BAE Systems San Francisco Ship Repair

CourtArmed Services Board of Contract Appeals
DecidedJune 19, 2014
DocketASBCA No. 58809
StatusPublished

This text of BAE Systems San Francisco Ship Repair (BAE Systems San Francisco Ship Repair) 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
BAE Systems San Francisco Ship Repair, (asbca 2014).

Opinion

ARMED SERVICES BOARD OF CONTRACT APPEALS

Appe~of-- ) ) BAE Systems San Francisco Ship Repair ) ASBCA No. 58809 ) Under Contract No. W912SU-04-D-0005 )

APPEARANCE FOR THE APPELLANT: Peter B. Jones, Esq. Jones & Donovan Newport Beach, CA

APPEARANCES FOR THE GOVERNMENT: Raymond M. Saunders, Esq. Army Chief Trial Attorney MAJ John R. Longley, JA CPT Tyler L. Davidson, JA Trial Attorneys

OPINION BY ADMINISTRATIVE JUDGE TING ON APPELLANT'S MOTION FOR SUMMARY JUDGMENT

The Army (government) awarded BAE Systems San Francisco Ship Repair (BAE or BAESFSR) a task order under a multiple-award, task order contract (MATOC) for the programmed maintenance of a Logistics Support Vessel. The parties' disputes relate to the proper equitable adjustment of two items under the task order: (1) the replacement of 24 tie-down features on the vessel's main deck known as "cloverleafs"; and (2) the replacement of the vessel's potable and drain piping systems. BAE moves for summary judgment on its cloverleaf claim contending that, as a matter of law, it is entitled to the $285, 101 claimed because that amount was verified by a Defense Contract Audit Agency (DCAA) report as having been incurred. 1 The Army opposes the motion. For reasons set out below, we deny the motion.

Background

In 2004, the Mission and Installation Contracting Command at Fort Eustis, Virginia, received a requirement to issue contracts for the maintenance and repair of three classes of landing craft stationed at various ports in the Pacific Ocean (R4, tab 13 7 at 1). The vessels included the Army's Logistics Support Vessels also known as "LSV" - class

1 BAE's motion for summary judgment on the cloverleaf claim was received at the Board on 3 March 2014. Subsequently, BAE filed a second motion for summary judgment on the piping claim received at the Board on 3 April 2014. This decision addresses the first or the cloverleaf motion for summary judgment. vessels. The effort was referred to as the "Programmed Drydocking, Cleaning, Painting, Repairs and Modifications to US Army Active and Reserve Vessels Located on the West Coast of the United States and Hawaii." The work would be executed as a task order under a MA TOC. (Id.)

BAE was one of five shipyards on the West Coast that competed for and received the right to bid on task orders issued for the Army's West Coast watercraft. On 2 April 2004, MATOC Contract No. W912SU-04-D-0005 (Contract 0005) was awarded to BAE in the estimated amount of$99,476,431.91. The contract was for a base year and four one-year options. (R4, tab 137 at 2)

Each task order under Contract 0005 would identify definite and indefinite work items to be performed. The contract defined "Definite Item" to mean "[k]nown work that shall be diligently prosecuted upon issuance of delivery order." The contract defined "Indefinite Item" to mean "[w]ork to be accomplished only upon the written approval of the Contracting Officer. Activation of an indefinite item does not entitle the Contractor to an extension of the performance period." (R4, tab 1at24, ~~ C.0.1.7., C.0.1.12.)

Contract 0005 also addresses situations where the government determines, during the repair of a vessel, that additional replacement parts, materials and installation are required:

C.0.2.23.1. In addition to work specified in the specifications the Contractor shall furnish additional replacement parts, materials and installation which are determined to be required by the Government. The Contractor shall purchase additional replacements [sic] parts and materials required under this paragraph at the lowest known cost and shall be paid at cost. "At cost" is defined as the actual net cost of such parts and materials to the contractor including any and all discounts, rebates and allowances thereon (regardless of the date of purchase), material handling costs properly allocable to such parts or materials (if such costs are not reimbursable under any other provision of this contract), and properly identified and supported freight or transportation charges. The Contractor shall install and test such replacement parts and materials at no additional cost to the Government.

