Wsp USA Solutions Inc. v. Secretary of the Army

CourtCourt of Appeals for the Federal Circuit
DecidedFebruary 21, 2025
Docket23-1256
StatusUnpublished

This text of Wsp USA Solutions Inc. v. Secretary of the Army (Wsp USA Solutions Inc. v. Secretary of the Army) is published on Counsel Stack Legal Research, covering Court of Appeals for the Federal Circuit 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. v. Secretary of the Army, (Fed. Cir. 2025).

Opinion

Case: 23-1256 Document: 31 Page: 1 Filed: 02/21/2025

NOTE: This disposition is nonprecedential.

United States Court of Appeals for the Federal Circuit ______________________

WSP USA SOLUTIONS INC., Appellant

v.

SECRETARY OF THE ARMY, Appellee ______________________

2023-1256 ______________________

Appeal from the Armed Services Board of Contract Ap- peals in No. 62674, Administrative Judge J. Reid Prouty, Administrative Judge Richard Shackleford, Administra- tive Judge Kenneth David Woodrow. ______________________

Decided: February 21, 2025 ______________________

SCOTT ARNOLD, Blank Rome LLP, Washington, DC, ar- gued for appellant. Also represented by DAVID LEE BODNER, STEPHANIE HARDEN, DAVID MICHAEL NADLER, ADAM SETH PROUJANSKY.

PATRICK ANGULO, Commercial Litigation Branch, Civil Division, United States Department of Justice, Washing- ton, DC, argued for appellee. Also represented by BRIAN Case: 23-1256 Document: 31 Page: 2 Filed: 02/21/2025

M. BOYNTON, PATRICIA M. MCCARTHY, CORINNE ANNE NIOSI. ______________________

Before PROST, TARANTO, and HUGHES, Circuit Judges. HUGHES, Circuit Judge. WSP USA Solutions Inc., a private contractor, appeals the final decision of the Armed Services Board of Contract Appeals that WSP was properly compensated for its ser- vices rendered pursuant to a contract with the United States Army Corps of Engineers. WSP submitted a certi- fied claim under the Contract Disputes Act, 41 U.S.C. §§ 7101–09, alleging costs it was owed by the government because of incorrect pricing for services performed under three specific task orders. The Contracting Officer deter- mined the services were correctly priced and denied the claim. WSP appealed the Contracting Officer’s final deci- sion, and the Board concluded the underlying contract un- ambiguously provided that pricing for the contested task orders was determined by the time the orders were first issued and denied the appeal on this basis. Because we con- clude the Board did not properly consider the contract in its entirety as modified by the later-issued task orders in evaluating each of the parties’ purported unambiguous in- terpretations of the contractual pricing scheme and reject both parties’ arguments that the pricing scheme is unam- biguous, we vacate the Board’s finding that the contract was unambiguous and remand for proper investigation of the contract terms, including modifications made to task orders issued pursuant the contract. I The pricing dispute underlying this appeal turns on a question of contract interpretation. The question raised on appeal is whether the fixed price for work performed under a task order is established by the date the task order is is- sued or by the date on which the work is actually performed Case: 23-1256 Document: 31 Page: 3 Filed: 02/21/2025

WSP USA SOLUTIONS INC. v. SECRETARY OF THE ARMY 3

under the task order when such work extends beyond its initial expected period of performance and into a later con- tract year. Before addressing the merits, we will first de- scribe the overall contract, the provision at issue, and the underlying series of events relevant to this dispute. A On October 22, 2014, the United States Army Corps of Engineers awarded requirements contract No. W911WN- 15-D-0001 to WSP USA Solutions Inc.1 Under the contract, WSP would provide temporary emergency power services required for federally declared emergencies. Specifically, WSP would provide emergency support to the Federal Emergency Management Agency (FEMA) Region IX (Ari- zona, California, and Nevada), Region X (Idaho, Oregon, and Washington), and certain areas outside the continen- tal United States (Puerto Rico, US Virgin Islands, Alaska, Hawaii, Guam, and American Samoa). J.A. 10016. The

