Name Redacted

CourtArmed Services Board of Contract Appeals
DecidedNovember 21, 2016
DocketASBCA No. 60315
StatusPublished

This text of Name Redacted (Name Redacted) 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
Name Redacted, (asbca 2016).

Opinion

ARMED SERVICES BOARD OF CONTRACT APPEALS

Appeal of -- ) ) ███████████████████████ ) ASBCA No. 60315 ) Under Contract No. HTC711-14-D-R033 )

APPEARANCE FOR THE APPELLANT: ██████████████████ President

APPEARANCES FOR THE GOVERNMENT: Jeffery P. Hildebrant, Esq. Air Force Deputy Chief Trial Attorney Lt Col Mark E. Allen, USAF Jason R. Smith, Esq. Trial Attorneys

OPINION BY ADMINISTRATIVE JUDGE D' ALESSANDRIS ON THE GOVERNMENT'S MOTION FOR SUMMARY JUDGMENT

The United States Transportation Command (government) awarded ████████ █████████████████ (███) a commercial trucking services contract in Afghanistan. SWT argues that the government breached the contract by failing to provide a fair opportunity to compete, improperly terminating the contract, and by breaching the implied duty of good faith and fair dealing. Pending before the Board is the government's motion for summary judgment, asserting that there are no disputed material facts and that ███ fails to establish any contractual violation. We grant the government's motion and deny the appeal.

STATEMENT OF FACTS (SOF) FOR PURPOSES OF THE MOTION

1. On 9 January 2014, the United States Transportation Command awarded Contract No. HTC711-14-D-R033 to ███ for commercial trucking services in Afghanistan (R4, tab 14). ███'s contract was one of 23 awarded under the National Afghan Trucking Program (NAT II) (R4, tab 34 at 1). The NAT II was a firm-fixed-price, multiple-award, indefinite-delivery, indefinite-quantity (ID IQ) contract (R4, tab 14 ). The contract had an original base period of 24 January 2014 to 15 December 2014 with two one-year options and one six-month option (id. at 5-7).

2. The contract contained Federal Acquisition Regulation (FAR) clause 52.216-22, INDEFINITE QUANTITY (OCT 1995), which provided, in relevant part:

(a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract.

(b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum."

(R4, tab 14 at 12)

3. The contract also contained FAR clause 52.217-9, OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000), which provided, in relevant part, that the government "may extend the term of this contract by written notice to the Contractor" (R4, tab 14 at 12).

4. The contract's Performance Work Statement stated that the government "will normally provide the contractor's [Program Manager] at least 96 hours notice of a mission requirement; however, the contractor shall be able to respond within 48 hours for urgent requirements" (R4, tab 14 at 80). The Performance Work Statement also required the contractor to attend a post-award conference; have contractor employees enrolled in the Synchronized Pre-Deployment and Operational Tracker (SPOT) and have a SPOT-generated Letter of Authorization (LOA) for its employees prior to employment; to work on holidays; and to maintain Defense Base Act (DBA) insurance (R4, tab 14 at 64-65, 67).

5. By task order dated 17 January 2014, the contracting officer paid the contractually guaranteed minimum of 129,500 afghani (AFN) to ███ (R4, tab 16). The government had previously provided ███ the opportunity to invoice for the guaranteed minimum order (R4, tab 39 at 3). The contracting officer also issued contract Modification No. POOOOl to the contract, dated 17 January 2014, which notified ███ that the NAT II award decision was being protested to the Government Accountability Office (GAO) and that "[t]he contractor is hereby notified to suspend performance until further notice. Only the Contracting Officer is authorized to allow performance to resume under this contract." (R4, tab 15 at 1)

2 6. By memorandum dated 30 April 2014, the contracting officer notified ███ that it had been reaffirmed as an awardee under the NAT II contract and that the government expected "to complete a modification of your contract removing the Stop Work Order following the debriefing period" (R4, tab 21 at 3).

7. By memorandum dated 14 May 2014, the contracting officer notified all NAT II contractors that three unsuccessful offerors of the NAT II contract had filed protests with the GAO and that performance would continue "to be suspended pending disposition of the protests" (R4, tab 22 at 1).

8. ███ asserts that the government became aware that requirements for trucking services in Afghanistan were being sharply reduced and were projected to continue to decline in the NAT II option years around 22 August 2014 (app. resp. at 3). On 8 September 2014, a kick-off meeting took place for the NAT II contract (comp I. at 2).

9. By memorandum dated 11 September 2014, the contracting officer notified ███ that the stop work order was being lifted on the NAT II contract and directed ███ "to start preparing for performance in accordance with the terms and conditions of HTC711-14-D-R033." The contracting officer also noted that the official notice to proceed would be issued around 16 October 2014 along with a formal modification. (R4, tab 23)

10. By letter dated 25 September 2014, the government informed ███ that the contract base period would only have a period of performance of two months ( 16 October 2014 through 15 December 2014) and that only around seven NAT II contractors would have their contracts' option years exercised. The contracting officer offered ███ the opportunity to execute an immediate no-cost termination of its contract. (R4, tab 24)

11. By email dated 26 September 2014, the contracting officer notified NAT II contractors that the modification to lift the stop work order had not been issued and that the stop work order was still in effect (R4, tab 25).

12. By memorandum dated 7 October 2014, the contracting officer notified ███ that the government would not exercise the first option period on the contract (R4, tab 27). By a ten-page memorandum signed 22 November 2014, the contracting officer outlined determinations and findings in support of the NAT II contractors who had their option years exercised (R4, tab 34 ). The determination noted that the military was downsizing, reducing the need for commercial trucking services, that there was a similar decline in contracting personnel to administer the contracts, and that the contracts required high fixed costs for a 24-hour operations center and DBA insurance (id.). The determination concluded that awarding all options would "expose the contractors to unnecessary start-up costs with no real expectation of recovering their initial outlay" (id. at 3). The determination further reasoned that these financial risks could affect the viability of the contractors and become a force protection issue (id.).

3 13. The contracting officer issued no competitive task orders under the NAT II contracts during the base period (R4, tab 43 at 1).

14. By email dated 8 July 2015, ███ submitted a certified claim demanding payment for expenses allegedly incurred during the performance of the contract in the amount of $5,547,248.98 (R4, tab 44).

15. By memorandum dated 25 August 2015, the contracting officer issued a final decision denying ███'s certified claim (R4, tab 47). ███ timely appealed to this Board on 7 November 2015.

DECISION

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)
Centex Corp. v. United States
395 F.3d 1283 (Federal Circuit, 2005)
Pure Gold, Inc. v. Syntex (u.s.a.), Inc.
739 F.2d 624 (Federal Circuit, 1984)
Mingus Constructors, Inc. v. The United States
812 F.2d 1387 (Federal Circuit, 1987)
Road & Highway Builders, LLC v. United States
702 F.3d 1365 (Federal Circuit, 2012)
bell/heery v. United States
739 F.3d 1324 (Federal Circuit, 2014)
Metcalf Construction Company v. United States
742 F.3d 984 (Federal Circuit, 2014)
Lakeshore Engineering Services, Inc. v. United States
748 F.3d 1341 (Federal Circuit, 2014)

Cite This Page — Counsel Stack

Bluebook (online)
Name Redacted, Counsel Stack Legal Research, https://law.counselstack.com/opinion/name-redacted-asbca-2016.