Tigerswan, Inc v. United States

CourtUnited States Court of Federal Claims
DecidedSeptember 18, 2014
Docket1:12-cv-00062
StatusPublished

This text of Tigerswan, Inc v. United States (Tigerswan, Inc 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
Tigerswan, Inc v. United States, (uscfc 2014).

Opinion

In the United States Court of Federal Claims No. 12-62C (Filed: September 18, 2014)

) TIGERSWAN, INC., ) ) Plaintiff, ) ) Motion for Summary Judgment; v. ) Termination for Convenience; ) Abdication of Contracting Officer’s THE UNITED STATES, ) Authority; Disputed Issues of Material ) Fact Defendant. ) )

Terrence M. O’Connor, McLean, VA, for plaintiff. Stephanie D. Wilson, McLean, VA, of counsel.

John Groat, Civil Division, United States Department of Justice, Washington DC, with whom were Stuart F. Delery, Assistant Attorney General, Robert E. Kirschman, Jr., Director, and Franklin E. White, Jr., Assistant Director, for defendant. Robert B. Neill, United States Army Legal Service Agency, of counsel.

OPINION

FIRESTONE, Judge.

Pending before the court are cross-motions for summary judgment pursuant to

Rule 56 of the Rules of the United States Court of Federal Claims (“RCFC”) filed by

defendant the United States (“the government”) and plaintiff TigerSwan, Inc. (“TSI”). In

this case, TSI alleges that the United States Department of Defense (“DOD”) wrongfully

terminated for convenience its contract to provide security services to support the Task Force for Business and Stability Operations (“TFBSO”) in Iraq, resulting in a breach of

contract. TSI is seeking lost profits and other damages as a result of the alleged breach.

In its motion, plaintiff argues that the contracting officer abused his discretion

when he permitted TFBSO to direct him to terminate the contract after a bid protest

challenge by the incumbent, Aegis Defense Services, Ltd. (“Aegis”), failed. TSI

contends that the termination for convenience was inappropriately based on TFBSO’s

program decision to give a sole-source contract to Aegis. In its cross-motion, the

government argues that the contracting officer did not abuse his discretion in deciding to

terminate TSI’s contract but instead made a reasoned decision to defer to the stated needs

of TFBSO, a subjective determination that the government argues is entitled to deference.

The government argues that the testimony of the program director of TFBSO

demonstrates that the needs of the agency did not align with what TSI was able to

provide. For the reasons set forth below, the court finds that there are disputed issues of

material fact that require denial of both motions. Accordingly, the cross-motions are

DENIED.

I. BACKGROUND1

A. The 6001 Contract

On March 1, 2010, the DOD awarded TSI Contract No. W91 GDW-10-C-6001

(“6001 Contract”) to provide security services to TFBSO, with a period from June 25,

1 Many of the background facts are set forth in the court’s earlier decision granting-in-part and denying-in-part the government’s motion to dismiss and are only summarized here. TigerSwan, Inc. v. United States, 110 Fed. Cl. 336 (2013). In addition, the facts are undisputed unless otherwise noted.

2 2010 to December 24, 2010 and an option period from December 25, 2010 to June 24,

2011. Administrative Record (“AR”) 804. This award was protested at the Government

Accountability Office (“GAO”) by the incumbent Aegis and another unsuccessful

offeror. On April 23, 2010, before the GAO issued a decision, the DOD terminated the

6001 Contract for convenience, stating that “significant changes in operational and force

protection conditions in Iraq” meant that many of the line items and services included in

the contract were no longer required. AR 915-16. The DOD paid for TSI’s mobilization

costs. Compl. ¶¶ 20-22. On June 7, 2010, the DOD issued a solicitation for a

performance period of 220 days based on the changed requirements as Contract No. W91

GDW-10-C-6005 (“6005 Contract”). AR 937-96. Competition was limited to vendors

that had submitted proposals for the 6001 Contract. Id.

While the solicitation was pending, the DOD issued a Justification and Approval

for Other than Full and Open Competition (“J&A”) for security services for the period

from June 25, 2010 to July 24, 2010 to allow Aegis to continue performing. Compl., Ex.

8. The J&A was signed by the Senior Program Director of TFSBO, Regina Dubey (“Ms.

Dubey”) and stated that Aegis was the only contractor able to meet the performance

deadline of June 25, as competition for the new contract would not be completed by that

time. Id.

