Vigor Works, LLC

CourtArmed Services Board of Contract Appeals
DecidedFebruary 23, 2023
DocketASBCA No. 62607
StatusPublished

This text of Vigor Works, LLC (Vigor Works, LLC) 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
Vigor Works, LLC, (asbca 2023).

Opinion

ARMED SERVICES BOARD OF CONTRACT APPEALS

Appeal of - ) ) Vigor Works, LLC ) ASBCA No. 62607 ) Under Contract No. H92222-11-D-0080 )

APPEARANCES FOR THE APPELLANT: Mark G. Jackson, Esq. Stowell B. Holcomb, Esq. Jackson Holcomb LLP Seattle, WA

APPEARANCES FOR THE GOVERNMENT: Caryl A. Potter, III, Esq. Deputy Chief Trial Attorney Maj Danelle McGinnis, USAF Trial Attorney

OPINION BY ADMINISTRATIVE JUDGE THRASHER

Vigor Works, LLC (Vigor or appellant) appealed under the Contract Disputes Act (CDA), 41 U.S.C. §§ 7101-7109, from a contracting officer’s final decision (COFD) denying appellant’s certified claim in the amount of $5,213,618. Vigor seeks excess costs incurred from what it describes as the government constructively changing the contract by accelerating the production pace and sequence through the issuance of delivery orders. The parties have elected a written disposition under Board Rule 11. We deny the appeal.

FINDINGS OF FACT

1. On September 28, 2011, the United States Special Operations Command (SOCOM or government) awarded Contract No. H92222-11-D-0080 (the contract) to Vigor Works, LLC 1 (R4, tab 9). The contract was for the design, development, and fabrication of Combatant Craft, Medium Mark 1 (CCM Mk 1) systems (compl. ¶ 7; R4, tab 9a at 4).

2. The contract was an indefinite-delivery, indefinite-quantity (IDIQ) contract with firm-fixed-price and cost reimbursable contract line items (CLINs) for a total period of performance of ten years, including option periods (R4, tab 9 at 3). Part I of the contract contained “THE SCHEDULE” (R4, tab 9 at 2).

1 SOCOM awarded the contract to Oregon Iron Works, Inc. (OIW), but OIW later became Vigor Works, LLC (R4, tab 36 at 3; app. supp. R4, tab 25 at 3). 3. The Schedule, Section B, Supplies or Services and Prices, divided the CLINs into four successive periods:

• Base Period (CLINs 0001-0008)

• If applicable, Test Article Refurbishment (CLINs 0009-0018)

• If applicable, Low Rate Initial Production (CLINs 0019-0044)

• If applicable, seven Production/Sustainment Ordering Periods (CLINs 1001- 7027)

(R4, tab 9 at 3) Each CLIN was to be “set forth under individual delivery order” and performed “in accordance with Sections C 2 and J” of the contract (see R4, tab 9 at 4- 126).

4. The Schedule, Section F, Deliveries or Performance, established delivery information for each CLIN, including delivery dates for CLINs 0001 to 7027 (R4, tab 9 at 1, 133-46).

5. Part III of the contract contained “LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS” (R4, tab 9 at 1). Section J listed the documents, exhibits, and other attachments. The first item listed is Exhibit A, Contract Data Requirements Listings A, E, L, dated August 11, 2011. (R4, tab 9 at 182; see also R4, tab 9k) The contract required the contractor to provide several Contract Data Requirement Lists (CDRLs), including A006 Integrated Program Master Schedule (IPMS) (R4, tab 9 at 6).

6. The Data Description for A006 IPMS provides:

1) The Contractor shall prepare, maintain, and update a CCM Mk 1 Integrated Program Master Schedule (IPMS) that reflects the Contractor’s program and schedule planning. The Contractor shall ensure the IPMS reflects the baseline schedule and all changes thereto and maintain the IPMS throughout the life of the contract.

2 There is no “X” under Part I, Section C, Description/Specs/Work Statement. The contract included the Statement of Work as Attachment 01 under Section J (see R4, tab 9 at 1, 182).

2 2) The IPMS shall contain the networked, detailed tasks necessary to ensure successful program execution. The IPMS is vertically traceable to the Contract Work Breakdown Structure (CWBS), and the Statement of Work (SOW). The IPMS shall be used to verify attainability of contract objectives, to evaluate progress toward meeting program objectives, and to integrate the program schedule activities with all related components.

