Freightliner Corporation,appellant v. Louis Caldera, Secretary of the Army,appellee

225 F.3d 1361, 2000 U.S. App. LEXIS 22515, 2000 WL 1253837
CourtCourt of Appeals for the Federal Circuit
DecidedSeptember 6, 2000
Docket99-1217
StatusPublished
Cited by23 cases

This text of 225 F.3d 1361 (Freightliner Corporation,appellant v. Louis Caldera, Secretary of the Army,appellee) is published on Counsel Stack Legal Research, covering Court of Appeals for the Federal Circuit primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
Freightliner Corporation,appellant v. Louis Caldera, Secretary of the Army,appellee, 225 F.3d 1361, 2000 U.S. App. LEXIS 22515, 2000 WL 1253837 (Fed. Cir. 2000).

Opinion

GAJARSA, Circuit Judge.

On appeal, Freightliner Corporation (“Freightliner”) seeks an equitable adjustment of $15,598,353, arguing that the United States Army Tank-Automobile Command’s (“TACOM’s” or “Government’s”) option exercise in the last year of a five-year multiyear contract was ineffective. The Armed Services Board of Contract Appeals (“the Board”) denied Freightliner’s claim. We affirm.

I. BACKGROUND

On October 31, 1984, TACOM awarded Freightliner a five-year multiyear contract for the supply of Small Emplacement Excavator (“SEE”) vehicles. The contract provided for the delivery of a basic quantity of tractors for each of the five program years, spanning from 1984 to 1988. The contract designated 922 SEE vehicles as the basic quantity, with a schedule of 12 vehicles in the first program year (1984), 230 vehicles in the second program year (1985), 201 vehicles in the third program year (1986), 163 vehicles in the fourth pro *1363 gram year (1987), and 316 vehicles in the fifth program year (1988).

The contract also included an option provision allowing TACOM to order up to an additional 200% of the basic quantity of SEE vehicles within each program year. Thus, in the fifth program year, TACOM had the option of ordering an additional 632 vehicles. The option provision provided, in relevant part, as follows:

a. The Government shall have the option to increase the quantity of each CLIN [contract line item number] within each Program Year by an additional quantity not to exceed 200% of the initial quantity of vehicles specified for each CLIN for all five program years.
b. The option to increase quantities may be exercised in one or more increments by giving written notice thereof to the contractor, subject to the following constraints:
(1) The Government’s right to exercise its option for vehicles for any given CLIN shall expire upon Government acceptance of 60% of the vehicles initially specified for each program year (exclusive of any option vehicles).
(2) Unless the parties otherwise agree, the deliveries of vehicles added by exercise of option shall commence 180 days after exercise and at a monthly rate of 200% of the maximum monthly rate of the CLIN against which the option is being exercised, but in no event shall exceed a maximum monthly rate of 66 vehicles per month.
(3) The unit price(s) to be paid for vehicles added by option exercise shall be no higher than the original unit price specified in the contract. ...

The provision therefore stipulates that, unless the parties agreed otherwise, delivery of the optional vehicles would begin 180 days following the option exercise, and the unit price for each optional vehicle would be no higher than the unit price of a basic quantity vehicle.

The contracting officer funded the basic quantity of SEE vehicles for THE first program year with appropriations from fiscal year (“FY”) 1984. The contracting officer also funded the option quantities with appropriations from various fiscal years that did not necessarily correspond to the appropriations used for the basic quantity from the same program year. Thus, for example, option quantities from the first program year were paid for with funds appropriated for FY 1984 and FY 1985.

On June 29, 1988, TACOM exercised its option in the fifth program year by ordering 82 SEE vehicles, which it funded with appropriations from FY 1987 and FY 1988. On September 21, 1988, TACOM exercised another option in the fifth program year by ordering 38 SEE vehicles, which it funded with appropriations from FY 1986 and FY 1987. Then, on January 5, 1989, the contracting officer issued unilateral modification P00051 (“the P00051 modification”), exercising another option in the fifth program year for 491 SEE vehicles. The P00051 modification stated that the “delivery schedule is to be negotiated and contractualized by 31 Mar. 89. The contractor must provide for a delivery proposal within 30 days following date of contract modification execution.” The modification also indicated that the price would be $68,755 per vehicle. The accounting classification indicated that the option quantity would be paid with funds from FY 1987, FY 1988, and FY 1989.

On February 15, 1989, Freightliner informed the contracting officer that it believed that the P00051 modification was an ineffective exercise of the contract’s option provision, and that it would treat the order as a constructive change order and seek an equitable adjustment. Then, under protest, Freightliner delivered the ordered vehicles.

