WSP USA Solutions Inc.

CourtArmed Services Board of Contract Appeals
DecidedOctober 13, 2022
DocketASBCA No. 62674
StatusPublished

This text of WSP USA Solutions Inc. (WSP USA Solutions Inc.) 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
WSP USA Solutions Inc., (asbca 2022).

Opinion

ARMED SERVICES BOARD OF CONTRACT APPEALS Appeal of - ) ) WSP USA Solutions Inc. ) ASBCA No. 62674 ) Under Contract No. W911WN-15-D-0001 )

APPEARANCES FOR THE APPELLANT: David M. Nadler, Esq. Scott Arnold, Esq. Carolyn R. Cody-Jones, Esq. Blank Rome LLP Washington, DC

APPEARANCES FOR THE GOVERNMENT: Michael P. Goodman, Esq. Engineer Chief Trial Attorney Richard J. Sprunk, Esq. Olivia J. Estay, Esq. Thomas X. McHugh, Esq. Engineer Trial Attorneys U.S. Army Engineer District, Pittsburgh

OPINION BY ADMINISTRATIVE JUDGE WOODROW

This appeal involves a contract for WSP USA Solutions Inc. (WSP) to provide the U.S. Army Corps of Engineers (USACE) with temporary emergency power services required for declared federal disasters. Specifically, the appeal arises from work performed under three task orders (TOs) issued in response to Hurricanes Irma and Maria to provide emergency power services in Puerto Rico and the U.S. Virgin Islands (USVI). WSP argues that work performed pursuant to these TOs during the contract’s third option year should have been priced at the contract’s higher rates for that option year, and not at the rates for the second option year, during which all three TOs were issued. WSP alleges that USACE’s failure to pay it at Option Year 3 rates for this work constituted breaches of both the contract and the implied covenant of good faith and fair dealing. USACE asserts that WSP was appropriately paid for its services pursuant to the agreed upon Option Year 2 rates. The Board has jurisdiction over this appeal pursuant to the Contract Disputes Act of 1978, 41 U.S.C. §§ 7101-7109. Both parties elected to submit this appeal on the record pursuant to Board Rule 11 and requested that the Board decide both entitlement and quantum.

We hold that the contract unambiguously provides that the pricing for each TO is set when the order is placed and remains in place for duration of the work under the TO, even if the period of performance extends beyond the original term of the underlying contract or option period. Therefore, we deny the appeal.

FINDINGS OF FACT

1. On October 22, 2014, USACE awarded Contract No. W911WN-15-D-0001 (the contract) to WSP to provide temporary emergency power services required for declared federal disasters (R4, tab 2 at 12-13, 27). ∗

2. The contract was an indefinite quantity indefinite delivery contract with a base period of one year and four option years (R4, tab 2 at 13-22). The contract’s initial total contract price was $94,985,000.00 (id. at 13).

3. Section B of the contract included two firm-fixed price contract line item numbers (CLINs) for the base year and for each option year: (i) ACI Emergency Power, and (ii) Readiness and Preparedness (R4, tab 2 at 13-22). The ACI Emergency Power CLINs covered:

ALL LABOR, TRANSPORTATION, EQUIPMENT, MATERIALS SUPERVISION, AND REQUIRED INTERNAL LOGISTIC SUPPORT TO PERFORM GENERATOR SET ACTIVITIES . . . .

(Id. at 13, 15, 17, 19, 21)

4. The base year and the four option years were scheduled as follows:

Base Year: October 22, 2014 – October 21, 2015 Option Year 1: October 22, 2015 – October 21, 2016 Option Year 2: October 22, 2016 – October 21, 2017 Option Year 3: October 22, 2017 – October 21, 2018 Option Year 4: October 22, 2018 – October 21, 2019

(R4, tab 2 at 62-63)

5. Generally, the contract required WPS to mobilize its employees and government-supplied generators in response to federal disaster declarations. The contract called for three distinct phases of work: Mission Readiness, Mission Mobilization, and Mission Execution. (R4, tab 2 at 27)

