Stan Hinton

Home
Contact Me
 
Current Blog
2023 Blog
Courts
GAO
Boards
SBA
Statutes
Regulations
Directives
Agency Sites
More Agencies
Periodicals
Research
 

2023 Procurement Review--Contract Disputes



Contents

Boards of Contract Appeals

Court of Federal Claims

Federal Circuit

Jurisdiction/CDA 

CDA/Jurisdiction

CDA/Jurisdiction

   

Changes

Changes,  Breach, Interpretation

Changes/Breach/Contract Interpretation/Defective Specs

Costs/CAS

Terminations

Terminations

Fraud/Anti-Kickback

Costs/CAS

Costs/CAS

EAJA

Quantum

Discovery, Evidence, Procedure

Procedure

Fraud

EAJA

EAJA/Attorneys Fees

Supreme Court

 

Boards of Contract Appeals (ASBCA, CBCA, PSBCA, and GAOCAB)

Jurisdiction/Standing/Timeliness/Contract Disputes Act (CDA) Issues    

In Amalgamated Services, Inc., the CBCA held it lacked jurisdiction over an appeal from the Contracting Officer's denial of an uncertified claim in excess of $100,000.

In OSC Solutions, Inc, the ASBCA held that, because the appellant had made a non-frivolous allegation of an implied-in-fact contract, the Board would not dismiss for lack of jurisdiction but would save the issue of whether the contract was valid for a decision on the merits.

In Mather Enterprises, the CBCA denied the agency's motion to dismiss an appeal for failure to state a claim for the agency's (lessee's) alleged failure to maintain the leased premises in good repair and condition because the agreement between parties assigned the agency that responsibility.

In ServFed, Inc., the ASBCA: (i) denied the Government's motion to dismiss an appeal for lack of jurisdiction based on the contractor's alleged request for specific performance to correct an inaccurate CPAR; and (ii) permitted the contractor to amend the Complaint to cure the alleged jurisdictional defect because (a) that was fair to both parties and did not prejudice the Government, and (b) the amended Complaint was based on the same operative facts as the original Complaint.

In Derian, Inc., the ASBCA granted the Government's motion to dismiss an appeal based on the Contracting Officer's alleged failure to issue a timely decision because the contractor did not provide any evidence that a claim had ever been submitted to the Contracting Officer. 

In BB Government Services srl, the ASBCA: (i) denied the Government's motion to dismiss three counts of the Complaint because all three arose from the same set of operative facts as the constructive change claim originally presented to the Contracting Officer for a decision; and (ii) denied the Government's motion to dismiss two counts of the Complaint as failing to state a claim upon which relief could be granted  because if  the contractor's allegations proved to be true, they would establish that the Government had a design specification that was defective and that the Government failed to disclose superior knowledge.  

In Alares Constr., Inc., the CBCA denied the Government's motion to dismiss a claim for lack of a sum certain because the contractor did state a sum certain in the body of claim, and claim attachments that included slightly different amounts were submitted for the facts and information they contained, not to establish the sum certain. The Board denied the Government's motion for summary judgment that a final release document signed by the contractor covered the claim on appeal issue because factual issues remained on that question.  

In Vectrus Systems Corp., the ASBCA: (i) rejected the parties' joint request that the Board issue an order (a) recognizing entitlement and (b) remanding the case to the parties for a determination of quantum; and, instead, (ii) dismissed the appeal as moot because the Contracting Officer had withdraw the decision that had been appealed and had issued a new decision recognizing entitlement and inviting the contractor to submit a quantum claim. 

In John Douglas Burke, the CBCA held that: (i) a contractor that had been fully compensated at prescribed hourly rates under purchase orders for professional services could not have those orders invalidated (and be paid at the hourly rates of a federal employee) where the documents did not establish the purchase orders were, as he claimed,  proscribed contracts for personal services; (ii) since the purchase orders were express contracts, the contractor could not recover under an implied-in-fact contract theory; (iii) the Board lacked jurisdiction over the contractor's claim for unjust enrichment, and, even if there were jurisdiction, unjust enrichment does not apply when there is a valid contract; and (iv) the Board lacked CDA jurisdiction to grant direct relief under the Fair Labor Standards Act, the Back Pay Act, and the Service Contract Act. Subsequently, the Board denied the contractor's motion for reconsideration.

In Crystal Clear Maintenance, the CBCA held that the Contracting Officer's initial decision asserting a government "claim" failed to state a sum certain and thus did not trigger the 90 day appeal period. 

In Flatiron/Dragados/Sukut Joint Venture, the ASBCA denied the Government's motion to dismiss for failure to state a claim, holding that where the Contracting Officer had suspended the work during the pendency of a bid protest, the contractor's claim for its associated costs submitted under the "Protest After Award" clause should not be dismissed merely because the Contracting Officer had issued a suspension rather than a stop-work order as provided for in the clause.  

In Monbo Group, Int'l, the ASBCA dismissed a breach claim on appeal seeking lost gross revenue from unexercised option years two and three because (i) it was different from the claim for lost profits for option years one through three previously submitted to the Contracting Officer for a decision; and (ii) there was no assertion of facts indicating bad faith by the Government in declining to exercise the options. 

In David Boland, Inc., the ASBCA partially granted the contractor's motion for reconsideration of the Board's prior decision because the Board had erroneously dismissed two counts in the Complaint that alleged delay from different causes than those the Board correctly held the contractor had failed to argue in response to Government's original motion for summary judgment as to the Complaint as a whole. 

In Framaco Int'l Inc., the CBCA dismissed the contractor's request for declaratory relief based on an alleged breach of the contract by the Contracting Officer in denying the contractor's claims because a declaratory judgment "would not provide the contractor the monetary damages it clearly seeks," and the contractor's monetary claims had been separately filed.

The CBCA dismissed an appeal by Knighto LLC dba Knight Solutions because it had been filed outside of the 90-day window. 

In Fidelity & Deposit Co. of Maryland, the ASBCA denied the Government's motion to dismiss an appeal for alleged failures to submit sums certain because the contractor's "garden variety" delay claim was a single claim based upon a common set of operative facts, not seven separate claims that would each require its own statement of a sum certain. The Board also found that even if the Government were correct that one part of the claim was a separate Changes claim, that claim had been stated as a sum certain. 

In Valiant Integrated Services, LLC, the ASBCA dismissed an appeal as moot after the Contracting Officer withdrew his decision asserting a government claim for CAS noncompliance.

In TC Port Ybor LLC, LIT Finance III LLC, the PSBCA denied a motion to consolidate because the Board lacked CDA jurisdiction over an appeal based on a claim filed by the former lessor only after the lease had been assigned to a different entity (albeit an entity closely affiliated with the former lessor). After the assignment, the former lessor no longer was a contractor with the Government.

In Honeywell International, Inc., the ASBCA denied the contractor's motion to dismiss (for failure to state a claim) the Government's claim that, under CAS 410, it had reimbursed the contractor for more than its fair share of the contractor's G&A costs  because, inter alia,  there were factual issues yet to be resolved, and the Government had presented plausible arguments that the contractor's discretion with regard to disputed costs it had transferred was not as broad as the contractor alleged.

In Patricia I. Romero Inc. d/b/a Pacific West Builders, the ASBCA held that: (i) it lacked jurisdiction over claims for delay and impact costs not previously presented to the Contracting Officer for review; (ii) other claims (faulty modifications, superior knowledge, delays, equipment failures allegedly caused by the Government, etc.) were barred because the facts giving rise to them should have been known to the contractor (which had incurred some costs related to them) more than six years before the contractor asserted the claims; (iii) there is no requirement that all costs be known and incurred before a claim can be submitted; and (iv) the contractor failed to establish the elements of equitable tolling to avoid the limitations period. The Board also held that the contractor's delay claims based on the the alleged unavailability of escorts into a contract facility and the Government’s direction to re-locate a compliant restroom to a different location were filed within the six year limitations period and, therefore, would not be dismissed.

In J&J Maintenance, Inc., d/b/a J&J Worldwide Services, the ASBCA held that: (i) it lacked jurisdiction over a  claim for monetary relief presented for first time at Board where the original claim to the Contracting Officer specifically disclaimed any assertion of a right to monetary relief; and (ii) the Board had jurisdiction over a claim for nonmonetary declaratory relief seeking the interpretation of contract terms where the claim was not masking a claim that could only result in monetary relief--here a decision on the the claim might affect performance methods the contractor would choose to utilize under the contract going forward.

