Reliability and Performance Technologies, LLC v. United States

CourtUnited States Court of Federal Claims
DecidedDecember 15, 2022
Docket22-13
StatusUnpublished

This text of Reliability and Performance Technologies, LLC v. United States (Reliability and Performance Technologies, LLC v. United States) is published on Counsel Stack Legal Research, covering United States Court of Federal Claims primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
Reliability and Performance Technologies, LLC v. United States, (uscfc 2022).

Opinion

In the United States Court of Federal Claims

RELIABILITY AND PERFORMANCE TECHNOLOGIES, LLC,

Plaintiff, No. 22-13 (Filed: November 4, 2022) v. (Re-issued: December 15, 2022)* THE UNITED STATES,

Defendant.

Howard William Roth, III, Seattle, WA, for Plaintiff.

Elizabeth Marie Pullin, Civil Division, United States Department of Justice, Washington, DC, for Defendant.

OPINION

LERNER, Judge.

This is a case under the Contract Disputes Act (“CDA”), 41 U.S.C. § 7101, et seq. Plaintiff, Reliability and Performance Technologies, LLC (“Reliability” or “R&P”), brings this action against the Naval Sea Systems Command, Naval Surface Warfare Center, Carderock Division, Philadelphia (“NSWC” or the “Navy”) in connection with a delivery order for an indefinite delivery, indefinite quantity (“IDIQ”) contract to support U.S. Naval ship construction. Reliability seeks monetary judgment against the United States in the amount of its certified CDA claim, $1,094,060.62, plus interest, costs and fees, as well as other relief.

Count I of the Complaint alleges that NSWC breached the duty of good faith and fair dealing by failing to conduct timely audits and timely perform the duties described in Federal Acquisition Regulation (“FAR”) 42.705-1. Count II alleges that NSWC abused its discretion by denying Plaintiff payment after refusing to apply exceptions to the Limitation of Funds clause in the contract. Count III alleges that NSWC breached the contract by failing to comply with FAR 42.705-1 procedures. As a result of these actions, Reliability contends that it sustained damages in the form of indirect costs that the Government refused to pay.

* The Court initially filed this opinion under seal to allow the parties to propose redactions. As the parties indicated that no redactions were necessary, the Court re-issues this opinion publicly in its entirety. The Government moves to dismiss Counts I and III of the Complaint for lack of subject matter jurisdiction. Alternatively, it moves to dismiss Count III for failure to state a claim upon which relief may be granted. The Government argues that this Court lacks jurisdiction over Counts I and III because these claims were not presented to the contracting officer (“CO”) for final decision, which is a threshold requirement for this Court’s jurisdiction over CDA claims. It further argues that Count III fails to state a claim because FAR 42.705-1 cannot serve as the basis for a breach of contract claim. For the reasons set forth below, the Court DENIES the Motion to Dismiss in its entirety.

I. Background

A. The Contract and Delivery Order

Reliability holds an IDIQ contract (“the IDIQ” or “the Contract”) with NSWC. The IDIQ contracted for support services for U.S. Naval ship construction managed out of “new acquisition” program offices. Compl. ¶ 1, ECF No. 1. On May 14, 2010, NSWC awarded Reliability Delivery Order EHP1 (“the Delivery Order” or “EHP1”) under the IDIQ. Id. ¶ 21. The Delivery Order was an incrementally funded cost plus fixed fee contract. Id. ¶¶ 21–22. It explained that “the Government will allot additional amounts to this contract from time to time for the incrementally funded [contract line items] by unilateral contract modification, and any such modification shall state separately the amount(s) allotted for cost, the amount(s) allotted for fee, the [contract line items] covered thereby, and the period of performance which the amount(s) are expected to cover.” Def.’s App. at 19, ECF No. 12-1 (Delivery Order clause SEA 5252.232- 9104(b)).

The Delivery Order incorporated by reference FAR 52.232-22, Limitation of Funds (Apr. 1984) (“LOF clause”) and FAR 52.232-20, Limitation of Costs (Apr. 1984) (“LOC clause”). Id. at 44 (Delivery Order). In relevant part, the LOF clause provides:

(c) The Contractor shall notify the Contracting Officer in writing whenever it has reason to believe that the costs it expects to incur under this contract in the next 60 days, when added to all costs previously incurred, will exceed 75 percent of . . . the total amount so far allotted to the contract by the Government.

(d) Sixtydays [sic] before the end of the period specified in the Schedule, the Contractor shall notify the Contracting Officer in writing of the estimated amount of additional funds, if any, required to continue timely performance under the contract or for any further period specified in the Schedule or otherwise agreed upon, and when the funds will be required.

