Chugach Federal Solutions, Inc.

CourtArmed Services Board of Contract Appeals
DecidedJune 8, 2023
Docket61320
StatusPublished

This text of Chugach Federal Solutions, Inc. (Chugach Federal Solutions, 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
Chugach Federal Solutions, Inc., (asbca 2023).

Opinion

DOCUMENT FOR PUBLICE RELEASE. The decision issued on the date below is subject to an ASBCA Protective Order. This version has been approved for public release. ARMED SERVICES BOARD OF CONTRACT APPEALS Appeal of - ) ) Chugach Federal Solutions, Inc. ) ASBCA No. 61320 ) Under Contract No. N44255-14-D-9000 )

APPEARANCES FOR THE APPELLANT: Richard B. O’Keeffe, Jr., Esq. William A. Roberts III, Esq. Gary S. Ward, Esq. Cara L. Lasley, Esq. Wiley Rein LLP Washington, DC

APPEARANCES FOR THE GOVERNMENT: Craig D. Jensen, Esq. Navy Chief Trial Attorney David M. Marquez, Esq. Robyn L. Hamady, Esq. Anthony Hicks, Esq. Trial Attorneys

OPINION BY ADMINISTRATIVE JUDGE D’ALESSANDRIS

In 2011, the Naval Facilities Engineering Systems Command (NAVFAC, Navy, or government) issued a solicitation for the West Sound base services operating contract. The solicitation was for a firm-fixed-priced, performance based, Indefinite Delivery Indefinite Quantity contract to provide base operations support, such as fire and emergency services, garbage collection and building maintenance, at Naval Facilities in the Puget Sound, Washington area. The solicitation was intended to be a follow-on contract to the existing base operations support contract. However, the solicitation differed from the existing contract in at least one key detail: the existing contract procured a set number of “trouble calls,” basically unscheduled building maintenance issues, while the solicitation provided that the contractor would be responsible for an unlimited number of trouble calls.

As part of the solicitation process, the government prepared an independent government estimate (IGE) of the cost of performing the contract. The IGE was generated by government employees based on data from the incumbent contractor, and the government estimators’ subjective, and typically conservative, projections of the cost of performing a contract with unlimited trouble calls. The solicitation provided most, but not all, of the incumbent contractor’s relevant data to the offerors. Chugach Federal Solutions, Inc. (Chugach or CFSI) was one of nine offerors responding to the DOCUMENT FOR PUBLICE RELEASE. The decision issued on the date below is subject to an ASBCA Protective Order. This version has been approved for public release. solicitation. Despite being a firm-fixed-price level of effort contract, the solicitation requested that offerors provide staffing levels in their proposals. The government evaluated the proposals through a technical team and a price team, which in turn reported to a source selection committee. The technical team concluded that eight of the nine offerors, including Chugach, had a major weakness in their proposed staffing levels. The government determined that the offerors should be prompted to review the performance work statement to ensure that they were including sufficient staffing to deal with the change to unlimited trouble calls. In addition, the government determined that it should review the accuracy of its own IGE.

The government entered into negotiations with the offerors and asked Chugach to review its proposal to ensure that it accounted for the change to unlimited service calls. At the same time, the government noted that specific portions of Chugach’s proposal had prices that were either too high or too low, relative to the remaining offerors. Following proposal revisions, the government awarded the contract to Chugach in March of 2014. During the transition period, Chugach recognized that it had proposed inadequate staffing, and significantly increased its number of full time equivalent employees before beginning full performance of the contact in October 2014. Even with the increased staffing, Chugach experienced problems meeting the contract’s performance standards. The government noted deficiencies in Chugach’s performance ratings and began withholding contract funds. In response, Chugach increased its staffing, causing financial losses on the contract.

In August 2016, Chugach submitted a certified claim seeking in excess of $12 million in increased costs pursuant to a variety of theories. According to Chugach, the government engaged in negligent negotiations because the government failed to inform Chugach that the government had determined that Chugach was not proposing enough staff to perform the contract. Alternatively, Chugach contends that the government had superior knowledge regarding the staffing necessary to perform the contract that it did not share with Chugach. Chugach also contends that the parties were mutually mistaken regarding the staffing required to perform the contract, that there was a constructive change to the contract, and that the government improperly withheld payments.