B. The 6005 Contract

On June 22, 2010, after another round of evaluations, the DOD awarded the 6005

Contract to TSI and at the same time issued a notice to proceed. AR 1181. On June 23,

2010, Aegis filed a protest of the contract award at the GAO. AR 1243-69. On July 5,

3 2010, the DOD issued a stop work order to TSI. AR 1278. While the protest was

pending, the DOD awarded a second sole-source bridge contract to Aegis for a period

from July 25, 2010 to November 24, 2010. AR 1292-93.

On October 1, 2010, the GAO denied Aegis’s protest and upheld the award of the

6005 Contract to TSI. AR 1348. Shortly thereafter, Contracting Officer Nathaniel Franz

(“Mr. Franz” or “CO”) communicated by email with TSI CEO Jim Reese (“Mr. Reese”)

about moving ahead with the contract. Pl.’s Mot. Summ. J., Ex. 3. On October 5, 2010,

Mr. Franz contacted Ms. Dubey to determine when funding would be available to TSI.

Pl.’s Mot. Summ. J., Ex. 4. On the following day, October 6, 2010, Mr. Franz made a

presentation to Ms. Dubey and General Camille Nichols, the general in charge of the

United States Central Command, Joint Theater Support Contracting Command, detailing

the risks and benefits of allowing TSI to continue to proceed as opposed to retaining

Aegis as a sole-source contractor. Pl.’s Mot. Summ. J., Ex. 5.

In support of upholding the award to TSI, the CO identified the major benefits as a

$600,000 cost savings and additional flexibility along with upholding the GAO decision.

Id. The major risks he identified included concerns over TSI’s ability to mobilize quickly

and loss of political capital with the customer, who desired to keep Aegis. Id. With

regard to a sole-source award, to Aegis, the CO identified the benefit of such an award as

continuity of services without the stresses of transition. Id. The major risks he identified

included a TSI protest of the award, potential damages to TSI, and setting a standard of

rewarding incumbent contractors for protesting follow-on contracts. Id. Overall, the CO

recommended that TSI’s contract go forward. Id.

4 The CO’s recommendation was overruled, and on October 9, 2010, the 6005

Contract was terminated. Compl. ¶ 34. As before, TSI was reimbursed for its

mobilization costs. Compl. ¶¶ 36-39. Following the termination, the CO issued a second

J&A to support its decision to award a sole-source contract to Aegis. AR 1298-1301. In

the J&A, the CO relied on Ms. Dubey to conclude that only the incumbent was able to

meet the government’s requirements to be ready to perform on November 25, 2010, that

transition was risky at a time when the security situation in Iraq was deteriorating, that

TSI’s lack of existing relationships with Iraqi entities would adversely impact the

mission, and that TSI would have difficulty attracting a quality workforce for the short

duration of the contract. Id.

C. Testimony

At his deposition, the CO, Mr. Franz, testified that he did not use any independent

judgment to assess Ms. Dubey’s conclusions regarding the risks of allowing TSI to

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)
New York Shipbuilding Corporation v. The United States
385 F.2d 427 (Court of Claims, 1967)
Darwin Construction Co., Inc. v. United States
811 F.2d 593 (Federal Circuit, 1987)
Mingus Constructors, Inc. v. The United States
812 F.2d 1387 (Federal Circuit, 1987)
Unigene Laboratories, Inc. v. Apotex, Inc.
655 F.3d 1352 (Federal Circuit, 2011)
Krygoski Construction Company, Inc. v. United States
94 F.3d 1537 (Federal Circuit, 1996)
T & M Distributors, Inc. v. United States
185 F.3d 1279 (Federal Circuit, 1999)
Tigerswan, Inc. v. United States
110 Fed. Cl. 336 (Federal Claims, 2013)
England v. Systems Management American Corp.
38 F. App'x 567 (Federal Circuit, 2002)
Continental Business Enterprises, Inc. v. United States
452 F.2d 1016 (Court of Claims, 1971)
Pacific Architects & Engineers Inc. v. United States
491 F.2d 734 (Court of Claims, 1974)
Keco Industries, Inc. v. United States
492 F.2d 1200 (Court of Claims, 1974)
Kalvar Corp. v. United States
543 F.2d 1298 (Court of Claims, 1976)

Cite This Page — Counsel Stack

Bluebook (online)
Tigerswan, Inc v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/tigerswan-inc-v-united-states-uscfc-2014.