3) The IPMS shall also include the accomplishments and criteria necessary for the delivery of the CCM Mk 1 TA in the first period; deliveries of the LRIP CCM Mk 1 Systems and FRP CCM Mk 1 Systems in the second period; and implementation and execution of the performance based logistics process in the second period.

(R4, tab 9k at 9)

7. Section J included the Statement of Work (SOW) as Attachment 01 (R4, tab 9 at 182; see also R4, tab 9a). Section 3.2, Program Schedule, of the SOW stated “[Vigor] 3 shall depict and track the CCM Mk1 program schedule in an up-to-date Integrated Program Master Schedule (IPMS). [Vigor] shall maintain the IPMS for the duration of the contract.” (R4, tab 9a at 5) Additionally, Section 7.3.2 of the SOW provided:

[Vigor] shall prepare, maintain, and update a CCM Mk 1 IPMS that reflects [Vigor’s] program and schedule planning. [Vigor] shall ensure the IPMS reflects the baseline schedule and all changes thereto and maintain the IPMS throughout the life of the contract. The IPMS shall also include the accomplishments and criteria necessary for the delivery of the CCM Mk 1 TA in Period One; deliveries of the LRIP CCM Mk 1 Systems and FRP CCM Mk 1 Systems in Period Two; and implementation and execution of the performance based logistics process in Period Two. [Vigor] shall ensure the IPMS is up to date and available at all Government meetings. [Vigor] shall

3 The SOW refers to OIW, which we previously noted later became Vigor (see n.1).

3 submit the CCM Mk 1 IPMS as well as all updates for the life of the contract in accordance with CDRL A00[6]. 4

(R4, tab 9a at 32)

8. Section J also included a version of Vigor’s IPMS as Attachment 06 (R4, tab 9 at 182; see also R4, tab 9f).

9. Notably, the Solicitation provided that those offerors in the competitive range would each be awarded a contract for construction and delivery of a CCM Mk1 Test Article (TA); support for government testing of the TA; and submission of revised proposals, if requested by the government (R4, tab 1 at 183). After delivery of the TA and completion of the government’s testing and assessment, the government would downselect to one contractor (R4, tab 1 at 142). After completing its TA evaluation, the government requested a Best and Final Offer (BAFO) from each offeror (app. br. at 6; gov’t br. at 24). Vigor submitted its BAFO in late 2013 (compl. ¶ 59; R4, tab 179). Vigor’s BAFO included an updated version of the IPMS (BAFO IPMS) 5 (R4, tab 179 at 132-34). Vigor’s BAFO stated,

[Vigor’s] CCM Mk1 proposed IPMS reflects our program and schedule planning and the baseline schedule and all changes. [Vigor] will maintain the IPMS throughout the life of the contract. . . . [Vigor] will ensure the IPMS is up to date and available at all meetings. [Vigor] will update the IPMS throughout the life of the contract and submit it per CDRL A00[6].

(R4, tab 179 at 30)

10. In February 2014, the government awarded Vigor the final down select for the production contract for CCM Mk1 craft and refurbishment of the TA (R4, tab 21 at 533). Effective February 20, 2014, the parties bilaterally executed Modification No. P00010 (R4, tab 21). Modification No. P00010 exercised the options for Test Article Refurbishment (TAR), Low Rate Initial Production (LRIP), and the first Full Rate

4 Section 7.3.2 inadvertently refers to CDRL A007. The government later administratively changed this reference from CDRL A007 to CDRL A006 (see R4, tab 14 at 83). 5 Vigor’s Rule 11 brief places significant emphasis on the version of the IPMS that was included with its BAFO. Therefore, for clarity, we refer to this version as the “BAFO IPMS.”

4 Production (FRP) ordering period.

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

Related

Blake Construction Company, Inc. v. The United States
987 F.2d 743 (Federal Circuit, 1993)
Air-Sea Forwarders, Inc. v. United States
166 F.3d 1170 (Federal Circuit, 1999)
Jowett, Incorporated v. United States
234 F.3d 1365 (Federal Circuit, 2000)
Christos v. United States
300 F.3d 1381 (Federal Circuit, 2002)
bell/heery v. United States
739 F.3d 1324 (Federal Circuit, 2014)
WPC Enterprises, Inc. v. United States
323 F.2d 874 (Court of Claims, 1963)
United Pacific Insurance v. United States
497 F.2d 1402 (Court of Claims, 1974)

Cite This Page — Counsel Stack

Bluebook (online)
Vigor Works, LLC, Counsel Stack Legal Research, https://law.counselstack.com/opinion/vigor-works-llc-asbca-2023.