In Brandon Staffing Solutions LLC, the CBCA: (i) noted that the dismissal of an appeal for failure to prosecute operates as adjudication on the merits, unless otherwise specifically stated; and, therefore, (ii) held that a subsequent appeal of the same matter was barred by res judicata.

In Acuity Engineering & Technical Services, LLC fka Michael Baker Global Services, LLC, the CBCA held that allegations in the Complaint that liquidated damages as assessed were punitive were sufficient to survive a motion to dismiss for failure to state a claim. 

In UnitedHealthcare Insurance Co., the CBCA held that: (i) it had jurisdiction over an appeal involving a contract to provide health care services to OPM employees because the contract explicitly stated it was governed by the CDA; and (ii) a claim for breach of the implied duty of good faith and fair dealing would not be dismissed because it was based on essentially the same operative facts as the claim for breach previously presented to the Contracting Officer for a decision. Subsequently, the Board denied the Government's motion for reconsideration.

In Gilbert Solutions, LLC, a decision without precedential value under Board Rule 12.2, the ASBCA held that it lacked jurisdiction over an appeal from a termination for cause because the contract was void ab initio due to the firm's material misrepresentation in its bid that it could timely supply the brand of trailers it had bid. 

In Goodloe Marine, Inc., the ASBCA denied the agency's motion to dismiss an appeal for failure to comply with the requirement in FAR 52.214-2 (the "Suspension of Work" clause) that claims be submitted as soon as practicable after a suspension is lifted because, although a claim submitted almost six years after a suspension was lifted was clearly not within the time limit of the clause, there was no evidence of prejudice to the Government from the delay. The Board said it was saving for another day the argument that FASA's six-year limitations period overrides any shorter limitations periods in a contract. 

In MECTS Services Joint Venture, the ASBCA dismissed (as untimely) an appeal filed by a joint venture more than 90 days after one of the contractor's representatives (the CEO of one member of the joint venture) received the Contracting Officer's decision by certified mail, even though copies of the decision mailed to two other representatives of the contractor were returned as undeliverable, and the agency subsequently sent copies by email several weeks later, which the contractor had appealed within 90 days of their receipt. 

The ASBCA held it lacked jurisdiction over the appeal of LR General Solutions, LLC, because even if the contractor's  termination settlement proposal could be considered a claim, there was no signature attached to the otherwise correctable certification.

In OSC Solutions, Inc., the ASBCA held it lacked CDA jurisdiction over issues arising under a BPA (and unrelated to the underlying Schedule contract) because a BPA is not a contract.

In Primary Rate, the CBCA dismissed an appeal for lack of jurisdiction because a letter merely asking the Contracting Officer to reevaluate the acceptability of certain rejected items was not a claim, even though the Contracting Officer had issued a decision denying the request.

In Beacon Point Assocs. LLC, noting that a quote in response to an RFQ is not an offer that the Government may accept (instead, the Government's order following an RFQ is an offer that the quoter may accept), the CBCA dismissed an appeal alleging the Government failed to comply with certain terms in the appellant's quote because those terms were not incorporated in the order.

In HPM Corp., the CBCA held that: (i) it had jurisdiction over nonmonetary contract interpretation claims whose resolution could affect performance of the contract; but (ii) the claims in this case must be dismissed because (a) the contract did not mandate that the parties engage in mediation if one party requested it, and (b) absent an allegation that the Government had employed chicanery, the fact that it had engaged in negotiations with plaintiff satisfied the requirement for good faith negotiations, and nothing in the contract compelled the Government to reach an agreement with the contractor in those negotiations.  

In F.H. Cann & Assocs., the CBCA dismissed the  Government's affirmative counterclaim for unjust enrichment because it was contingent, alleging only what would happen if the contractor's claim were sustained on appeal, but also held that the Government could continue to allege unjust enrichment as a defense to the contractor's claim.

In OST, Inc., analyzing the Government's motion for summary judgment, the CBCA held, inter alia, that: (i) a statement of the amount of G&A that the contractor would invoice for if the agency would approve its claim was sufficient as a sum certain; (ii) the contractor was reasonable in assuming invoices not in dispute when its original claim was submitted had become disputed by the time of its second claim due to the Government's failure to pay them in the interim; (iii) the contractor's breach claim should be limited to amounts stated in invoices that the Government had refused to pay and could not include amounts never submitted to, or rejected by, the Government; (iv) the contractor failed to provide the required notice under the "Limitation of Funds" clause for a three-year period and no exceptions to that notice requirement applied in this case; (v) for purposes of the CDA's six-year limitations period, the contractor's claims accrued when the contractor should reasonably have known that its subcontractor was under billing; and (vi) the subcontract was an illegal cost-plus-percentage-of-cost contract, limiting the contractor to quantum meruit recovery. 

In Paul Schmidt d/b/a Patco Realty, the PSBCA dismissed the contractor's appeal as moot after the city refunded the Use and Occupancy tax payments the contractor had made and then had attempted to obtain reimbursement for from the Postal Service. 

In PAE Applied Technologies LLC, the ASBCA denied the Government's motion to dismiss based on the alleged lack of a Contracting Officer's decision, holding that the Contracting Officer's demand letter issued to break a stalemate between the parties over the amount the contractor should repay of payments previously made to it for allegedly COVID-related costs adequately informed the contractor of the nature of the Government's claim and contained sufficient information so that the contractor could easily calculate the amount claimed.  

In South Texas Health System, the CBCA decided what it construed to be the Government's motion for summary judgment, holding that: (i) the contractor's failure to exhaust a permissive administrative remedy (which had been added to the contract by a unilateral mod) before appealing did not bar the contractor's claim; (ii) a bilateral release of claims "which were or which could have been asserted in [prior docketed CBCA appeal]" limited the release in a way that did not apply to the contractor's current claims despite very broad language concerning coverage contained elsewhere in the release; (iii) the Board would not opine whether the release constituted an  accord and satisfaction defense, which is separate from a release argument, because the Government did not raise it in its briefing, and, therefore, the contractor did not have an opportunity to respond to it during briefing; but (iv) certain individual claim items  were barred by the CDA's limitations period because, pursuant to FAR 33.201, they had accrued more than six years before the claim was filed.  

In PAE Applied Technologies LLC, the ASBCA denied the Government's motion to dismiss based on the alleged lack of a Contracting Officer's decision, holding that the Contracting Officer's demand letter issued to break a stalemate between the parties over the amount the contractor should repay of payments previously made to it for allegedly COVID-related costs adequately informed the contractor of the nature of the Government's claim and contained sufficient information so that the contractor could easily calculate the amount claimed.  

In MVP Network Consulting, LLC, the ASBCA dismissed an appeal filed more than 90 days after the date that all the available evidence indicated the contractor had received the Contracting Officer's decision.

In Cobra Acquisitions, LLC, the CBCA dismissed an appeal because the appellant failed to allege the existence of a federal procurement contract, which is necessary to establish CDA jurisdiction. Specifically, (i) an agreement for hurricane clean-up between the appellant and a Puerto Rican government agency to be funded by FEMA (whose representatives allegedly guaranteed to the appellant that it would get paid from FEMA funds) was not an express or implied-in-fact procurement contract between the appellant and FEMA; (ii) under the Stafford Act, the Puerto Rican agency did not meet the requirements to be considered as purchasing on behalf of FEMA as its purchasing agent; and (iii) even if the appellant were considered a third party beneficiary of the contract between FEMA and Puerto Rico, there is no CDA jurisdiction over third party beneficiary claims. 

In Framaco Int'l, Inc., the CBCA denied the contractor's request for declaratory relief based on an alleged breach of contract because it would not provide the appropriate remedy for breach, i.e., money damages. 

In N.A.C.E. Inc., an appeal of a CPARS rating, the ASBCA denied the contractor's motion to file an amended Complaint because the proposed amendment would have amounted to an untimely appeal of a default termination. 

In Research Analysis & Maintenance, Inc., the ASBCA analyzed whether each of various challenged allegations in the Complaint were new claims or whether they were based on the same operative facts previously presented to the Contracting Officer (most were). The Board also held that parts of the claim that Government contended should have included sums certain were just descriptions of various acts of the Government that the contractor considered to be the source of the amount it was claiming, but the contractor clearly was seeking only the costs it alleged it incurred to comply with FAR 52.215-2, which it identified in a sum certain amount.