C.0.2.23.2. If it is determined by the Government that additional replacements parts and materials require machining or fitting, the Contractor shall be paid under this paragraph at cost, as defined herein. The Contractor shall be compensated for installation of replacement parts or materials requiring

2 machining and fitting. Costs for replacement parts, materials and installation shall be allowed to the extent that they are reasonable, allocable and allowable in view of the principles of FAR Part 31.

(R4, tab 1 at 30)

In addition, Contract 0005 included in full text the DFARS 252.217-7003, CHANGES (DEC 1991 ); DF ARS 252.217-7004, JOB ORDERS AND COMPENSATION (DEC 1991); DFARS 252.243-7002, REQUESTS FOREQUITABLEADJUSTMENT(MAR 1998) clauses (R4, tab 1at340-41, 352). The contract incorporated by reference the DFARS 252.243-7001, PRICING OF CONTRACT MODIFICATIONS (DEC 1991) clause providing:

When costs are a factor in any price adjustment under this contract, the contract cost principles and procedures in FAR Part 31 and DF ARS Part 231, in effect on the date of this contract, apply.

(R4, tab 1 at 329) The contract also included in full text the DF ARS 252.217-7028, OYER AND ABOVE WORK (DEC 1991) clause, that provides in pertinent part:

(a) Definitions.

As used in this clause -

( 1) Over and above work means work discovered during the course of performing overhaul, maintenance, and repair efforts that is --

(i) Within the general scope of the contract;

(ii) Not covered by the line item(s) for the basic work under the contract; and

(iii) Necessary in order to satisfactorily complete the contract.

(e) The Contractor shall promptly submit to the Contracting Officer, a proposal for the over and above work. The Government and Contractor will then negotiate a settlement for the over and above work. Contract

3 modifications will be executed to definitize all over and above work.

(f) Failure to agree on the price of over and above work shall be a dispute within the meaning of the Disputes clause of this contract.

(R4, tab 1 at350-51)

Contract 0005 included a provision entitled "OFFEROR'S FULLY BURDENED LABOR RA TE FOR THE SECOND OPTION PERIOD." This provision states:

a. Changes are inherent to vessel repair contracts and should be expected by the Contractors. Offerors shall include a fully burdened labor rate to be used in negotiating changes. The rate must include all costs for negotiating changes, including but not limited to, G&A, overhead, profit, cost of money, etc. The offeror shall insert rates below that it agrees to use in negotiating changes for new or additional work. These rates shall prevail throughout satisfactory completion of the base period.

(R4, tab 1 at 393) For Option Period Two, from 1 December 2006 through 30 November 2007 (R4, tab 1 at 2), relevant here, this provision set the contractor's fully burdened labor rate at $73.50, G&A rate at 8.82%, and profit rate at 10% (R4, tab 1 at 393).

On 27 December 2006, Delivery Order (or task order) 0002 was awarded to BAE for an estimated amount of $4,889,413.73 for the programmed drydocking, cleaning, painting and repairs to the U.S. Army Vessel LSV-5. The LSV is an ocean-going vessel and is designed to carry supplies and equipment across the ocean or from other ships to shore. The bow ramp can be lowered on a beach to allow for cargo to be off-loaded, and the stem ramp allows cargo to be loaded and off-loaded onto a pier. The LSV-5 is based at Bishop's Point, Hickam Air Force Base, Hawaii.

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

Related

Adickes v. S. H. Kress & Co.
398 U.S. 144 (Supreme Court, 1970)
Anderson v. Liberty Lobby, Inc.
477 U.S. 242 (Supreme Court, 1986)
Mingus Constructors, Inc. v. The United States
812 F.2d 1387 (Federal Circuit, 1987)
Scott Timber Company v. United States
333 F.3d 1358 (Federal Circuit, 2003)
Kellogg Brown & Root Services, Inc. v. United States
728 F.3d 1348 (Federal Circuit, 2013)
Kellogg Brown & Root Services, Inc. v. United States
742 F.3d 967 (Federal Circuit, 2014)

Cite This Page — Counsel Stack

Bluebook (online)
BAE Systems San Francisco Ship Repair, Counsel Stack Legal Research, https://law.counselstack.com/opinion/bae-systems-san-francisco-ship-repair-asbca-2014.