1 The Board’s final decision described the contract as “an indefinite quantity indefinite delivery” (IDIQ) contract instead of an indefinite delivery requirements contract. J.A. 2. While the contract explicitly includes the Require- ments Clause at subsection 52.216-21 of the Federal Acqui- sition Regulation, see J.A. 10058–59, it does not include the IDIQ Clause at subsection 52.216-22 of the Federal Acqui- sition Regulation. To the extent the record includes refer- ences to an indefinite delivery indefinite quantity requirements contract, we note that subsection 16.501-2(a) of the Federal Acquisition Regulation specifically defines indefinite-quantity contracts and requirements contracts as two separate and distinct “types of indefinite-delivery contracts.” As such, we find substantial evidence supports a finding that the contract was a requirements contract and not an indefinite quantity contract. Case: 23-1256 Document: 31 Page: 4 Filed: 02/21/2025

initial contract was for $95,000,000 and had a one-year base period and four one-year option periods. See J.A. 10001–11. The contract is divided into three parts. See J.A. 10001. Part I of the contract contains the Schedule, which consists of Sections A–C and E–G. J.A. 10001–55. Relevant here is Section B (Supplies or Services and Prices/Costs); Sec- tion C (Description/ Specs/ Work Statement); and Section F (Deliveries or Performance). Part II of the contract consists of Section I (Contract Clauses), which contains the specific Federal Acquisition Regulation (FAR) clauses that are in- corporated into the contract by either reference or full text. J.A. 10056–78. Two FAR clauses are relevant here: FAR 52.216-21 (Requirements) subsection (f) and 52.216- 21 (Ordering). Part III of the contract is Section J (List of Documents, Exhibits and Other Attachments), which con- tains additional documents applicable to the contract. J.A. 10079–84. Relevant to this appeal, Section J includes a Rate Schedule document with pricing details. Section B outlines the specific “Supplies or Services and Prices” to be provided under the contract. The con- tract’s required supplies and services are divided into two basic categories: “ACI[2] Emergency Power”3 and

2 As defined in the contract’s Performance Work Statement (PWS), an Advanced Contract Initiative (ACI) is “[t]he process of having a contract in place prior to a dis- aster to permit quick and immediate response.” J.A. 10016–17. 3 The contract line-item numbers for ACI Emergency Power cover the contractor’s provision of “all labor, trans- portation, equipment, materials supervision, and required internal logistic support to perform generator set activities in support of [certain] FEMA regions . . . as stated in the [PWS].” J.A. 10002. Case: 23-1256 Document: 31 Page: 5 Filed: 02/21/2025

WSP USA SOLUTIONS INC. v. SECRETARY OF THE ARMY 5

“Readiness and Preparedness.”4 Section B structures the contract around ten firm-fixed price (FFP) contract line- item numbers (CLINs): two for the initial Base Year and two each for the four exercisable option years (OY). See J.A. 10002–11. CLINs 0001, 1001, 2001, 3001, and 4001 cover ACI Emergency Power for the Base Year and the four option years, respectively. See J.A. 10002, 10004, 10006, 10008, 10010. CLINs 0002, 1002, 2002, 3002, and 4002 cover Readiness and Preparedness for the Base Year and the four option years, respectively. See J.A. 10003, 10005, 10007, 10009, 10011. Section B also specifies the applicable period of performance for each CLIN. “The period of perfor- mance for the Base Year will be a period of one year from the date of the contract award,” J.A. 10002, 10003, and “[t]he period of performance for [each] option will be a pe- riod of one year upon expiration of [the prior] year,” J.A. 10004–11. The exact dates of the period of perfor- mance for each CLIN are set forth in Section F of the con- tract: CLIN 0001 and 0002 (i.e., base year): Oct. 22, 2014–Oct.

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

Related

Medlin Construction Group, Ltd. v. Harvey
449 F.3d 1195 (Federal Circuit, 2006)
Edward R. Marden Corporation v. United States
803 F.2d 701 (Federal Circuit, 1986)
McAbee Construction, Inc. v. United States
97 F.3d 1431 (Federal Circuit, 1996)
Laura v. King v. Department of the Navy
130 F.3d 1031 (Federal Circuit, 1997)
Coast Federal Bank, Fsb v. United States
323 F.3d 1035 (Federal Circuit, 2003)
Garcia v. Department of Homeland Security
780 F.3d 1145 (Federal Circuit, 2015)
Agility Logistics Servs. Co. KSC v. Mattis
887 F.3d 1143 (Federal Circuit, 2018)
Premier Office Complex of Parma, LLC v. United States
916 F.3d 1006 (Federal Circuit, 2019)
CITGO Asphalt Refining Co. v. Frescati Shipping Co.
589 U.S. 348 (Supreme Court, 2020)
Triple Canopy, Inc. v. Secretary of the Air Force
14 F.4th 1332 (Federal Circuit, 2021)

Cite This Page — Counsel Stack

Bluebook (online)
Wsp USA Solutions Inc. v. Secretary of the Army, Counsel Stack Legal Research, https://law.counselstack.com/opinion/wsp-usa-solutions-inc-v-secretary-of-the-army-cafc-2025.