Metro Machine dba General Dynamics NASSCO-Norfolk

CourtArmed Services Board of Contract Appeals
DecidedMarch 29, 2022
DocketASBCA No. 62221
StatusPublished

This text of Metro Machine dba General Dynamics NASSCO-Norfolk (Metro Machine dba General Dynamics NASSCO-Norfolk) 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
Metro Machine dba General Dynamics NASSCO-Norfolk, (asbca 2022).

Opinion

ARMED SERVICES BOARD OF CONTRACT APPEALS

Appeal of - ) ) Metro Machine dba General Dynamics ) ASBCA No. 62221 NASSCO-Norfolk ) ) Under Contract No. N00024-16-D-4408 )

APPEARANCES FOR THE APPELLANT: Michael J. Gardner, Esq. Christopher M. O’Brien, Esq. Greenberg Traurig LLP McLean, VA

APPEARANCES FOR THE GOVERNMENT: Craig D. Jensen, Esq. Navy Chief Trial Attorney Philip S. Lazarus, Esq. Trial Attorney

OPINION BY ADMINISTRATIVE JUDGE PROUTY

This appeal is about the overhaul of a guided missile destroyer that took longer than the delivery order (DO) on the above-captioned contract (the contract) allowed for. The long pole in the tent turned out to be the replacement of a davit and winch used to place a small boat into the water from the deck of the destroyer and to pluck it out. The repair of old parts and installation of new ones by appellant, Metro Machine’s (NASSCO’s), subcontractor, Advanced Integrated Technologies (AIT), didn’t go well and AIT had to repair some of its work and its own subcontractor on the job wound up supplanting it at the end. The work was thus completed late, providing the basis for the Navy to impose liquidated damages, which it did and which NASSCO challenges here. 1 As the reader might have surmised: NASSCO 2 blames the Navy for the davit problems, arguing that the contractual requirement that it (AIT, actually) subcontract with the davit’s original equipment manufacturer (OEM) for certain work made the Navy responsible for any problems AIT had with the OEM and that when the OEM was not available, it was the

1 The parties elected to proceed under Board Rule 11, in which there is no hearing and we decide the merits of this dispute on the basis of the written record. 2 The appeal here is not technically a pass-through claim by AIT since the challenged liquidated damages were assessed against NASSCO; nevertheless, the advocacy often reads as if it were being advanced by AIT (NASSCO is sometimes presented in its briefs as an objective third party, rather than as an interested party to the lawsuit). In any event, we refer to arguments as being made by NASSCO herein, even if they appear to be advanced by AIT. Navy’s responsibility to oversee AIT’s work and save it from its own mistakes; the Navy blames NASSCO and AIT. The Navy argues that this dispute was already largely resolved by means of a bilateral change order which (says the Navy) constituted an accord and satisfaction. Unfortunately for the Navy, the “bilateral” change order in the record is signed only by the Navy, effectively stopping this defense in its tracks. Nevertheless, the delays were the responsibility of AIT and thus NASSCO, not the Navy. NASSCO has also challenged the use of the liquidated damages clause that it had agreed to, but we find it to have been proper.

FINDINGS OF FACT

I. Preliminaries: the Contract and the DO

A. The Contract

The contract at issue in this case is a multiple award task order contract (MATOC) 3 for the maintenance, modernization, and repair (also referred to as “overhaul” herein) of U.S. Navy warships (specifically, guided missile destroyers and cruisers) at the Navy’s Mid-Atlantic Maintenance Center, located at Naval Station Norfolk in Norfolk, Virginia (R4, tab 1.1 at GOV 1, GOV 18-19 4). It consisted of a base year and four option years, and the DOs could be issued in either firm-fixed-price or cost-plus-fee varieties (id. at GOV 2-10). The contract was awarded to NASSCO on February 17, 2016 (id. at GOV 1).

One set of contract provisions sets forth procedures to follow if, in the midst of the overhaul, the contractor finds more work that needs to be done on a ship than originally planned for. That section in the Statement of Work begins in Section 3.0 and goes through Section 3.5. (R4, tab 1.1 at GOV 22-23) Section 3.1, “Identification of Condition Found,” requires the contractor to notify the government of “needed repairs” and to recommend corrective action for issues not identified in the original DO. It specifies the contractor should make notification to the government within one day of discovery, to be later followed by a more detailed “condition found report” (CFR) including the contractor’s recommendations. (Id. at GOV 22) The contract also incorporated by reference the Federal Acquisition Regulation’s (FAR’s) firm-fixed price Changes clause, FAR 52.243-1, (AUG 1987) (id. at GOV 68).

