Fluor Federal Solutions, LLC

CourtArmed Services Board of Contract Appeals
DecidedJanuary 10, 2019
DocketASBCA No. 61353
StatusPublished

This text of Fluor Federal Solutions, LLC (Fluor Federal Solutions, LLC) 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
Fluor Federal Solutions, LLC, (asbca 2019).

Opinion

ARMED SERVICES BOARD OF CONTRACT APPEALS

Appeal of -- ) ) Fluor Federal Solutions, LLC ) ASBCA No. 61353 ) Under Contract No. N69450-12-D-7582 )

APPEARANCES FOR THE APPELLANT: John S. Pachter, Esq. Jennifer A. Mahar, Esq. Kathryn T. Muldoon Griffin, Esq. Smith Pachter Mc Whorter PLC Tysons Comer, VA

APPEARANCES FOR THE GOVERNMENT: Craig D. Jensen, Esq. Navy Chief Trial Attorney Russell A. Shultis, Esq. Trial Attorney

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

Fluor Federal Solutions, LLC (Fluor), moves for summary judgment contending that the Navy had no right to unilaterally change the above-captioned contract's (the contract's) Award-Option Plan and unilaterally exercise Award Option 3 thereby imposing a total fixed price of $40,581,639. Fluor's certified claim seeks $14,814,503 which is the difference between the $40,581,639 and Fluor's estimated price for performance. We have jurisdiction pursuant to the Contract Disputes Act of 1978 (CDA), 41 U.S.C. §§ 7101-7109. We grant summary judgment and sustain the appeal.

STATEMENT OF FACTS (SOF) FOR PURPOSES OF THE MOTION

1. On December 13, 2011, the Navy awarded the contract for base operation services at four Navy installations in the Jacksonville, Florida, area (R4, tab 1.3). The contract included a base year, four option years and three award option years (id. at 3-10 1). Each year of the contract included firm-fixed-price (FFP) and indefinite-delivery, indefinite-quantity (IDIQ) line items. Award Option 3 included contract line item number (CLIN) 0015, an FFP line item priced at $31,374,431, and CLIN 0016, an IDIQ line item priced at $9,207,208, for a total of$40,581,639. (Id. at 10)

1 The Rule 4 files are in electronic PDF format and all page numbers in cites are to the PDF page numbers. 2. The contract incorporated by reference the Federal Acquisition Regulation (FAR) 52.243-1, CHANGES-FIXED-PRICE (AUG 1987) (R4, tab 1.3 at 29). FAR 52.243-1 provides five alternatives for subparagraph (a). The preamble to Alternate I reads in part, "If the requirement is for services, other than architect-engineer or other professional services, and no supplies are to be furnished, substitute the following paragraph (a) for paragraph (a) of the basic clause." The Alternate I, subparagraph (a), reads:

(a) The Contracting Officer may at any time, by written order, and without notice to the sureties, if any, make changes within the general scope of this contract in any one or more of the following:

( 1) Description of services to be performed.

(2) Time of performance (i.e., hours of the day, days of the week, etc.).

(3) Place of performance of the services.

FAR 52.243.1. Alternate I was not listed next to FAR 52.243-1 in the list of clauses incorporated by reference in the contract (R4, tab 1.3 at 29). However, because this is a contract for services, we consider Alternate I to apply.

3. The contract included FAR 52.217-8, OPTION TO EXTEND SERVICES (Nov 1999), which read:

The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 Calendar days.

(R4, tab 1.3 at 33)

4. The contract included a clause entitled "Period of Performance":

The contract term shall be for a base period of one year, four one-year option periods, and three one-year award option periods, not to exceed a total of 96 months. Please note, the

2 term of the contract and CLINs may be adjusted to align the period of performance(s) with the fiscal year due to funding constraints. The Government may extend the term of the contract in accordance with FAC 5252.217-9301,[ 2] Option to Extend the Term of the Contract-Services and the Award Option Plan incorporated in this solicitation and resulting contract.

(R4, tab 1.3 at 20, see also at 11, ·'CONTRACT TERM")

5. The contract included FAC 5252.217-9301, OPTION TO EXTEND THE TERM OF THE CONTRACT- SERVICES (JUN 1994), that reads:

(a) The Government may extend the term of this contract for a term of one (1) to twelve (12) months by written notice to the Contractor within the performance period specified in the Schedule; provided that the Government shall give the Contractor a preliminary written notice of its intent to extend before the contract expires. The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option provision.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 96 months.

(R4, tab 1.3 at 46)

Award-Option Plan

6. The contract included an Award-Option Plan that established award-option provisions (app. supp. R4, tab 201). The introduction to the plan included section 1.0:

1.0 INTRODUCTION

b. This plan describes the method for assessing the Contractor's performance that will be considered

2 FAC stands for Federal Acquisition Circular.

3 prior to determining eligibility in earning any award-option extensions to the contract. The award-option incentive is intended to motivate and reward high-level performance in executing the provisions of the contract. For purposes of this Plan, high-level performance is defined as "Very Good" or "Exceptional". As such, the Contractor must receive a "Very Good" or "Exceptional" end-of-period performance rating (as well as at least "Satisfactory" on each individual assessment criteria) to earn an award-option period under this contract. The Award-Option Determining Official (ODO) will make the award-option determinations based upon the criteria outlined in paragraph 4. 0, Award-Option Assessment Criteria.

(Id. at 3) (Emphasis added) Section 2.0, Organization, defines the award-option team. "The Award-Option team consists of the ODO an Award-Option Board (AOB), and Performance Assessment Representatives (P ARs )" (id.). The administrative contracting officer (ACO) actually exercises the options (id. at 5), but it is important to note that even if Fluor earned an award option by virtue of its high level performance, the ACO was not actually required to exercise the option (id.).

7. Section 4.0, Award-Option Assessment Criteria, reads:

Assessment criteria listed in Section 10.0, Award-Option Assessment Criteria, will be used to assess performances. Each element is assigned a relative weight. As contract work progresses from one performance period to the next. the relative importance of specific assessment criteria may change.

(App. supp. R4, tab 201 at 4) The assessment criteria at section 10.0 are presented in a two-page table listing criteria for Unsatisfactory, Marginal, Satisfactory, Very Good and Exceptional assessments (id. at 7-8).

8. The AOB prepares its end-of-period assessment that it forwards to the ODO (app. supp. R4, tab 201 at 5). Section 5.0, Performance Assessments, subparagraph e reads:

e. ODO End-of-Period Assessment: The ODO makes a final assessment of the end-of-period evaluation rating within fifteen (15) days of receipt of the AOB

4 assessment report. Accordingly, the ODO has the flexibility to change the recommended rating as a result of:

( 1) extraordinary input from the activity or other sources;

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

Related

Anderson v. Liberty Lobby, Inc.
477 U.S. 242 (Supreme Court, 1986)
States Roofing Corporation v. Winter
587 F.3d 1364 (Federal Circuit, 2009)
Mingus Constructors, Inc. v. The United States
812 F.2d 1387 (Federal Circuit, 1987)
Gould, Inc. v. The United States
935 F.2d 1271 (Federal Circuit, 1991)
McAbee Construction, Inc. v. United States
97 F.3d 1431 (Federal Circuit, 1996)
Nvt Technologies, Inc. v. United States
370 F.3d 1153 (Federal Circuit, 2004)

Cite This Page — Counsel Stack

Bluebook (online)
Fluor Federal Solutions, LLC, Counsel Stack Legal Research, https://law.counselstack.com/opinion/fluor-federal-solutions-llc-asbca-2019.