Nassar Group International

CourtArmed Services Board of Contract Appeals
DecidedAugust 1, 2019
DocketASBCA No. 58451, 59465, 59701
StatusPublished

This text of Nassar Group International (Nassar Group International) 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
Nassar Group International, (asbca 2019).

Opinion

ARMED SERVICES BOARD OF CONTRACT APPEALS

Appeals of - ) ) Nassar Group International ) ASBCA Nos. 58451, 59465, 59701 ) Under Contract No. W917PM-07-C-0085 )

APPEARANCE FOR THE APPELLANT: Francisco Escalante, Esq. Escalante Yormack Law, PLLC Miami, FL

APPEARANCES FOR THE GOVERNMENT: Michael P. Goodman, Esq. Engineer Chief Trial Attorney . James D. Stephens, Esq. Tania Wang, Esq. Engineer Trial Attorneys U.S. Army Engineer District, Middle East Winchester, VA

OPINION BY ADMINISTRATIVE JUDGE SWEET ON THE PARTIES' MOTIONS FOR SUMMARY JUDGMENT AND IN LIMINE

These appeals involve disputes arising out of a contract between the Army Corps of Engineers (Corps or government) and appellant Nassar Group International ( to design and build a garrison in Afghanistan. The government claims that appellant used defective concrete, and that its failure to install ground conductors was a latent defect. Appellant claims that it is entitled to an equitable adjustment for increased costs it allegedly incurred due to tax exemption and customs delays, security and political delays, and weather delays.

Appellant has filed four motions in limine. In the first motion in limine, appellant moves to exclude evidence relating to the allegedly defective concrete on spoliation grounds. Appellant argues that the government destroyed concrete samples during testing. We deny appellant's first motion in limine because other samples were available.

In its second motion in limine, appellant seeks to exclude evidence about th~ ground conductors. Appellant argues that the .government knowingly accepted appellant's use of an alternative system. We deny appellant's second motion in limine because there is a genuine dispute as to whether the government knowingly accepted appellant's use of an alternative system; In its third motion in limine, appellant seeks to have us deem its request for admissions (RF As) admitted. Appellant argues that the government failed to provide a response to the RF As within 45 days of service. We deny appellant's third motion in limine because appellant did not serve the RF As on time, many RF As seek st.atements of opinion or law, and appellant did not suffer any prejudice from the government's late responses.

In its fourth motion in limine, appellant seeks for us to take judicial notice of certain facts. We deny appellant's fourth motion in limine in part, and grant it in part.

Appellant then moves for summary judgment on the government's claims. Appellant argues that, if we grant its first three motions in limine, that would leave no genuine issue of material fact, and appellant would be _entitled to judgment as a matter oflaw. We deny appellant's motion for summary judgment on the government's claims because we deny appellant's first three motions in limine.

Appellant also moves for summary judgment on its claims. Appellant argues that, if we grant its third motion in limine, then the deemed RF A admissions would leave no genuine issues of material fact, and it would be entitled to judgment as a matter of law. Appellant further argues that it was impossible to complete the contract within the period of performance. We deny appellant's motion for summary judgment on its claims because we deny its third motion in limine, and we do not possess jurisdiction over its impossibility claim.

Lastly, the government moves for summary judgment on appellant's claims. The government argues that appellant is not entitled to an equitable adjustment for the increased costs resulting from purported delays because the government did not cause some delays, various contract clauses preclude an equitable adjustment, appellant could have avoided those costs, the government's acts were sovereign acts, and appellant has not submitted a Critical Path Method (CPM) analysis. We deny the government's motion for summary judgment on appellant's claims to the extent that those claims are based upon government caused delays, and grant the motion to the extent appellant's claims are based upon non-government caused delays.