In AeroKool Aviation Corp., the ASBCA denied the Government's motion to dismiss the appeal, holding that: (i) a breach proposal that was originally submitted in the same document as a termination settlement proposal (TSP) ripened into a claim when the contractor certified it and requested a Contracting Officer's decision; (ii) the breach claim was independent of the TSP proposal because it was based on a different theory of relief and sought different damages; and (iii) the Government's dilatory processing of the TSP created an impasse, converting the TSP into a CDA claim. The Board directed the Government to issue a decision on the TSP.

In Optum Public Sector Solutions, Inc., the CBCA held it lacked jurisdiction over an appeal from a Contracting Officer's letter requesting reimbursement for certain payments because the letter did not constitute a final decision (no demand for payment, no sum certain, no explanation of appeal rights, and no identification as a final decision). 

In Restoration Specialists, LLC, the ASBCA dismissed all but one of a slew of claims submitted by the contractor as barred by the six year limitations period because, inter alia: (i) for the purposes of claim accrual analysis, there is no such thing in the law as a single accrual date for all claims under the rubric of a global claim; (ii) the contractor's claims that the Government priced individual task orders in a way that violated the formula stated in the contract accrued no later than when the Government first paid the contractor utilizing pricing that the contractor considered incorrect for each order; (iii) a claim that the Government failed to exercise options in bad faith accrued when the contractor learned the Government would not exercise the first option year, and claims for the remaining option years did not survive under the continuing claim doctrine; and (iv) claims based on government-caused delays accrued when the contractor became aware of the alleged government acts that resulted in the delays.  Subsequently, the Board denied the contractor's request for reconsideration.

In Shoreline Foundation, Inc., the ASBCA held that the contractor's contention that it experienced delays caused by another contractor's bid protest, which was only submitted as an REA to the Contracting Officer, could not be appealed to the Board in connection with an appeal of the Contracting Officer's decision on the contractor's subsequent CDA claim for weather related delays and remission of liquidated damages. 

In Colony Constr., the ASBCA denied the Government's motion to dismiss a pro se plaintiff's appeal or, in the alternative, for a more definite statement because the appellant's statement was a "vintage" claim for a wrongful default termination:

[The contractor] claims that the Corps has wrongly terminated contract #W912WJ-22P-0131 for ‘default’ and not ‘convenience.’ We pray that the Board will change the designation accordingly. [The contractor] is asking for no monetary damages. 

In Crowley Government Services, Inc., the ASBCA denied the Government's motion to dismiss the appeal for lack of jurisdiction because the Contracting Officer's decision purporting to rescind a disputed CPARS rating stated that the Government stood by the accuracy of the factual substance of the CPARS:

At least at this early stage of the litigation, we identify in this appeal the following live issues: (1) whether, given the reservation in the rescission decision of the "factual substance" of the CPARS ratings, that "factual substance" somehow survives the contracting officer’s rescission decision, to the prejudice of [the appellant]; and (2) whether, if so, the "factual substance" of the CPARS ratings is fair, accurate, and consistent with [FAR] Subpart 42.15. Consequently, we deny the motion to dismiss for lack of jurisdiction, without prejudice.

Subsequently, the Government's motion for reconsideration was denied.

In JE Dunn Constr. Co., the ASBCA denied the Government's request to dismiss the appeal  due to the alleged failure by the contractor to state a sum certain for each separate item in its claim because the CAFC's recent decision in ECC Int'l Constructors was that the sum certain requirement is not jurisdictional so that challenges to it can be forfeited if raised too late, and here, the Government did not raise the issue until after the hearing on the merits (even though the Board had sua sponte raised the question before the CAFC issued its ECC Int'l Constructors decision). Subsequently, the Board denied the Government's motion for reconsideration.

In McCarthy HITT – Next NGA West JV, the ASBCA denied the Government's motion to dismiss the appeals on the grounds that Complaint failed to state any claim upon which relief could be granted. Specifically, the Board held that: (i) the contractor sufficiently alleged the elements required for (a) at least one constructive change claim, i.e., that the Government required it to perform in a manner different from the contract requirements, (b) a constructive suspension of the work, and (c) a finding of at least one breach of the implied duty of good faith and fair dealing; and (ii) the Government's sovereign acts defense was not conclusively established by the pleadings alone as an affirmative defense to the entirety of all the claims, as it must be for the Government's motion to dismiss to succeed.

In Windamir Development, Inc., the ASBCA held it had jurisdiction over the contractor's appeal from a default termination, but not over: (i) its claim of government-caused delay not previously presented to the Contracting Officer for a decision; (ii) its request for a declaratory judgment that its interpretation of certain contract specifications was correct (because in the terminated contract, this was no longer a live dispute); and (iii) its claims for monetary relief because no monetary claim had previously been presented to the Contracting Officer. 

Changes/Constructive Changes/Contract Interpretation/Breach/Authority

 In Betance Enterprises, Inc., the ASBCA held that, under the "Permits and Responsibilities" clause, the contractor was responsible for the cost of repairing roofs damaged by hailstorms after the contractor began working on the roofs but prior to project completion and issuance of the requisite roof warranties, and prior to government acceptance of the work.

In Dynamic Systems Technology, Inc., the ASBCA held that under the Service Contract Act, the contractor was responsible for the increased costs after it knowingly failed to utilize and price the proper labor category in its offer, anticipating that it would submit a claim for an equitable adjustment after award and that the claim would be granted. 

In CJW Contractors, Inc., the ASBCA held that the contractor's interpretation of the contract's requirements (that pipe hanger support would be installed from the existing steel W and S roof beams and that new roof beams would not be required) was reasonable, and any ambiguities in those requirements were latent. Subsequently, the Government's motion for reconsideration was denied.

The CBCA sustained an appeal by Rooker Coweta LLC because the lease in question unambiguously required that the parties calculate the Real Estate Tax Base through the full assessment method rather than by using a negotiated tax base.

The CBCA dismissed the appeals in Monbo Group Int'l because, inter alia: (i) the Government not required to exercise any contract options and, therefore, did not breach the contract by failing to do so; and (ii) nothing prevented the Government from changing Contracting Officers, and the new Contracting Officer had the proper warrant. 

In Heart & Core LLC, the ASBCA held that a fixed-price contract placed the risk of increased material/labor/shipping costs on the contractor, and the pandemic did not change that calculus. Subsequently, the Board denied the contractor's motion for reconsideration.

In SAL Logistics, the CBCA held that (contrary to the Government's contention), the record indicated the Contracting Officer's representative had the authority to direct the contractor to perform the extra work in question, and, therefore, the contractor was entitled to the portion of its claimed costs that it substantiated with adequate proof. 

In Team Systems Int'l, LLC, the CBCA held the contractor was not entitled to recover a restocking fee after the Government decreased the number of bottled waters it ordered because the contract unambiguously required the contractor to incur costs before it could recover such fees, and it did not require any actual restocking. 

In Vigor Works, LLC, which involved contract interpretation, the ASBCA held that the contract clearly contemplated that: (i) a contractual document labeled the Integrated Program Master Schedule was intended to be maintained, and updated, by the contractor throughout the life of the contract to reflect the contractor's current schedule planning; (ii) no particular update of that document was intended to be an enforceable schedule that could be used as the basis for a constructive change claim against the Government; and (iii) the contractor's interpretation to the contrary fell outside the zone of reasonableness.

In True Excellence Group, LLC, the CBCA held that there was sufficient information in the contract to characterize it as an IDIQ contract with a guaranteed minimum, even absent standard IDIQ provisions. The Board also: (i) dismissed the claim that the Government failed to order the required minimum because it had not previously been presented to the Contracting Officer for a decision; (ii) held that the exercise of options under the base contract did not result in the exercise of task order options absent specific language to that effect; and (iii) held the Government did not breach the duty of good faith and fair dealing by ordering only the required minimum quantity, so the risk that providing only that quantity did not cover the contractor's costs was on contractor. Subsequently, the Board denied the contractor's motion for reconsideration.

In SBC Archway Helena, LLC, the CBCA held that a builder/lessor was entitled to 138 days of compensable delay in the Government's issuance of a notice to proceed (after reducing the original claim by the number of delay days the Board found to be attributable to the contractor). The Board rejected the Government's contention that the claim was an improper attempt to collect rent early.  

In Anglin Consulting Group, Inc., the CBCA held that: (i) the contractor was not entitled to overhead and profit on work deleted by a bilateral deductive change as a result of a change in the agency's requirements; (ii) the Government's decision not to exercise the final two yearly options was unobjectionable due to a lack of proof of bad faith or arbitrary and capricious conduct; (iii) the contractor failed to prove the required elements of economic duress in challenging the deductive mods; and (iv) the contractor failed to prove the elements of breach of the implied duty of good faith and fair dealing and bad faith in challenging deductive mods and the decision not to exercise the options.

