On April 13, 2022, the government moved to stay the hearing pending resolution of its motion for summary judgment filed over two months earlier. By order dated April 21, 2023, we elected to defer consideration of the motion for summary judgment until the hearing, which was at that point less than a month away. 3

2 In other words, work performed by Amentum for third-parties on KSC count against the contract minimum because the work benefits from the use of KSC resources and facilities and may involve the use of government property (gov’t hrg., ex. 2 at 1). 3 Our decision is based upon the hearing record and is not a decision on the motion for summary judgment. 3 Findings of Fact Pertaining to Claim 1 ASBCA No. 62835: Minimum Contract Value

The KPLSS contract included a minimum contract value of $8 million per year:

B.2 Contract Minimum The minimum contract value for each contract year, which includes all TOs issued, is $8,000,000, as shown in Table B.2.1.

Any monies received by the Contractor for the same or similar ser vices offered under this contract, regardless of the customer requesting such service (s) and the contractual mechanism used to perform the work, shall be applied toward the minimum contract value.

(R4, tab 1 at 28) The contract defines “TO” as “task order” in multiple places (e.g., R4, tab 1 at 7, 73, tab 3 at 157) and provides that services will be ordered by task order (R4, tab 1 at 73 ( FAR 52.216-18)).

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
Amentum Services, Inc., f/k/a AECOM Management Services, Inc., Counsel Stack Legal Research, https://law.counselstack.com/opinion/amentum-services-inc-fka-aecom-management-services-inc-asbca-2023.