STATEMENT OF FACTS (SOF) FOR PURPOSES OF THE MOTIONS

I. F actuafBackground

A. The 0085 Contract

~- On October 23, 2007, the government awarded Contract No. W917PM-07-C-0085 (0085 Contract) to appellant for the design and construction of the Afghan National Army

2 (ANA) Garrison at Khair Kot, Paktika Province, Afghanistan (R4, tab 10 at 1-2). 1 As part of the construction, the 0085 Contract required that "[i]nsulated grounding conductors ... shall . be installed in all feeder and branch circuit raceways" (id. at 137). The 0085 Contract was a firm-fixed-price contract (id. at 3-33).

2. The 0085 Contract incorporated by reference several standard Federal Acquisition Regulation (FAR) clauses (id. at 33-35). First, it incorporated FAR 52.242-14, SUSPENSION OF WORK (APR 1984) (id. at 35), which provides:

If the performance of all or any part of the work is, for an unreasonable period of time, suspended, delayed, or interrupted ( 1) by an act of the Contracting Officer in the administration of this contract, or (2) by the Contracting Officer's failure to act within the time specified in this contract (or within a reasonable time if not specified), an adjustment shall be made for any increase in the cost of performance of this contract (excluding profit) necessarily caused by the unreasonable suspension, delay, or interruption .... However, no adjustment shall be made under this clause for any suspension, delay, or interruption to the extent that performance would have been so suspended, delayed, or interrupted by any other cause, including the fault or negligence of the Contractor ....

FAR 52.242.,14(b)

3. Second, the 0085 Contract incorporated FAR 52.229-6, TAXES - FOREIGN FIXED-PRICE CONTRACTS (JUN 2003), which stated that the contract price generally jncluded all applicable taxes and duties, and would be increased by the amount of any tax excluded by the contract (R4, tab 10 at 34; see generally FAR 52.229-6(c-d)). FAR 52.229-6(i) required that "[t]he Contractor shall take all reasonable action to obtain exemption from or refund of any taxes or duties[.]" Pursuant to Defense Federal Acquisition Regulation (DFAR) 252.229-7001, the 0085 Contract expressly stated that "[t]he Contractor may obtain a refund of the import duties from its government or request the duty-free import of an amount of supplies or components corresponding to that used from inventory for this contract" (id. at 46).

4. Third, the 0085 contract incorporated FAR 52.247-34, F.0.B. DESTINATION (Nov 1991), which provided that "[t]he Government shall not be liable for any delivery, storage, demurrage, accessorial, or other charges involved before the actual delivery ... of the Supplies to the destination, unless such charges are caused by an act

1 Citations to page numbers are to Bates Numbers in the Rule 4 file.

3 or order of the Government acting in its contractual capacity" (R4, tab 10 at 35; FAR 52.247-34(a)(2)).

5. The 0085 Contract also contained several special provisions. First, the 0085 Contract made appellant responsible for site security; the physical security of all materials, supplies, and equipment; and attacks from hostile entities (R4, tab 10 at 53, · 148, 165). As the 0085 Contract stated, "[t]he Government makes no guarantee to provide the contractor with security, and bears no obligation to reimburse the contractor for costs arising from the attacks of hostile entities'' (id. at 165).

6.

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)
CONNER BROS. CONST. CO., INC. v. Geren
550 F.3d 1368 (Federal Circuit, 2008)
Placeway Construction Corporation v. The United States
920 F.2d 903 (Federal Circuit, 1990)
P.R. Burke Corp. v. United States
277 F.3d 1346 (Federal Circuit, 2002)
Scott Timber Company v. United States
333 F.3d 1358 (Federal Circuit, 2003)
K-Con Building Systems, Inc. v. United States
778 F.3d 1000 (Federal Circuit, 2015)
Lee's Ford Dock, Inc. v. Secretary of the Army
865 F.3d 1361 (Federal Circuit, 2017)
Law v. United States
195 Ct. Cl. 370 (Court of Claims, 1971)

Cite This Page — Counsel Stack

Bluebook (online)
Nassar Group International, Counsel Stack Legal Research, https://law.counselstack.com/opinion/nassar-group-international-asbca-2019.