In Brightwood Management Partners, the CBCA found no evidence to support the contractor's contention that the decision not to exercise an option resulted from the Contracting Officer's unjustified animus toward the contractor and his desire to replace it with one that the Contracting Officer preferred. The Board also held that  deciding not to exercise an option does not breach the implied duty of good faith and fair dealing, and delays in issuing task orders did not breach that duty either because (a) the delays were caused by outside funding issues and (b) the contractor was not required to perform before the task orders were issued. 

In Rice Solutions, LLC, the CBCA denied the contractor's claim for on-call  certified registered nursing anesthetist hours because those services were included in the basic contract rate.

The CBCA denied all of the contractor's claims in Sage Acquisitions LLC because: (i) the Government had already met the minimum order requirements under three ID/IQ contracts when it terminated those contracts for convenience as a result of a successful bid protest, which meant it was not liable to the contractor for (a) termination for convenience costs, (b) equitable adjustments for alleged negligent estimates, (c) any recovery based on the Government's alleged superior knowledge, and (d) the diversion of work to other contractors; (ii) the contractor did not establish the Government's actions breached the implied duty of good faith and fair dealing or were based on a mutual mistake of fact; (iii) the issuance of a six-month task order after the exercise of an option was proper since the contract required the need for task orders to be considered annually, not that they each be a year in length; and (iv) the Government fulfilled the terms of a (requirements) bridge contract by assigning the contractor all of the work that the bridge contract contemplated during its period of performance, and the contractor could not complain of the agency's use of other vehicles for different work, especially when the contractor knew of this situation before entering bridge contract and did not object at that time.

In IMC Constr. Group, which involved contract interpretation, the ASBCA sustained the contractor's appeal because: (i) the most natural reading of the disputed task order specs was that the Government would acquire the item at issue from a different provider and that the contractor was forbidden from supplying it; (ii) the Government's contrary interpretation was less plausible; (iii) those conclusions would not change even if the Board were to consider the extrinsic evidence offered by the Government; and (iv) even if the contract were ambiguous on the point, it was only latently so, and, therefore, the contra proferentem doctrine would construe the ambiguity against the Government as the drafter of the disputed language. Subsequently, the Government's motion for reconsideration was denied except the Board permitted the Government to challenge the quantum award since the prior appeal was only supposed to cover entitlement.

In John Douglas Burke, the CBCA held that: (i) a contractor that had been fully compensated at prescribed hourly rates under purchase orders for professional services could not have those orders invalidated (and be paid at the hourly rates of a federal employee) where the documents did not establish the purchase orders were, as he claimed,  proscribed contracts for personal services; (ii) since the purchase orders were express contracts, the contractor could not recover under an implied-in-fact contract theory; (iii) the Board lacked jurisdiction over the contractor's claim for unjust enrichment, and, even if there were jurisdiction, unjust enrichment does not apply when there is a valid contract; and (iv) the Board lacked CDA jurisdiction to grant direct relief under the Fair Labor Standards Act, the Back Pay Act, and the Service Contract Act. 

In Triple Canopy,. Inc., a decision involving contract interpretation on remand from the CAFC, the ASBCA held that fees imposed as a penalty by the Afghan Government on private security companies with more than 500 employees were after-imposed taxes within the meaning of FAR 52.229-6 for which the contractor was entitled to be reimbursed.

In Frazier Investments Inc. d/b/a Optimum Construction, the ASBCA held that a fixed-price bilateral modification for added work, which its subcontractor had warned the contractor would not cover all costs, operated as an accord and satisfaction of the contractor's claim for increased costs because the contractor did not enter into it under duress (there being no evidence of the verbal threat alleged by the contractor), and the modification was not unconscionable (no evidence of overreach or bad faith by the Government).  

In Williams Bldg. Co. (granting the Government's motion for partial summary judgment), the CBCA held that although a convenience termination did not moot earlier-filed monetary claims, bilateral modifications and releases barred the contractor's claims based on (a) an alleged cardinal change stemming from changes needed to correct multiple defects in the original specs and (b) the agency's alleged delays in responding to the contractor's notices of changes arising from those defects. The Board also held that the contractor failed (was unable) to provide any evidence of damages from other alleged delays occurring after the releases were executed, despite having been directed to do so by Board. 

In Stephane Alrivy, the CBCA held that: (i) a vehicle sold at auction had not been misdescribed; and (ii) the Board had no authority to require the Government to pay for repairs to the vehicle, which had been altered by the buyer.

In Maxway, Inc., the PSBCA denied the Postal Service's offset claim against the contractor for allegedly missing trips because the Postal Service failed to present sufficient evidence to meet its burden of proof that trips were missed, relying on broad, general assertions instead of evidence of investigations of particular trips. 

In JE Sinn Consulting, LLC, the ASBCA (under Board Rule 12.2, Small Claims (Expedited) Procedure) held, inter alia, that: (i) the proximate causes of the contractor's alleged additional costs were (a) the late delivery of a truck, for which the contractor admits it was responsible and (b) a severe storm that, as a force majeure, cannot be the basis for a claim of compensable delay; (ii) two modifications with standard release language barred the contractor's delay claims for issues covered by those modifications; (iii) the fixed price contract did not contain any mechanism for adjustment for an alleged increase in material price caused by the pandemic; and (iv) the Government did not intentionally delay its responses to REAs and provided such responses within a reasonable time. 

In Rockside 77 Properties LLC, the CBCA held that the GSA was entitled to recoupment of erroneous overpayments for electricity unambiguously made the responsibility of the lessor to the extent the recoupments were not barred by the statute of limitations. 

In Amatea/Grimberg JV, which involved numerous construction contract claims, the ASBCA held, inter alia, that: (i) subsurface soil  conditions encountered by the contractor were not a differing site condition because the boring logs in the solicitation did not constitute a guarantee that all the soil at the site would be the same as that encountered in the bore holes, and the contractor's own consultant warned of the wet soil conditions the contractor subsequently complained of; (ii) the Government did not breach the implied duty of good faith and fair dealing by failing to permit the contractor as much after hours and weekend work as it requested because the contract gave the Contracting Officer discretion in this area and there were rational bases for the Contracting Officer's determinations on this issue; (iii) the flow rate encountered at the site was a differing site condition because it differed from the rate identified in the solicitation, but the contractor was still required to present adequate proof for each of various impacts it claimed based upon that site condition; and (iv) various delay and acceleration claims were hampered by fact that the contractor did not present testimony from a scheduling  expert (while the Government did) and did not present significant other evidence concerning the impact of the alleged delays on the critical path. 

In Speedway Orion JV, which involved claims by the contractor that it was delayed by periodic lack of access to the site in part caused by the presence of other contractors, the ASBCA held that: (i) where the contractor originally planned to complete the project only by the contract completion date, but then completed the project early, there was no basis to recover delay damages; (ii) the contractor failed to prove (e.g., with critical path analysis) that the Government's actions caused delays to the project; and (iii) the contractor did not present evidence concerning any of the elements required to establish a constructive suspension of the work. 

In RLB Contracting, Inc., the ASBCA held that, in a contract for dredging work, the assessment of liquidated damages was proper because the contract permitted them and the contractor conceded (a) it failed to meet the contract completion date and (b) the period for which the damages were assessed was accurate, while the contractor did not prove excusable delay due to defective specifications, differing site conditions, or breach of the implied duty of good faith and fair dealing. 

In Chugach Federal Solutions, Inc., the ASBCA held that in a fixed-rice IDIQ contract requiring unlimited building maintenance service calls, where, prior to award, the parties had engaged in extensive discussions concerning offerors' proposed staffing levels in relation to the IGE and other offerors' proposed levels, the contractor could not recover (under theories of superior knowledge, negligent negotiations, mutual mistake, or constructive change) its increased staffing costs after its proposed staffing turned out to be insufficient to timely meet the contract requirement, but, on the other hand, the contract permitted the Government to deduct for unperformed work (or work that could not be remedied), not for late work. 

In American Technical Services, Inc., a decision under Board Rule 12.2, the ASBCA: (i)  dismissed an appeal of a government claim because the Contracting Officer had rescinded it; (ii) denied the contractor's claim for a fixed fee because the contractor already had been paid more than the fee allowed by the contract; and (iii) held that, although the contractor's claim for overhead and G&A had been adequately noticed in its submission to the Contracting Officer,  survived the Contracting Officer's rescission of the Government's claim, and was not barred by the six-year limitations period, it failed for a complete lack of proof beyond its statement in a disputed invoice. 