3 A MATOC involves awards to numerous bidders who are available to perform individually-assigned task orders or DOs on the contract. 4 The documents in the Rule 4 file and its supplement that were submitted by the government are all stamped with a Bates number beginning with “GOV” and including zeros when the number is otherwise less than four digits long. We cite to these Bates numbers but omit the unnecessary zeros.

2 B. The DO

On August 18, 2016, the Navy awarded DO 0006 (the DO) to NASSCO in the amount of $14,854,857 (R4, tab 1.2 at GOV 90). The DO was for the overhaul of the USS Bulkeley, a guided missile destroyer (id. at GOV 92-93). The lion’s share of the work for the DO fell under contract line item number (CLIN) 0001 (id. at GOV 109). CLIN 0001 had a number of sub-CLINs (denoted as SLINs) beneath it, which included SLIN 0001BA (id.). One of the many “work items” set forth in SLIN 0001BA was 583-11-001, “Boat Handling Equipment; repair” (id. at GOV 112). This is the work that is the focus of this appeal and we will discuss it more at length below. The cost of this work, to be performed by NASSCO’s subcontractor, was set by NASSCO at $334,975 (R4, tab 1.3 at GOV 139).

The delivery date for SLIN 0001BA (and for every SLIN for which a delivery date was applicable) was February 17, 2017 (R4, tab 1.2 at GOV 121-22). The DO included a liquidated damages clause in the event that the work on the Bulkeley was not completed when specified by the DO. That clause, located in tab 1.2 of the Rule 4 file, at GOV 122, includes, verbatim, the clause set forth in FAR 52.211-11, Liquidated Damages – Supplies, Services, or Research and Development (SEP 2000), filling in the blank for the rate at $32,675 per day. Underneath the FAR clause, the DO includes a paragraph that is unique to the DO, explaining that the $32,675 number was derived from the daily salary of the sailors and officers on the Bulkeley and that the total amount of assessed liquidated damages would be limited to 10% of the value of the DO (R4, tab 1.2 at GOV 122).

The liquidated damages clause also provides that NASSCO will be excused if the delay is not its fault as fault is defined by the contract’s default clause (see FAR 52.211-11(c) as quoted in R4, tab 1.2 at GOV 122). The DO refers to the applicability of the default clause found in FAR 52.249-8, Default (Fixed Price Supply and Service) (APR 1984) (see R4, tab 1.2 at GOV 123), and this default clause is incorporated into the contract (see R4, tab 1.1 at GOV 68). This clause generally holds the contractor responsible for the defaults of its subcontractors “at any tier” unless they be excusable. See FAR 52.249-8(c), (d).

The DO includes a clause providing that only the contracting officer (the CO) is authorized to approve changes in the contract’s requirements (R4, tab 1.2 at GOV 105).

Of note, because NASSCO makes an argument about it, SLIN 0001BA contains work item 982-31-001, “Dock Trial, Fast Cruise, and Sea Trial; accomplish” (R4, tab 1.2 at GOV 113).

3 Also of note, in late August, 2016, the parties agreed to a bilateral modification to the DO, adding work and increasing the contract price by to $16,017,900, though leaving the completion date at February 17, 2017 (R4, tab 2.1). 5

II. What was Required by the Boat Handling Equipment Repair Work Item

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

Related

Wise v. United States
249 U.S. 361 (Supreme Court, 1919)
Priebe & Sons, Inc. v. United States
332 U.S. 407 (Supreme Court, 1947)
United States v. Le Roy Dyal Co., Inc
186 F.2d 460 (Third Circuit, 1950)
Mil-Spec Contractors, Inc. v. The United States
835 F.2d 865 (Federal Circuit, 1987)
Dj Manufacturing Corporation v. United States
86 F.3d 1130 (Federal Circuit, 1996)
General Ship Corp. v. United States
634 F. Supp. 868 (D. Massachusetts, 1986)
K-Con Building Systems, Inc. v. United States
778 F.3d 1000 (Federal Circuit, 2015)
Franklin E. Penny Co. v. United States
524 F.2d 668 (Court of Claims, 1975)

Cite This Page — Counsel Stack

Bluebook (online)
Metro Machine dba General Dynamics NASSCO-Norfolk, Counsel Stack Legal Research, https://law.counselstack.com/opinion/metro-machine-dba-general-dynamics-nassco-norfolk-asbca-2022.