D2 Government Solutions

CourtArmed Services Board of Contract Appeals
DecidedOctober 10, 2024
Docket63030
StatusPublished

This text of D2 Government Solutions (D2 Government Solutions) 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
D2 Government Solutions, (asbca 2024).

Opinion

ARMED SERVICES BOARD OF CONTRACT APPEALS

Appeal of - ) ) D2 Government Solutions ) ASBCA No. 63030 ) Under Contract No. FA664-19-C-0001 )

APPEARANCE FOR THE APPELLANT: Jay R. Rodne, Esq. D2 Government Solutions New Bern, NC APPEARANCES FOR THE GOVERNMENT: Caryl A. Potter, III, Esq. Air Force Deputy Chief Trial Attorney Lawrence M. Anderson, Esq. Trial Attorney

OPINION BY ADMINISTRATIVE JUDGE EYESTER PURSUANT TO BOARD RULE 11

D2 Government Solutions (D2 or appellant) appeals a deemed denial of a certified claim concerning a contract issued by the United States Air Force (Air Force or government) for base operating services at March Air Reserve Base (ARB). The parties have agreed to waive a hearing and have the appeal decided on the written record pursuant to Board Rule 11. For the reasons set forth below, the appeal is denied.

FINDINGS OF FACT (FOF)

1. On March 23, 2018, the Air Force issued a solicitation for various base operations services at March ARB (R4, tab 1 at 1-60, 66). The solicitation included fixed-priced, 1 cost, and cost plus fixed-fee (CPFF) contract line item numbers (CLINs) and required an offeror’s price proposal include a completed pricing matrix (id. at 1-60, 114). For the fixed-priced CLINs, offerors were to provide the unit price which would be multiplied by a quantity used for evaluation purposes only (id. at 114). For the cost and CPFF CLINs, offerors were to provide the hourly labor rates which were then multiplied by the listed estimated hours. The estimated hours were based on historical data, and the solicitation explained that these estimated hours were for evaluation purposes only (id. at 114-15, 119). Further, the solicitation stated that offerors were to complete pricing only for the fixed-priced CLINs in section B as the cost and CPFF CLINs would be funded at the discretion of the government (id. at 114).

1 The fixed-priced CLINs were fixed unit prices based on a quantity of 12 months, used for evaluation purposes only (R4, tab 1 at 2-5, 114). 2. On October 4, 2018, the agency awarded D2 fixed-priced Contract No. FA466419C0001 in the amount of $8,106,974.20 for these services (R4, tab 2). 2 The performance period included a one-year base period (November 1, 2018 through October 31, 2019) and 4 one-year option periods (id. at 66-79). For the CPFF and cost CLINs, the government included the estimated costs for the base period (id. at 10-22).

3. Each contract CLIN correlated to an attached performance work statement (PWS) tab: tab A (general), tab B (supply), tab C (motor vehicle management), tab D (traffic management), tab F (real property management), tab G (fuels management), and tab H (airfield management) (R4, tab 2 at 2-10, 101). 3 For example, there were fixed-priced CLINs for base supply (tabs A and B), vehicle operations and maintenance (tabs A and C), traffic management operations (tabs A and D), real property maintenance (tabs A and F), fuels management (tabs A and G), and airfield management (tabs A and H) (id. at 2-10). The CPFF and cost CLINs were for service calls which included property maintenance calls (tabs A and F), enhancement work (tabs A and F), over and above work (tabs A, B, D, G, H) and materials (see e.g., id. at 10-20).

4. The PWS tabs play a key role in the contract and this appeal. Tab A explained that all services, labor, supplies, materials and parts were included in the fixed-price CLINs unless otherwise specified and during the phase-in, the contractor should be prepared to assume full responsibility for all areas of operation (R4, tab 3 at 8, 20). Tab C described the required vehicle maintenance services and included monthly average workload estimates for the various work orders (R4, tab 5 at 5, 18). Tab F described the required real property maintenance services, which included preventive and corrective maintenance service calls and “provided for information purposes only” workload estimates for the period of June 1, 2016 through May 31, 2017, for corrective maintenance calls (R4, tab 7 at 3, 22). Tab F stated that “[a]ll work identified in this Tab is included in the Firm Fixed Price unless otherwise specified” (id. at 3). For the preventive maintenance services performed, D2 was to maintain a file of all work accomplished, with documentation such as materials used, date, time and person completing actions; the file was to become the property of the government. Further, D2 was to submit written reports of work accomplished in the prior month to include specific information on the work completed. (Id. at 6) For corrective maintenance, D2 was to invoice the government after completion and acceptance of the work and the labor was to be paid at the applicable hourly rate under the service call CLIN (id. at 7). Tab G described the required fuels management

2 The contract was awarded to Onvoi LLC (R4, tab 2 at 1); however, on March 1, 2021, the parties executed a bilateral modification which recognized the change in name of Onvoi to D2 with an effective date of January 21, 2020 (R4, tab 34 at 2). 3 There was no tab E (see R4, tab 2 at 101).

2 services and also included workload estimates based on monthly averages for fuel requirements (R4, tab 8 at 3, 9-11). The government would issue a work order--an “authorization to perform specific work”--to D2 when it required any of these services (see R4, tab 5 at 31).

5. The contract included Federal Acquisition Regulation (FAR) 52.217-8, OPTION TO EXTEND SERVICES (NOV 1999) (R4, tab 2 at 88). In addition, the contract incorporated by reference the relevant disputes clause and fixed-priced and cost reimbursement changes clauses (id. at 86).

6. Further, the contract incorporated by reference FAR 52.246-4, INSPECTION OF SERVICES-FIXED PRICE (AUG 1996) and FAR 52.246-5, INSPECTION OF SERVICES COST-REIMBURSEMENT (APR 1984), both of which require the contractor provide and maintain complete records of all inspection work it performed on the required services (R4, tab 2 at 65; FAR 52.246-4(b)&(d); FAR 52.246-5(b)&(d)). The contract also incorporated by reference FAR 52.232-1, PAYMENTS (APR 1984), requiring the government “pay the Contractor, upon the submission of proper invoices or vouchers, the prices stipulated in this contract for supplies delivered and accepted or services rendered and accepted, less any deductions provided in this contract” (see R4, tab 2 at 85; FAR 52.232.1). In addition, the contract included Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) (R4, tab 2 at 87). That clause defines an ‘invoice payment’ as a “government disbursement of money to a contractor under a contract or other authorization for supplies or services accepted by the government.” DFARS 252.232- 7003(a). Further, the contract incorporated in full DFARS 252.232-7006, WIDE AREA WORKFLOW [(WAWF)] PAYMENT INSTRUCTIONS (MAY 2013), which required the contractor utilize the electronic system for payment of invoices (R4, tab 2 at 80-81). D2 was to submit a “2-in-1” document with its payment requests but the contract fails to define or explain what this means. In addition, payment requests were to include appropriate CLIN descriptions of work performed or supplies delivered, the unit price, and relevant back-up documents as defined in DFARS, Appendix F (e.g., timesheets). (R4, tab 23 at 3) Appendix F does not explain what type of back-up documents are required.

7. There were several modifications to the contract. For example, on October 31, 2019, the parties executed a bilateral modification which, among other things, noted that D2 would not proceed with the option years but the government would issue a two-month extension (R4, tab 31 at 2).

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
D2 Government Solutions, Counsel Stack Legal Research, https://law.counselstack.com/opinion/d2-government-solutions-asbca-2024.