In GC Works, Inc., an appeal processed under the small claims procedure and, therefore, lacking precedential value, the CBCA held that the contractor was entitled to some compensable delay for a changed condition when the bolt locations in the submerged portion of a gate did not match those in contract drawings, but not to the extent: (i) such work would still have been required if the bolts had been in the correct locations; and (ii) the contractor was able to continue other work during the period when the bolt issue was being resolved or delayed the work, itself. 

In Allard Nazarian Group, Inc., dba Granite State Manufacturing, the ASBCA held that (pursuant to FAR 16.307(g), the Government's deductions from fixed hourly rate labor charges under an IDIQ contract due to the contractor's alleged failure to submit auditable final indirect cost rate proposals for certain fiscal years as required by FAR 52.216-7 (which allegedly left the Government unable to verify amounts invoiced by the contractor for those periods of time) were impermissible because FAR 16.307(a), authorizes such deductions only from material charges. Subsequently, the Board denied the Government's motion for partial reconsideration.

In Facility Defense Consultants, Inc. dba Hanke Constructors, the CBCA held that a bilateral modification, including release language and accompanying emails, clearly was intended to resolve all the contractor's claims for "scope creep," which were, therefore, denied.

In StructSure Projects, Inc., the ASBCA held that, although the Government's closing of a base to a construction contractor due to COVID was a sovereign act, the Government still had to reimburse the contractor for temporary facilities that, pursuant to a separate CLIN in its contract, the contractor had installed prior to the closing and which the Government continued to use during the shutdown.

In Sheffield Korte Joint Venture, the ASBCA held that: (i) under the "Permits and Responsibilities" clause, the contractor not entitled to extra compensation for costs of fulfilling permitting requirements imposed by third party state and local governments where the contract contained only performance specs; (ii) the contractor presented no evidence that the Government had misrepresented the permitting requirements; and (iii) unilateral mods that the contractor had refused to accept did not operate as an accord and satisfaction preventing the Government from recouping amounts erroneously paid to the contractor under those mods.

In Kloepfer Inc., which basically involved a poor job by the contractor in pleading its case on appeal, the CBCA held that the contractor had failed to allege the elements required for either a type I or a type II differing site condition and that the presence of rock at the site was not unusual or unexpected and was foreseeable given specific indications in the solicitation.

In The GEO Group, Inc., which involved contract interpretation, the CBCA held that a contract to provide and operate prison facilities unambiguously required use of a specified monthly ramp down price when inmates were being transferred upon expiration of the contract, whenever that occurred, and not, as the appellant contended, only at the end of the last possible (5th) option year.

In Compendium International, Inc., the CBCA held that the contractor's execution of a release and final payment barred subsequent claims that had not been submitted prior to that time or reserved in the release. 

In Derian, Inc., the ASBCA held, inter alia, that: (i) the Government's partial termination for convenience eliminated the contract's original substantial completion date, and the Government failed to establish a new date, so the assessment of liquidated damages based upon the original date was improper; (ii) the contractor not entitled to recover its own labor costs claimed for changed work because its records lacked any  explanation of the work performed and showed only the amounts paid to various individuals by check number and amount; (iii) the QAR did not direct the contractor to perform changed work and did not have the authority to do so; (iv) the ACO's silence when asked about the extend of the QAR's authority could not reasonably be interpreted by the contractor as a statement of that authority; and (v) the Government's decision to withhold the contractor's clearance to begin work until it had held a required preparatory meeting was reasonable and not a basis for compensable delay claim. Subsequently, the Board denied the Government's motion for partial reconsideration.

In L.S. Black-Loeffel Civil Constructors JV, the ASBCA granted the Government's motion for summary judgment on all of the contractor's claims because: (i) the contract's specifications regarding a thermal break were performance rather than design specs and, therefore, were not amenable to a defective specifications claim; (ii) the Government responded to each of the contractor's multiple submissions of its thermal control plan within the time required by the contract and with a facially reasonable basis for rejecting them and, thus, did not compensably delay the work; (iii) delays associated with the installation of armor plate were concurrent with delays in providing an acceptable thermal control plan; (iv) the contractor's differing site conditions claim should be rejected because the documents on which it relied were not meant to represent the conditions the contractor should be expected to encounter, and weather is not a differing site condition; (v) there was no basis for the contractor's repackaging of its other claims as one of breach of the implied duty of good faith and fair dealing; and (vi) because the specs were performance specs, they could not give rise to a claim of failure to disclose superior knowledge.

In Superior Maritime Services, Inc., the ASBCA held that: (i) the Government was responsible for the contractor's costs incurred as a result of the Government's actions delaying delivery of a fuel pod to the point for loading cargo and, when read as a harmonious whole, the contract did not preclude the contractor's recovery; and (ii) claimed delays were not caused by the contractor's business decision to follow instructions from an unauthorized shipper who was not a party to the contract. 

In Derian, Inc., the ASBCA held, inter alia, that: (i) the Government's partial termination for convenience eliminated the contract's original substantial completion date, and the Government failed to establish a new date, so the assessment of liquidated damages based upon the original date was improper; (ii) the contractor not entitled to recover its own labor costs claimed for changed work because its records lacked any  explanation of the work performed and showed only the amounts paid to various individuals by check number and amount; (iii) the QAR did not direct the contractor to perform changed work and did not have the authority to do so; (iv) the ACO's silence when asked about the extend of the QAR's authority could not reasonably be interpreted by the contractor as a statement of that authority; and (v) the Government's decision to withhold the contractor's clearance to begin work until it had held a required preparatory meeting was reasonable and not a basis for compensable delay claim.

In L.S. Black-Loeffel Civil Constructors JV, the ASBCA granted the Government's motion for summary judgment on all of the contractor's claims because: (i) the contract's specifications regarding a thermal break were performance rather than design specs and, therefore, were not amenable to a defective specifications claim; (ii) the Government responded to each of the contractor's multiple submissions of its thermal control plan within the time required by the contract and with a facially reasonable basis for rejecting them and, thus, did not compensably delay the work; (iii) delays associated with the installation of armor plate were concurrent with delays in providing an acceptable thermal control plan; (iv) the contractor's differing site conditions claim should be rejected because the documents on which it relied were not meant to represent the conditions the contractor should be expected to encounter, and weather is not a differing site condition; (v) there was no basis for the contractor's repackaging of its other claims as one of breach of the implied duty of good faith and fair dealing; and (vi) because the specs were performance specs, they could not give rise to a claim of failure to disclose superior knowledge.

In Superior Maritime Services, Inc., the ASBCA held that: (i) the Government was responsible for the contractor's costs incurred as a result of the Government's actions delaying delivery of a fuel pod to the point for loading cargo and, when read as a harmonious whole, the contract did not preclude the contractor's recovery; and (ii) claimed delays were not caused by the contractor's business decision to follow instructions from an unauthorized shipper who was not a party to the contract.

In CB Portable Toilet Rental and Services, which involved only entitlement to various claimed costs associated with a termination for convenience, the ASBCA: (i) dismissed the contractor's breach of warranty argument because it had not previously been presented to the Contracting Officer for a decision; (ii) held that the termination for convenience, itself, which was specifically allowed by the contract, did not breach the implied duty of good faith and fair dealing; and (iii) found that, because the Government had changed the contract to add work, the contractor's termination for convenience claim amount was not limited to the items of work stated in the original contract.

In  Delfasco LLC, the ASBCA denied the contractor's claim because the contract's EPA clause only allowed a price adjustment for the increased costs of steel, and the gray iron out of which the contract items (bombs) were made was not steel.  

In  ECC Int'l Constructors/Metag (JV), the ASBCA held that where the contractor's initial work did not comply with the contract requirements, the agency's suspension of work and requirement that the contractor remedy the problem did not constitute a constructive change, and none of the specs, documents, or course of dealing cited by the contractor changed those basic facts.

In Wesley McBride, the CBCA held that: (i) the appellant's claim for misdescription of an auto bought at a government sale was untimely filed according to the terms of the sale; (ii) the alleged misdescription was neither fraudulent nor material, because the sale documents warned the car might have defects not included in its description and encouraged potential buyers to inspect it themselves, which the appellant failed to do; and (iii) the appellant's own breach (failure to pick up the car) did not entitle him to relief because it was the GSA as the non-breaching party that could choose to continue the contract or terminate it.