FAR 52.232-22. Similarly, the LOC clause provides:

(b) The Contractor shall notify the Contracting Officer in writing whenever it has reason to believe that-

2 (1) The costs the Contractor expects to incur under this contract in the next 60 days, when added to all costs previously incurred, will exceed 75 percent of the estimated cost specified in the Schedule; or

(2) The total cost for the performance of this contract, exclusive of any fee, will be either greater or substantially less than had been previously estimated.

(c) As part of the notification, the Contractor shall provide the Contracting Officer a revised estimate of the total cost of performing this contract.

FAR 52.232-20.

B. Performance and Payment History Under EHP1

NSWC issued sixty-seven modifications to EHP1 between May 26, 2010, and May 12, 2015. Compl. ¶ 26. Fifty-nine of these modifications increased the incremental funds allotted to the work. Id. Eight of the modifications resulted in an increase to the overall contract price. Id. Reliability states that it “provided continual monthly notice to the Government of every time the funds expended approached 75% of the allotted funding, and how much funding would be necessary to complete performance of EHP1.” Id. ¶ 38.

In July 2005, in connection with the original IDIQ award, the Defense Contract Audit Agency (“DCAA”) conducted a pre-award survey of Reliability’s accounting system and concluded that it was acceptable for contract award. Id. ¶¶ 17–18. However, Plaintiff alleges that according to the Defense Contract Management Agency (“DCMA”), the DCAA created an additional report in February 2007 (“2007 DCAA Report”) that concluded Reliability’s accounting system was deficient. Id. ¶ 19. Reliability alleges that DCAA, DCMA, and NSWC failed to provide a copy of the 2007 DCAA report. Id. ¶ 20.

When Plaintiff submitted its indirect cost proposals (“ICPs”) for fiscal years (“FY”) 2012–2015, the CO requested that DCAA retroactively disclaim its ability to audit Reliability’s records for FY 2012 and 2013. Id. ¶ 66. DCAA had also rejected Reliability’s initial ICP submissions for FY 2012 and 2013 as inadequate, but did not inform Reliability until 2016. Id. ¶ 67. Then, on June 15, 2017, DCAA issued its “2012/13 DCAA Disclaimer Report,” which again stated that Reliability’s accounting records were inadequate. Id. ¶ 68. Reliability alleges that it was not provided the 2012/13 DCAA Disclaimer Report either at the time of issuance or

3 anytime in 2017, as required by FAR 42.705-1(b)(iii)(A). Id. ¶ 71. It did not receive a copy until September 2018. Id. ¶ 77. 1

Reliability also alleges that it never had the opportunity to address with the DCAA auditor the issue of the purported inadequacies described in the 2012/13 DCAA Disclaimer Report. Id. ¶¶ 73–74. It further alleges that the issue was not elevated to the CO as FAR 42.705-1(b)(iii)(B) required. Id. ¶¶ 72–74. In 2018, Reliability requested a DCAA audit of its 2012–2013 ICPs based on these issues, but the CO stopped answering emails and responding to Reliability. Id. ¶ 78.

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

Related

Precision Pine & Timber, Inc. v. United States
596 F.3d 817 (Federal Circuit, 2010)
Erickson v. Pardus
551 U.S. 89 (Supreme Court, 2007)
Bell Atlantic Corp. v. Twombly
550 U.S. 544 (Supreme Court, 2007)
Ashcroft v. Iqbal
556 U.S. 662 (Supreme Court, 2009)
M. Maropakis Carpentry, Inc. v. United States
609 F.3d 1323 (Federal Circuit, 2010)
Centex Corp. v. United States
395 F.3d 1283 (Federal Circuit, 2005)
Scherr and McDermott Inc. v. The United States
360 F.2d 966 (Court of Claims, 1966)
Placeway Construction Corporation v. The United States
920 F.2d 903 (Federal Circuit, 1990)
Colonel David W. Palmer, II v. United States
168 F.3d 1310 (Federal Circuit, 1999)
Daniel A. Lindsay v. United States
295 F.3d 1252 (Federal Circuit, 2002)
Scott Timber Company v. United States
333 F.3d 1358 (Federal Circuit, 2003)
Metcalf Construction Company v. United States
742 F.3d 984 (Federal Circuit, 2014)
Affiliated Construction Group, Inc. v. United States
115 Fed. Cl. 607 (Federal Claims, 2014)
K-Con Building Systems, Inc. v. United States
778 F.3d 1000 (Federal Circuit, 2015)
Solaria Corporation v. United States
123 Fed. Cl. 105 (Federal Claims, 2015)
Lee's Ford Dock, Inc. v. Secretary of the Army
865 F.3d 1361 (Federal Circuit, 2017)

Cite This Page — Counsel Stack

Bluebook (online)
Reliability and Performance Technologies, LLC v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/reliability-and-performance-technologies-llc-v-united-states-uscfc-2022.