LKJ Crabbe Inc.

CourtArmed Services Board of Contract Appeals
DecidedOctober 29, 2018
DocketASBCA No. 60331
StatusPublished

This text of LKJ Crabbe Inc. (LKJ Crabbe 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
LKJ Crabbe Inc., (asbca 2018).

Opinion

ARMED SERVICES BOARD OF CONTRACT APPEALS

Appeal of -- ) ) LKJ Crabbe Inc. ) ASBCA No. 60331 ) Under Contract No. W9124E-15-D-0002 )

APPEARANCE FOR THE APPELLANT: Mr. Kevin Crabbe President

APPEARANCES FOR THE GOVERNMENT: Raymond M. Saunders, Esq. Army Chief Trial Attorney CPT Harry M. Parent III, JA Trial Attorney

OPINION BY ADMINISTRATIVE JUDGE WOODROW

This appeal arises from Contract No. W9124E-15-D-0002 (the contract) between appellant, LKJ Crabbe Inc. (LKJ Crabbe or appellant), and the Army Mission and Installation Contracting Command - Fort Bragg (Army or government) for custodial services at buildings located in two different locations at Ft. Polk, Louisiana. LKJ Crabbe appeals the Army's termination for cause, contending that the Army's termination was unjustified and that the Army breached the contract by failing to reform the contract after learning of an alleged mistake in LKJ Crabbe's bid. LKJ Crabbe also alleges that the Army breached the contract by violating its duty of good faith and fair dealing. The appeal is denied.

FINDINGS OF FACT

A. Solicitation and Bids

1. On January 7, 2015, the Army issued a solicitation to fulfill a requirement from the Fort Polk Department of Public Works for custodial services for various buildings and activities located on North and South Fort Polk and the Toledo Bend Army Recreation Site (TBRS) at Ft. Polk, Louisiana (R4, tab 17).

2. The requirement was set aside for a HUBZone Small Business and the award process was conducted in accordance with Federal Acquisition Regulation (FAR) Part 14 sealed bidding procedures (R4, tab 17 at 1).

3. The Army issued three amendments to the solicitation. Amendment Nos. 0001 and 0003 both pertained to the bid opening date. Amendment No. 0002, dated March 17, 2015, released (among other things) all questions and answers received from contractors during the solicitation period (R4, tab 19 at 5-12). 4. Fifteen ( 15) bids were received in response to the invitation to bid. LKJ Crabbe's bid was the lowest total bid amount received. (R4, tab 22 at 2)

B. Price Analysis and Contract Award

5. Ronald Newlan was the contracting officer (CO) responsible for awarding the contract (tr. 1/84; R4, tab 1 at 1). Mr. Newlan determined whether appellant's price was fair and reasonable (R4, tab 22), and conducted an unbalanced price analysis (tr. 1/91; R4, tab 22 at 2).

6. Mr. Newlan developed a pricing matrix that compared pricing from all offerors for the base year and option years by contract line item number (CLIN). A condensed version of this document is located at tab 21 ofthe Rule 4 file. (R4, tab 21)

7. Mr. Newlan concluded that the bids were materially balanced in accordance with FAR 15.404-l(g) (R4, tab 22 at 2).

8. Mr. Newlan testified that his unbalanced price analysis sought to determine whether there was consistency in the prices for each CLIN across the base and option years. He testified that the bids were balanced in this case, because each CLIN was priced the same across the base and option years. (Tr. 1/ 141) His analysis did not compare individual CLINs to other CLINs within the same year, nor did it compare the pricing for particular types of buildings. He acknowledged that his analysis did not include calculating a price per square foot for appellant or any of the offerors. (Tr. 1/93- 97)

9. Mr. Newlan also determined that appellant's price was fair and reasonable pursuant to FAR 15.404-l(b)(2)(i), Commercial and Non-Commercial Items. Mr. Newlan conducted the fair and reasonable price determination by comparing the proposed bids received in response to the solicitation. (R4, tab 22 at 2)

10. Appellant's bid for CLIN 0110 for "Routine Project Cleaning" was $0.0095 per square foot (R4, tab 1 at 111; tr. 1/117).