The matter is before the Board pursuant to Board Rule 11, “Submission Without a Hearing,” permitting the Board to make findings of fact based on the evidentiary record. Based on the record before us, we find that Chugach has not produced evidence sufficient to support its theories of negligent negotiation, superior knowledge, mutual mistake, or constructive change. With regard to the improper withholding count, we find that the government did not support its decision to withhold contract funds. We grant Chugach’s appeal only with regard to its challenge to the Navy’s fixed percentage withholding.

2 DOCUMENT FOR PUBLICE RELEASE. The decision issued on the date below is subject to an ASBCA Protective Order. This version has been approved for public release.

FINDINGS OF FACT

I. The Parties

At the time of the relevant events, appellant, Chugach Federal Solutions, Inc. was a subsidiary of Chugach Government Solutions, Inc. (CGS), which was, in turn, a subsidiary of Chugach Alaska Corporation (CAC) (gov’t proposed finding of fact ¶ 2; compl. ¶ 1). CAC was an Alaska Native Corporation created under the Alaska Native Claims Settlement Act of 1971 (gov’t proposed finding of fact ¶ 2; compl. ¶ 1). Chugach specializes in base operations support, logistics, public works, construction, and IT services (R4, tab 4-1 at CFSI21902_7).

II. The Solicitation

A. Background

On November 21, 2011, NAVFAC issued Solicitation N44255-10-R-5016 (WSBOS solicitation) for the West Sound Base Operations Support Contract (WSBOS contract), a firm-fixed-priced, performance based, Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide base operations services at NAVFAC facilities in the Puget Sound, Washington area, including Naval Base Kitsap (Bremerton, Bangor, and Keyport) and Naval Magazine Indian Island (R4, tab 1-1.1 at GOV1-2; R4, tab 1- 1.4 at GOV363-65; compl. ¶10). The WSBOS contract was intended to follow Contract No. N44255-05-D-5103 (EJB Contract), the expiring base operations services contract then being performed by EJB Facilities Services (EJB) (app. supp. R4, tab 60). The WSBOS solicitation anticipated an award based on competitive acquisition, incorporating by reference Federal Acquisition Regulation (FAR) 52.215- 1 (R4, tab 1-18 at GOV18373).

B. Evaluation Criteria

The WSBOS solicitation provided for a price evaluation factor with no subfactors and a non-price evaluation factor with six subfactors (R4, tab 1-18 at GOV18378-91). The solicitation provided that the non-price subfactors are approximately equal to each other and the six non-price factors combined are approximately equal to the total price for evaluation (id. at GOV18379). In addition, Section M, Evaluation Factors for Award, Paragraph 3.a., Price, states in relevant part:

3 DOCUMENT FOR PUBLICE RELEASE. The decision issued on the date below is subject to an ASBCA Protective Order. This version has been approved for public release. (2) Basis of Evaluation:

(a) . . .

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

Related

Helene Curtis Industries, Inc. v. The United States
312 F.2d 774 (Court of Claims, 1963)
Placeway Construction Corporation v. The United States
920 F.2d 903 (Federal Circuit, 1990)
Dairyland Power Cooperative v. United States
16 F.3d 1197 (Federal Circuit, 1994)
Advanced Data Concepts, Incorporated v. United States
216 F.3d 1054 (Federal Circuit, 2000)
National Australia Bank v. United States
452 F.3d 1321 (Federal Circuit, 2006)
Scott Timber Co. v. United States
692 F.3d 1365 (Federal Circuit, 2012)
bell/heery v. United States
739 F.3d 1324 (Federal Circuit, 2014)
K-Con Building Systems, Inc. v. United States
778 F.3d 1000 (Federal Circuit, 2015)
Dg21, LLC v. Mabus
819 F.3d 1358 (Federal Circuit, 2016)
Lee's Ford Dock, Inc. v. Secretary of the Army
865 F.3d 1361 (Federal Circuit, 2017)
Advanced Data Concepts, Inc. v. United States
43 Cont. Cas. Fed. 77,453 (Federal Claims, 1999)
Northrop Grumman Corp. v. United States
47 Fed. Cl. 20 (Federal Claims, 2000)
Orca Northwest Real Estate Services v. United States
65 Fed. Cl. 1 (Federal Claims, 2005)
American Ship Building Co. v. United States
654 F.2d 75 (Court of Claims, 1981)
Atlas Corp. v. United States
895 F.2d 745 (Federal Circuit, 1990)

Cite This Page — Counsel Stack

Bluebook (online)
Chugach Federal Solutions, Inc., Counsel Stack Legal Research, https://law.counselstack.com/opinion/chugach-federal-solutions-inc-asbca-2023.