∗ The parties numbered pages in their Rule 4 submissions with a prefix of letters and/or leading zeros. We have dropped the prefix and leading zeros and just cite the numeric page number. 2 6. The contract provided for pricing schedules in the base and option years that identified the line items being ordered and the rate to be paid for those items. The rate schedule for each option year (Attachment 1) had corresponding rate increases over the life of the contract. (R4, tab 2 at 91-95) The contract stated:

THE CONTRACTOR SHALL PROVIDE PRICING IN ACCORDANCE WITH THE NARRATIVE IN SECTION B AND THE CORRESPONDING RATE SCHEDULE INCLUDED AS ATTACHMENT 1, WHICH WILL BE INCLUDED IN THE CONTRACT.

(Id. at 13)

7. Attachment 1 included an approximately three percent increase in the rates for each successive option year for each line item of labor, equipment, and parts for servicing generators (R4, tab 2 at 91-95).

8. Section F of the contract included a chart entitled “Delivery Information” that listed each CLIN next to a range of delivery dates. These delivery dates corresponded with the contract’s base and option year periods. (R4, tab 2 at 62-63)

9. The contract incorporated by reference Federal Acquisition Regulation (FAR) 52.243-1 Alt I, CHANGES – FIXED PRICE (AUG 1987) – Alternate I (Changes Clause) (R4, tab 2 at 68). The Changes Clause provided:

(a) The Contracting Officer may at any time, by written order, and without notice to the sureties, if any, make changes within the general scope of this contract in any one or more of the following: (1) Drawings, designs, or specifications when the supplies to be furnished are to be specially manufactured for the Government in accordance with the drawings, designs, or specifications. (2) Method of shipment or packing. (3) Place of delivery. (b) If any such change causes an increase or decrease in the cost of, or the time required for, performance of any part of the work under this contract, whether or not changed by the order, the Contracting Officer shall make an equitable adjustment in the contract price, the delivery schedule, or both, and shall modify the contract.

3 (c) The Contractor must assert its right to an adjustment under this clause within 30 days from the date of receipt of the written order. However, if the Contracting Officer decides that the facts justify it, the Contracting Officer may receive and act upon a proposal submitted before final payment of the contract. (d) If the Contractor's proposal includes the cost of property made obsolete or excess by the change, the Contracting Officer shall have the right to prescribe the manner of the disposition of the property. (e) Failure to agree to any adjustment shall be a dispute under the Disputes clause. However, nothing in this clause shall excuse the Contractor from proceeding with the contract as changed.

FAR 52.243-1 Alt I.

10. The contract included FAR 52.216-18, ORDERING (OCT 1995) (Ordering Clause). This clause provided:

(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of contract award through expiration date of the base contract year unless extended in accordance with FAR Clause 52.217-9 “Option to Extend the Term of the Contract”. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule.

(R4, tab 2 at 69)

11. The contract included FAR 52.216-21, REQUIREMENTS (OCT 1995) (Requirements Clause). This clause provided:

4 (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule.

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

Related

Centex Corp. v. United States
395 F.3d 1283 (Federal Circuit, 2005)
Edward R. Marden Corporation v. United States
803 F.2d 701 (Federal Circuit, 1986)
Nvt Technologies, Inc. v. United States
370 F.3d 1153 (Federal Circuit, 2004)
Metcalf Construction Company v. United States
742 F.3d 984 (Federal Circuit, 2014)
Agility Public Warehousing Co. KSCP v. Mattis
852 F.3d 1370 (Federal Circuit, 2017)
WPC Enterprises, Inc. v. United States
323 F.2d 874 (Court of Claims, 1963)
Consolidated Molded Products Corp. v. United States
600 F.2d 793 (Court of Claims, 1979)

Cite This Page — Counsel Stack

Bluebook (online)
WSP USA Solutions Inc., Counsel Stack Legal Research, https://law.counselstack.com/opinion/wsp-usa-solutions-inc-asbca-2022.