11. The Army's solicitation procurement desktop computer system (PD2) only accepts entries up to two decimal places (tr. 1/110-11, 113). The system automatically rounded up appellant's proposed price of $0.0095 per square foot to $0.01 per square foot for CLIN 0110 (tr. 1/114-16, 127-28).

12. Mr. Newlan testified that he did not know whether the government had entered appellant's price into the procurement system as $0.0095 or $0.01. He further testified that, if the government had entered 0.0095 as the price, the system automatically would have rounded it to 0.01, because the government's payment system only goes to two decimal places. (Tr.1/115)

2 13. The contract, as awarded, listed the price of $0.0095 per square foot for CLIN 0110 (R4, tab 1 at 111).

14. Mr. Newlan did not seek clarification from appellant regarding whether appellant intended its bid to be rounded up to $0.01 per square foot (tr. 1/112-30).

15. The pricing matrix, used by Mr. Newlan to compare the pricing from all the offerors for the base and option years by CLIN, listed appellant's price at $0.01 per square foot for CLIN O110 (tr. 1/128-29; R4, tab 21 ).

16. There is no evidence that Mr. Newlan had knowledge that appellant's proposal price for CLIN 0110 was rounded up to $0.01 per square foot when he conducted his pricing analysis prior to award (tr. 1/128-30).

C. The Contract

17. On May 14, 2015, the Army awarded Contract No. W9124E-15-D-0002 (the contract) to LKJ Crabbe for "custodial services to various buildings and activities located on North and South Fort Polk and Toledo Bend (Lake) Recreation Site (TBRS)" {R4, tab 1 at 341 ). The indefinite-delivery, indefinite-quantity contract was for a one-year period of performance beginning July 1, 2015, and ending on June 30, 2016. The contract also included two 12-month option periods. (Id. at 342)

18. The contract terms included CLINs which required appellant to separately price the cleaning services for each building, a few additional miscellaneous items, and a single price for all the required cleaning supplies (R4, tab I).

19. The contract incorporated Federal Acquisition Regulation (FAR) clause 52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (MAY 2014 ), by reference (R4, tab 1 at 428). This clause states in relevant part:

( c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties.

(m) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination

3 for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience.

20. The contract also incorporated by reference FAR clause 52.249-8, DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) (APR 1984) (R4, tab I at 430).

21. The contract included the full text of FAR clause 52.214-29, ORDER OF PRECEDENCE-SEALED BIDDING (JAN 1986), which states:

Any inconsistency in this solicitation or contract shall be resolved by giving precedence in the following order: (a) the Schedule ( excluding the specifications); (b) representations and other instructions; (c) contract clauses; (d) other documents, exhibits, and attachments; and ( e) the specifications.

(R4, tab I at 440-41, tab 17 at 223)

22.

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

Related

Hol-Gar Manufacturing Corp. v. The United States
351 F.2d 972 (Court of Claims, 1965)
Tgc Contracting Corporation v. United States
736 F.2d 1512 (Federal Circuit, 1984)
Cascade Pacific International v. The United States
773 F.2d 287 (Federal Circuit, 1985)
Liebherr Crane Corporation v. The United States
810 F.2d 1153 (Federal Circuit, 1987)
Lisbon Contractors, Inc. v. The United States
828 F.2d 759 (Federal Circuit, 1987)
Hensel Phelps Construction Co. v. The United States
886 F.2d 1296 (Federal Circuit, 1989)
Nvt Technologies, Inc. v. United States
370 F.3d 1153 (Federal Circuit, 2004)
Metcalf Construction Company v. United States
742 F.3d 984 (Federal Circuit, 2014)
Century Exploration New Orleans, LLC v. United States
745 F.3d 1168 (Federal Circuit, 2014)

Cite This Page — Counsel Stack

Bluebook (online)
LKJ Crabbe Inc., Counsel Stack Legal Research, https://law.counselstack.com/opinion/lkj-crabbe-inc-asbca-2018.