Clay Bernard Systems International, Ltd. v. United States

37 Cont. Cas. Fed. 76,067, 22 Cl. Ct. 804, 1991 U.S. Claims LEXIS 124, 1991 WL 50606
CourtUnited States Court of Claims
DecidedApril 9, 1991
DocketNo. 181-89C
StatusPublished
Cited by6 cases

This text of 37 Cont. Cas. Fed. 76,067 (Clay Bernard Systems International, Ltd. v. United States) is published on Counsel Stack Legal Research, covering United States Court of Claims primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
Clay Bernard Systems International, Ltd. v. United States, 37 Cont. Cas. Fed. 76,067, 22 Cl. Ct. 804, 1991 U.S. Claims LEXIS 124, 1991 WL 50606 (cc 1991).

Opinion

OPINION

HARKINS, Senior Judge.

In this contract case, Clay Bernard Systems International, Ltd. (CBSI) challenges a decision of the Armed Services Board of Contract Appeals (ASBCA), Clay Bernard, Systems International, Ltd., 88-3 B.C.A. ¶ 20,856, 1988 WL 61574 (ASBCA 1988). Standards of the Wunderlich Act apply to this review of the ASBCA decision. 41 U.S.C. §§ 321-22 (1988).

The contract called for the design, development, delivery and installation of a mechanized materials handling system, referred [806]*806to as the Depot Integrated Storage and Retrieval System (DISARS), in two warehouses (numbers 59 and 66), at the Defense General Supply Center (DGSC) in Richmond, Virginia, a facility of the Defense Logistics Agency (DLA). The contract was awarded to CBSI on July 10, 1978, on a fixed price basis; it contained the standard articles for Site Investigation, Default, Termination for Convenience, Disputes and Changes. In addition to the installation of DISARS, the contract included reconfiguration of existing storage and warehouse facilities in the two warehouses, and rewarehousing of inventory from existing storage facilities to the new DISARS configuration. All of the contract work was to be completed by July 10, 1980, with CBSI to provide maintenance and site support for a period of one year after acceptance of the system.

Installation of DISARS at DGSC was a component of a continuing program in the DLA. The contract, accordingly, involved coordinated action with DLA headquarters located in Ogden, Utah, the Defense Construction Supply Center (DCSC) in Columbus, Ohio, the Defense Systems Automation Center (DSAC) in Ogden, Utah, the Defense Electronics Supply Center (DESC) in Dayton, Ohio, as well as with DGSC, in Richmond, Virginia. DLA’s organization for dealing with its automation program and this contract was cumbersome; it contributed to contract deficiencies and impeded efficient contract administration. CBSI’s work on DISARS, for the most part, was done at its facilities in Tulsa, Oklahoma.

In its decision, the ASBCA made 159 detailed findings of fact that examine virtually every step in the relationship of the parties during the contract period. CBSI challenges only three of the board’s findings of fact under Wunderlich Act standards. Substantial evidence in the record supports the findings of fact made by the ASBCA, and they are binding on the court. A recital of the board’s findings of fact is unnecessary, and factual information is repeated here only to the extent needed to provide perspective for the decision.

The contract was the product of a two-step Invitation for Bid (IFB) solicitation by the DGSC in Columbus, Ohio. In Step I, 44 firms were solicited, but only two technical proposals were received. Both of the technical proposals were found acceptable, and the companies were eligible to participate in the IFB for Step II. Prior to bid opening, one applicant withdrew from bidding, which action resulted in conversion of the IFB to a Request for Proposals (RFP). CBSI submitted the only response to the RFP. DCSC solicited and issued the contract. DGSC was to administer the contract.

In form, the contract was an assemblage of materials incorporated by reference. The contract schedule identified the complete DISARS as 1 ea. (Lot), under contract line item number (CLIN) 0001. Only the subitems (CLINs 0001AA through 0001BM), however, were priced. The board computed the price for the entire effort in CLIN 0001 at $8,087,874. The descriptions of the subitems were abbreviated and ambiguous. Their content could only be ascertained by reference to the Government’s price negotiation memorandum and CBSI’s cost proposal. The contract price for storage bay reconfiguration was computed at $502,879, and for rewarehousing at $36,049.

The board interpreted the contract, with respect to the installation of DISARS in the Richmond warehouses, to involve three categories of work: (1) provision of computer hardware, (2) provision of computer software, and (3) provision of an interface with a system known as Mechanization of Warehousing and Shipping Procedures (MOW-ASP). The computer hardware and computer software that made up the DISARS was to have the capability to function independently as an automated warehousing system.

Computer hardware to be provided by the contract essentially consisted of modified forklift vehicles called IMPS (Intelligent Mobile Production Stations), which were equipped to transfer storage modules to or from storage locations, and related physical control items. Each IMP had a [807]*807computer consisting of a cathode ray tube (CRT), keyboard, printer, and a microprocessor. IMPS were to be controlled by electrical impulses received from the DI-SARS central computer by way of electrical wires embedded in the floor. Twenty IMPS were to be furnished, plus a modified version referred to as the “intelligent tractor.” The hardware also included a computer system consisting of a central processing unit (CPU), sometimes referred to as the Depot Integrated Storage Controller (DISC), remote terminals (DRT), with keyboards and display screens.

The computer software to be provided by the contract consisted of programs designed to generate and record pertinent information, and to direct appropriate storage operations in DISARS. The interface with MOWASP generated most of the trouble in contract performance, and is the focus of CBSI’s appeal from the ASBCA’s decision.

The purpose of the MOWASP system is stock control and processing of receipts, stowages and issues for DLA. Computer programs for MOWASP are maintained by the DSAC in Ogden. Although the MOW-ASP system operates throughout DLA, the computers on which it is installed are located at individual depots. Remote terminals for MOWASP are located in warehouse buildings to allow transactions to be processed within the system. Two types of interface are possible: off-line and on-line. Off-line transactions are processed by the computers in a batch mode through computer cards or tapes. In an on-line interface, the two computers communicate in “real time” over a wire.

The contract specification for DISARS, and for the MOWASP interfacing, are concerned with end performance, and do not set forth clearly or with specificity what software was required for DISARS installation. The specification provides that the contractor will provide sufficient design and operating criteria to assure DGSC that the DISARS central process controller will control all elements of the DISARS system as well as interfacing with existing and future DGSC computer systems. The specification also required the DISARS DISC as supplied by the contractor to interface all systems and documents of the present DLA computer systems and the DISARS to function as a remote without the other DLA computer systems being modified to accommodate DISARS. CBSI’s. technical proposals stated that DISARS would provide an on-line interface to MOWASP.

Deficiencies in the contract and technical specifications created problems and controversy throughout the period of performance. The contract schedule provided for delivery or completion of the various CLINs in terms of months after the effective date of the contract: “Scheduled Delivery/Completion Months ARO.” The schedule was clarified by the parties in P00003 (Mod 3) by designation of specific dates for time of delivery FOB destination.

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
37 Cont. Cas. Fed. 76,067, 22 Cl. Ct. 804, 1991 U.S. Claims LEXIS 124, 1991 WL 50606, Counsel Stack Legal Research, https://law.counselstack.com/opinion/clay-bernard-systems-international-ltd-v-united-states-cc-1991.