In Amentum Services, Inc., f/k/a AECOM Management Services, Inc., which involved interpretation issues in a firm-fixed-price contract for launch services, the ASBCA held that: (i) the contract's minimum yearly ordering requirement in the final year should include task orders issued near the end of the year, but not performed until the next year, but the fact that a task order was de-scoped in that next year reduced its value in the year it was awarded, meaning the Government breached the contract by ordering approximately $50,000 less that the minimum guaranteed amount; (ii) the contractor could not disavow new task order items added by way of bilateral modifications made without any reservation of rights; (iii) because individual line items did not have minimum required values, the Government's decision to stop purchasing jet fuel from contractor did not violate any contractual provision and did not amount to a breach of the implied duty of good faith and fair dealing; (iv) the contractor was not entitled to recover its continuing costs during shutdowns caused by hurricanes, and the clause relied on by the contractor only noted the Contracting Officer  "may" consider such claims, which invoked an abuse of discretion standard that the contractor had not met; (v) there was no ambiguity in the task item for gaseous nitrogen support, and, even if there were, it was patent; and (vi) the contractor did not establish its claim for a bidding error because its own evidence on its mistake was equivocal, and it did not prove the Government was, or should have been, aware of the error.

In Korte Constr. Co., the ASBCA held that the Government was entitled to a credit for a deductive change for work ultimately not required of a subcontractor even though the contractor established the subcontractor did not include that work in its bid because the subcontractor assumed the work would not be required. The Board's reasoning is that the subcontractor knew of an ambiguity in the solicitation but did not raised the issue, essentially betting its interpretation would be the correct one (which it turned out to be). 

In Alfajer, Ltd., the ASBCA granted the Government's motion for summary judgment because the contractor: (i) failed to respond to several sections of the Government's motion (including its defense to the contractor's breach of contract claim, i.e., that a base closure and evacuation undertaken for security reasons was a sovereign act); (ii) abandoned several of its claims (e.g., a superior knowledge claim); and (iii) failed to provide evidence of any allegedly disputed issues of fact (or provided "evidence" that did not support its contentions) in the case of its claim of breach of the implied duty of good faith and fair dealing. 

In Granite Constr. Co., the ASBCA held that a 49 day suspension period for part of the work due to extreme weather conditions caused by Hurricane Harvey was "reasonable" under the Suspension of Work clause (FAR 52-242-14), especially where the contractor had admitted as much during performance. The Board also held that compensating the contractor only for 30 days during that period also was reasonable because, as the Contracting Officer had stated: "19 of those days were anticipated adverse weather delay days identified in [a section] of the contract, for which [the contractor] accepted the risk. 

In Real Line Logistics Services Co., the CBCA denied a claim for the costs of an attempted late delivery in response to a unilateral purchase order for construction supplies to the U.S. embassy in Kabul, Afghanistan, that was closing and being evacuated because (i) the pro se appellant did not specify a legal theory of recovery and did not respond properly to the Government's motion for summary judgment, and (ii) the purchase order was a unilateral offer to contract that expired by its terms when the appellant did not proffer delivery by the specified date.

In Colonial Press Int'l, Inc., the GAO's Contract Appeals Board upheld the contractor's appeal involving the Government's recoupment of payments to the contractor for an alleged breach of the warranty in the delivered items because the Government contributed to the breach by informing the contractor that the products met the Government's specification, when, in fact, the Government's own testing revealed they did not. Thus, the Government induced the contractor to provide products concerning which the Government later complained.  

The Supreme Foodservice GmbH case involved a contract to deliver food to bases in Afghanistan concerning which the contractor had admitted (in federal District court) to major fraud. The case has an extensive history at the ASBCA and the CAFC. In this latest decision, the ASBCA held that: (i) the contractor's fraud was not severable from the remainder of its work on the contract (even if some of that work was not directly tainted by the fraud) and amounted to a prior material breach that relieved the Government of its obligation to pay any of the contractor's claims for work performed on the contract during the original contract term; (ii) the Government had not justified its withholding of payment on a separate contract because, inter alia, the Government (a) over withheld on the current contract and (b) has not established that fraud on the current contract tainted a different contract; (iii) the contractor would not be permitted to amend its pleadings to allege quantum meruit recovery because inter alia, to do so would decimate the prior material breach doctrine; and (iv) the Government's prior material breach defense did not waive or forfeit its claims that arose prior to the time of the federal court plea (which was the time that the Government had obtained its known right to assert the defense). 

In Central Environmental, Inc., the ASBCA held that the Government had breached the contract by failing to comply with a contract requirement that it notify contractor that access to site would be periodically unavailable or delayed due to internal road closures during missile testing. 

Terminations/Liquidated Damages/Government Claims  

In Alan E Fricke Memorials, Inc., the CBCA overturned a termination for cause because the contractor was not late on deliveries at the time of the termination, and the agency failed to provide a proper cure notice requesting adequate assurances of future performance.

In Hughes Group LLC, the CBCA converted a default termination to  a T for C because the Government waived its right to terminate for deficient work by failing to terminate for months after a cure notice while contractor continued to work in a situation where the Government initially refused to pay for the continued work but then did so before issuing the default termination. 

In Angela Wilson, the PSBCA upheld a default termination for (admitted) abusive behavior (threats and insults) directed at the public by the carrier (who also had an unauthorized rider in her vehicle). The Board noted alleged provocation was no excuse.  

In Safaa Al-Rawaby Co., the ASBCA upheld the default termination of a fixed-price contract because the contractor, despite repeated warnings from the Government, made it clear it could not and would not make additional deliveries without an increase in price. Subsequently, the contractor's motion for reconsideration was denied.

In BES Design/Build, LLC, the CBCA held that: (i) the Government did not waive its right to terminate a construction contract by permitting the contractor five months beyond the original completion date before terminating because during that time, the Contractor Officer had communicated two new dates to the contractor and issued a cure notice and a show cause letter to the contractor; (ii) the contractor had offered no adequate excuses for the delay in completing the project, specifically no proof that (a) a damaged window was not caused by the contractor, itself, (b) damage to structural beams was caused by a subcontractor and were outside its scope of work; or (c) there was a specific timeline in the contract by which the Government was required to respond to submittals, that the time it took to do so was unreasonable, or that the the allegedly delayed submittal responses impacted the project schedule; (iii) the time the Government took to pay two pay progress payment requests was not unreasonable because the Government had legitimate questions concerning the adequacy of those requests; (v) the contractor's delay claim was not sufficiently related to a prior settled claim for asbestos abatement so as to be barred by res judicata; (vi) there was a lack of evidence to support claimed overhead costs during the alleged delay; and (vi) the Government properly paid the surety rather than the contractor for the accepted amount of completed work. Subsequently, In BES Design/Build, LLC, the CBCA denied the contractor's motion for reconsideration because there was no "newly discovered evidence" as alleged by the contractor.

In Consorzio Stabile GMG S.c.ar.l., the ASBCA held that: (i) on appeal, the Government may justify a default termination on a different basis from the one cited in the original default decision; and (ii) an appeal of the default termination of a construction contractor for failure to make progress must be sustained because the Government waived the delivery date by waiting for more than four months after the delivery date to issue a show cause notice (and still longer before terminating) without once (i) mentioning that the delivery date was still in effect or that time was of the essence or (ii) threatening to assess liquidated damages. 

In Trident Eng'g & Procurement, P.C., the ASBCA upheld a default termination because (a) the contractor's representative prematurely retrieved five vehicles that were supposed to be leased to the Government, (b) the contractor failed to cure the default, and (c) the Government was not responsible for the issue. The Board also held that although it had jurisdiction over the contractor's claim that a CPARS rating was unmerited, there was a rational basis for the Contracting Officer's rating. Finally, the Board denied various cross motions for summary judgment relating to costs associated with past-due leasing, maintenance, and traffic violations because there still were material facts in dispute regarding all those issues. 

In Sungjee Constr. Co. Ltd., the ASBCA upheld a default termination for failure to complete the contract by the last of several extensions established by bilateral mods, finding there was no excusable delay because: (i) the contractor failed to timely request gate passes and often failed to provide required information with its applications for passes; (ii) the contract specialist who sent an email requiring a suspension of work lacked the authority to do so, and the contractor would not have completed the work on time in any event; and (iii) there was no evidence that changes in the Government's personnel delayed the contractor or prevented it from working. 

In Adventus Technologies, Inc., the CBCA held that: (i) the contractor's execution of a release of contractor claims did not cover government claims so the contractor was free to continue to defend against a termination for cause; (ii) the Government acted appropriately in applying FAR 52.212-4 to a contract for commercial janitorial services; (iii) the failure to provide required janitorial services for significant periods of time constitutes default; and (iv) the contractor failed to provide evidence that its default was excused by its inability (due to COVID) to hire a replacement worker for the one who quit; and (v) the failure to respond to cure notice was alternate adequate grounds for termination. 