On September 1, 1989, Freightliner submitted a certified claim to the contracting officer for reasonable costs and profits of *1364 $17,860,305 resulting from TACOM’s option order of 491 SEE vehicles. In particular, Freightliner asserted that the P00051 modification effectively extended the period of performance nearly a year beyond the original five-year contract because TACOM purchased quantities originally scheduled for a follow-up contract. On February 25, 1991, the contracting officer denied Freightliner’s claim. Then, after revising the claim amount to $15,598,-353, Freightliner resubmitted its claim to another contracting officer, who issued a final decision denying the claim. Freight-liner appealed the contracting officer’s decision to the Board.

On November 26, 1993, the Board denied Freightliner’s motion for summary judgment and also denied the Government’s motion to dismiss count II of Freightliner’s complaint, which alleged that TACOM had violated Defense Acquisition Regulation (“DAR”) § l-1502(e)’s limitation on using the option to procure a quantity beyond the Army’s requirement for five years. See Freightliner Corp., ASBCA No. 42982, 94-1 BCA ¶ 26,538 (Freightliner I). Then on September 29, 1998, the Board denied Freightliner’s remaining allegations and held that TA-COM’s option exercise was proper. See Freightliner Corp., ASBCA No. 42982, 98-2 BCA ¶ 30,026 (Freightliner II). In particular, the Board concluded that both parties understood the term “program year” to mean a “period of days in relation to the date of contract award” measured by specified dates for delivery of the basic quantities. Id. at 148,565. The Board found that TACOM had an existing requirement for SEE vehicles when it issued the P00051 modification. The Board also found that the P00051 modification was timely and within the option provision’s quantity limits. See id. at 148,575.

On appeal, Freightliner asserts that it is entitled to an equitable adjustment for three independent reasons: (1) the P00051 modification violated Federal Acquisition Regulation (“FAR”) § 17.207(f) (1989), requiring TACOM to follow noncompetitive procedures before exercising an option when the option price was not evaluated in an original competitive solicitation; (2) the P00051 modification violated DAR § 1-1502(e) (1984), which limited TACOM to using the option only for acquiring its requirements for five years; and (3) the P00051 modification did not comply with the contract’s option provision with respect to quantity, delivery, and price terms.

II.

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

Related

Gulf Pacific Contracting, LLC
Armed Services Board of Contract Appeals, 2021
AICI-Archirodon JV
Armed Services Board of Contract Appeals, 2021
Harmonia Holdings Group, LLC v. United States
999 F.3d 1397 (Federal Circuit, 2021)
Kiewit Infrastructure West Co. v. United States
972 F.3d 1322 (Federal Circuit, 2020)
Cooper/Ports America, LLC
Armed Services Board of Contract Appeals, 2019
Parsons Evergreene, LLC
Armed Services Board of Contract Appeals, 2018
Agustawestland North America, Inc. v. United States
127 Fed. Cl. 793 (Federal Claims, 2016)
Savantage Financial Services, Inc. v. United States
123 Fed. Cl. 7 (Federal Claims, 2015)
Allen Engineering Contractor Inc. v. United States
611 F. App'x 701 (Federal Circuit, 2015)
E & E Enterprises Global, Inc. v. United States
120 Fed. Cl. 165 (Federal Claims, 2015)
Allen Engineering Contractor, Inc. v. United States
115 Fed. Cl. 457 (Federal Claims, 2014)
System Planning Corp. v. United States
107 Fed. Cl. 710 (Federal Claims, 2012)
Todd Construction, L.P. v. United States
656 F.3d 1306 (Federal Circuit, 2011)
BLR Group of America, Inc. v. United States
94 Fed. Cl. 354 (Federal Claims, 2010)
Todd Construction, L.P. v. United States
94 Fed. Cl. 100 (Federal Claims, 2010)
Magnum Opus Technologies, Inc. v. United States
94 Fed. Cl. 512 (Federal Circuit, 2010)
United States Postal Service v. Sunshine Development, Inc.
674 F. Supp. 2d 619 (M.D. Pennsylvania, 2010)
Arko Executive Services, Inc. v. United States
553 F.3d 1375 (Federal Circuit, 2009)
ConocoPhillips, Conoco, Inc. v. United States
501 F.3d 1374 (Federal Circuit, 2007)
La Gloria Oil & Gas Co. v. United States
72 Fed. Cl. 544 (Federal Claims, 2006)

Cite This Page — Counsel Stack

Bluebook (online)
225 F.3d 1361, 2000 U.S. App. LEXIS 22515, 2000 WL 1253837, Counsel Stack Legal Research, https://law.counselstack.com/opinion/freightliner-corporationappellant-v-louis-caldera-secretary-of-the-cafc-2000.