In CB Portable Toilet Rental and Services, which involved only entitlement to various claimed costs associated with a termination for convenience, the ASBCA: (i) dismissed the contractor's breach of warranty argument because it had not previously been presented to the Contracting Officer for a decision; (ii) held that the termination for convenience, itself, which was specifically allowed by the contract, did not breach the implied duty of good faith and fair dealing; and (iii) found that, because the Government had changed the contract to add work, the contractor's termination for convenience claim amount was not limited to the items of work stated in the original contract. 

In INQEM LLC v. DHS, the contractor's failure to respond to the Government's motion for summary judgment meant: (a) the CBCA adopted Government's statement of facts as undisputed; (b) the contractor was in default for failure to deliver the contract items (bottled water) on time; and (c) the contractor presented no evidence in support of its excuse that a Florida hurricane somehow delayed the delivery of bottled water to locations in Arizona. 

In CB Portable Toilet Rental and Services, which involved only entitlement to various claimed costs associated with a termination for convenience, the ASBCA: (i) dismissed the contractor's breach of warranty argument because it had not previously been presented to the Contracting Officer for a decision; (ii) held that the termination for convenience, itself, which was specifically allowed by the contract, did not breach the implied duty of good faith and fair dealing; and (iii) found that, because the Government had changed the contract to add work, the contractor's termination for convenience claim amount was not limited to the items of work stated in the original contract. 

In SBA Contracting, LLC, the ASBCA upheld a termination for cause because the contractor failed to timely deliver 120 of 121 required trucks in a non-severable contract in a situation where the Government had not extended the delivery date, and the contractor's excuses for nonperformance (a tight supply market for trucks, COVID, an alleged course of dealing on a previous contract, and the fact that the Government had revised the specs for this contract) were not valid. Subsequently, the contractor's motion for reconsideration was denied.

In Incircle Management, Inc., the ASBCA upheld another termination for cause because  the contractor was aware that the SOW included in the underlying RFQ, but not in the purchase order, nevertheless applied, and the contractor failed to clean areas required by the SOW without a valid excuse.

In Flatland Realty LLC, the ASBCA held that the Government's default termination breached a lease to provide concession services (which did not contain a T for C clause) because the record did not support the Government's assertion that lessee had failed to provide services for two years, and the lessee was not required to provide a new Use and Development Plan five years after the original five-year plan. The Board also held that after the Government revoked the lease, a building that the lessee failed to remove from the property became government property, so the lessee was not entitled to compensation for the building. Subsequently, the Board denied the contractor's motion for reconsideration.

In Ben Holtz Consulting Inc. dba California Avocados Direct, which involved cross motions for partial summary judgment, the CBCA held that in a contract to provide boxes of produce at a fixed price per box, even though there were other contract requirements related to the required deliveries, prong one of a convenience termination settlement recovery was limited to the price for delivered boxes plus recovery for any partially completed boxes at the time of termination and did not include any of those other requirements, such as the establishment of a distribution system. 

In The Kmask Group LLC, the CBCA upheld a default termination because the contractor failed to timely provide PPE gloves and failed to provide adequate assurances of performance when requested by the Government, and the COVID delays to PPE supplies that the contractor had offered as an excuse began two years prior to the start of the contract and, therefore, did not amount to an unforeseen event. 

In Eagle Group Sportswear, Inc.,  the GAO's Contract Appeals Board upheld a termination for default of a purchase order by the Forest Service for baseballs with special printing after the contractor failed to timely deliver conforming items despite numerous chances to do so provided by the Government.

In Ben Holtz Consulting Inc. dba California Avocados Direct, which involved cross motions for partial summary judgment, the CBCA held that in a contract to provide boxes of produce at a fixed price per box, even though there were other contract requirements related to the required deliveries, prong one of a convenience termination settlement recovery was limited to the price for delivered boxes plus recovery for any partially completed boxes at the time of termination and did not include any of those other requirements, such as the establishment of a distribution system.  

In Gulf Extreme Eng'g & Constr., the ASBCA upheld the default termination of a construction contract for failure to diligently prosecute the work after the contractor's unsatisfactory response to a cure notice and its subsequent failure to present evidence at the Board of any valid excuses for its delays:

The government has amply shown that the record supports the termination decision. Thus, the burden shifts to [the contractor], and it has not, during the project or here, shown that its many delays, scheduling errors, poor management decisions, or work slowdowns and stoppage, were beyond its control. In fact, [the contractor's] challenge to the termination is almost entirely unsupported and consists only of repetitive and conclusory characterizations of select correspondence between the parties, without citations to any substantive record evidence.  

In Angela Pugliese, the PSBCA denied the Postal Service's claim for excess reprocurement costs following a default termination because the Postal Service failed to present evidence of the precise amount spent on reprocurement:  

In sum, the Postal Service did not provide sufficient evidence of its damages. To award any amount here would require us to speculate about evidence that was not produced, and we will not do that. While the Postal Service presented evidence of payments made to the replacement contractor for part of the period it seeks, it failed to explain why the payments differed each month and why none of those payments corresponded with either of the only two annual rates provided for the replacement contracts. This explanation was critical because the contracts, which were fixed price with economic price adjustment, permitted certain increased price adjustments that cannot be fairly placed on [the defaulted contractor]. To show what it spent in reprocurement, the Postal Service needed to explain the variable payments to [the reprocurement contractor] and show that they were for services or costs that would have applied to either contractor. The Postal Service’s failure to do so is fatal to its case. 

Costs, Defective Pricing, and Cost Accounting Standards (CAS)

In Voxtel, Inc., which involved appeals of three categories of costs disallowed by the Government, the ASBCA held:  (i) in large part because the Government disallowed certain costs without conducting an audit, either before or after the appeal was filed, the Government failed to prove that (a) challenged IR&D costs were unallowable direct costs and (b) unpaid salary paid to the contractor's President and recorded as ordinary gain/loss on the contractor's tax returns was unallowable profit; but (ii) the documentation provided by the contractor was inadequate to establish that certain claimed rental fit-up costs were allowable.

In Washington River Protection Solutions LLC, which involved costs challenged by the Government under a CPFF contract, the CBCA held that, under FAR 15.4041, the contractor had established that the disputed costs for all but one of thirteen "staff augmentation" (i.e., temporary) workers were reasonable. 

Quantum 

 

Discovery/Procedure

In CJW Contractors, Inc., the ASBCA held that the contractor's interpretation of the contract's requirements (that pipe hanger support would be installed from the existing steel W and S roof beams and that new roof beams would not be required) was reasonable, and any ambiguities in those requirements were latent.

In Tantara Corp., the ASBCA held, inter alia, that: (i) the limits on the number of interrogatories in the Federal Rules of Civil Procedure do not apply in ASBCA appeals; (ii) although the Board will not direct the Government to adopt the contractor's definition of a term for purposes of responding to interrogatories, the proper course is for the Government to object to the disputed term and then to answer the interrogatories as best as it can; and (iii) contention interrogatories are permissible prior to the conclusion of discovery to the extent that they aid in narrowing the issues.

In Beechcraft Defense Company, LLC, Beechcraft Corporation, Textron Aviation Inc., and Textron Aviation Defense, LLC, the ASBCA denied the contractor's motion for summary judgment that the Government's CAS claims were barred by the six-year limitations period because there was, as yet, insufficient evidence in the record to make the determination when the Government first should have known of the basis of its claim.

The CBCA denied cross motions for summary judgment in Management Technology, Inc. because the parties did not produce (and apparently did not have) copies of the task order or the underlying contract.

In  RLB Contracting, Inc., the ASBCA held that the contractor's out of time request (by two weeks) to extend the deadline for responding to the Government's summary judgment motion (after prior requests for extensions had been granted without objection from the Government) did not constitute a failure to prosecute and did not entitle the Government to have its motion ruled on without a response.

In U. S. Bank National Ass'n, the ASBCA, in granting the contractor's motion for summary judgment that the Government had breached a contract by failing to reimburse the contractor for certain payments it had made, took the unusual step of finding for the contractor on a crucial, disputed factual issue because the contractor's proposed findings of fact on that issue were properly supported with evidence while the Government's responses to those proposed findings were not.

In Jita Contracting, Inc., over the Government's objection, the CBCA permitted the contractor to file an amended answer asserting two new affirmative defenses to a default termination because they were closely related to defenses already raised, and the Government did not show that it lacked, or could not obtain, information that it would need to rebut either new defense.

Alfajer, Ltd., the ASBCA granted the Government's motion for summary judgment because the contractor: (i) failed to respond to several sections of the Government's motion (including its defense to the contractor's breach of contract claim, i.e., that a base closure and evacuation undertaken for security reasons was a sovereign act); (ii) abandoned several of its claims (e.g., a superior knowledge claim); and (iii) failed to provide evidence of any allegedly disputed issues of fact (or provided "evidence" that did not support its contentions) in the case of its claim of breach of the implied duty of good faith and fair dealing.

In MTS General Contracting, the ASBCA denied the Government's motion for summary judgment because of material issues of fact as to which, and how many, invoices were in dispute.

In Radmacher Bros. Excavating Co., Inc., the ASBCA denied the Government's motion for summary judgment on a Type 2 Differing Site Conditions claim because, even though the contractor had presented scant evidence in response to the Government's motion, the record was not sufficient to decide whether stationary trains on railroad tracks for extended periods of time were an unknown or unexpected condition that should allow recovery.

In Stellar J Corp., the CBCA denied cross motions for summary judgment involving a construction contract because they both failed to address two threshold issues of law concerning the meaning of the contract and failed to resolve a material issue of fact that would remain after those issues were resolved.

In Kellogg Brown & Root Services, Inc., the ASBCA, over the contractor's objections, permitted the Government to amend its answer to add the affirmative defense of material misrepresentations because: (i) although the Government delayed for years in asserting the defense, it did not unduly delay after the litigation on the contractor's claims commenced, and, given that the Board is granting the contractor extra discovery time to prepare for the defense, the delay did not prejudice the contractor; (ii) a common law affirmative defense need not be raised in a Contracting Officer's decision before it can be asserted at the Board; (iii) the defense does not fall within the CDA's prohibition on the "agency head to settle, compromise, pay, or otherwise adjust any claim involving fraud"; and (iv) it is too early in the proceedings for the Board to decide whether the affirmative defense will make the contract void ab initio (in which  case defense cannot be waived) or merely voidable, which would allow the contractor to raise the defense of waiver.

In Sonabend Co., the ASBCA denied the Government's motion for summary judgment due to material issues of fact. Specifically, the Government claimed that broad, unqualified release language in two mods meant they constituted a release and accord and satisfaction of all the contractor's claims on all task orders, but the fact that a separate mod was signed for each one of two of the task orders suggested that the release in either mod was not intended to cover all task orders (else there would not have been a need for two mods).

Equal Access to Justice Act

The CBCA issued two, similar decisions concerning applications for EAJA fees.  In GC Works, Inc., the CBCA awarded only part of the hours claimed in an EAJA application because, although the agency's position in the original litigation was not substantially justified, the contractor had originally claimed more delay hours than it was entitled to and did not own up to its contribution to the delays. Likewise, in SBC Archway Helena, LLC, the CBCA reduced the appellant's EAJA claim because, although it was the prevailing party in the underlying litigation, it had claimed substantially more than it was ultimately found to be entitled to. 

In Michael Johnson Logging, an EAJA claim, the CBCA held that the agency's decision to dispute the contractor's claim of breach of the implied duty of good faith and fair dealing was justified, and, because the contractor recovered only 9.8% of its claimed costs for a breach of contract claim, its EAJA recovery was limited to that percentage of its claimed EAJA fees and expenses. 

Court of Federal Claims

Contract Disputes Act (CDA) / Tucker Act / Jurisdiction / Standing 

In Groundbreaker Development Corp., the court held that: (i) it lacked jurisdiction over portions of a count in the Complaint that asserted  monetary claims (e.g. for nonpayment of an invoice and for termination for convenience costs) related to a default termination but not previously presented to the Contracting Officer for a decision; (ii) a corporation whose status previously had been terminated in the incorporating state lacked standing to sue; and (iii) the plaintiff's motion to amend the Complaint to allege de facto incorporation status as of the time of commencing suit would be granted, without deciding the merits of that allegation.

In CanPro Investments, Ltd., which involved claims under a lease, the court, inter alia: (i) refused to strike the amended Complaint filed without leave of court because there was no showing of prejudice to the defendant; (ii) held that the contractor lacked standing to complain of the behavior of third party visitors to an SSA office (because these were not acts of the Government) but also found the contractor had standing to complain of the sheer volume of visitors because the 'normal and customary use' of the leased premises did not contemplate a limitless number of visitors, especially where the Government required in person attendance by some of them; (iii) dismissed claims for economic damages because adequate claims were not previously presented to the Contracting Officer for a decision and because the contractor could not use the court's discovery process to remedy deficiencies in its original presentation to the Contracting Officer; and (iv) dismissed certain damages claims because the contractor failed to present evidence of causation.

In Aries Constr. Corp., the court held it had jurisdiction over a claim for breach of the implied duty of good faith and fair dealing based on the Contracting Officer's denial of the constructive change claim submitted to him. In other words, the Contracting Officer's decision on the original claim supplied a necessary element of the breach claim (undermining a contractual promise by failing to pay the contractor on its claim for extra work).

In H&M Assocs., LLC, which involved a default termination, the court held that it lacked jurisdiction over claims for breach of the implied duty of good faith and fair dealing, prior material breach, the Contracting Officer's abuse of discretion, and commercial impossibility/impracticability to the extent they effectively requested a change in the contract—whether that be an extension of time, a contractual modification, or an equitable adjustment--because no such claims had been first presented to the Contracting Officer for a decision. The court also held it lacked jurisdiction to grant the contractor's requests for declaratory relief because this was a contract case. However, the court did have jurisdiction over the prior material breach and abuse of discretion issues to the extent they did not seek money damages but were presented purely as affirmative defenses to the default termination and had been pled adequately to survive the Government's motion to dismiss.

In CanPro Investments, Ltd., which includes decisions (reissued on reconsideration) on various motions for partial summary judgment involving a GSA lease, the court held that: (i) the lessor lacked standing to complain of alleged injuries caused by individual visitors to the leased (SSA) offices but had standing to complain of the unexpected volume of visitors (some whose attendance was compelled by the Government) that allegedly violated the limits in the lease; (ii) the court lacked jurisdiction over an appeal of a claim for economic damages because the claim originally presented to the Contracting Officer did not have sufficient information for the amount being claimed to be determined; (iii) certain individual elements of claims for damages for which the lessor could not provide evidence of causation must be dismissed; and (iv) the lessor had adequately pled its claim based on the Government's alleged superior knowledge.  

In Groundbreaker Development Corp., the court held it lacked jurisdiction over a contractor's monetary claim arising out of a default termination because it had not previously been presented to the Contracting Officer for a decision. 

In The Government of Greece Hellenic Air Force, where a claim had accrued when the Government repeatedly gave the contractor notice that an LOA on which the claim was based had closed, there were no grounds for accrual suspension, and the court lacked jurisdiction over a suit on the claim filed more than six years later.  

In THE CENTECH GROUP, Inc., the court denied the Government's motion to dismiss a complaint alleging non-payment for certain items purchased by sub with the Government's approval because the alleged damages were fairly traceable to the alleged breaches by the Government and were not so remote as to lack a causal connection. 

In ECC  CENTCOM Constructors, LLC, the court held that the doctrine of claim preclusion entitled the Government to summary judgment as to the contractor's claims that were previously decided by the ASBCA (and affirmed by the CAFC) as well as claims that could have presented to the Contracting Officer and decided at the Board along with the claims previously decided there. 

In J. Star Enterprises, Inc., the court dismissed a suit for failure to state a claim because: (i) the contractor had not filed its certified claim for remission of liquidated damages until more than six years (actually, six years and a bit more than a one month) after the contractor had accepted final payment under the contract reduced by the liquidated damages, which the court held was the last date that the claim could have accrued; and (ii) viewing the assessment of liquidated damages, itself, as the Government's claim, the contractor also did not file suit within one year of the date of that claim. 

In Platinum Services, Inc., the court held there was no meeting of the minds concerning price because the plaintiff had withdrawn its tenders before they were memorialized in government bills of lading and, therefore, no contract was formed, and the plaintiff was limited to a quantum meruit recovery. 

Changes/Breach/Contract Interpretation/Defective Specs/Authority

In Vanquish Worldwide, LLC, the court granted summary judgment in favor of the Government, holding that the plaintiff had come nowhere close to the high standard of proof required to establish that the Government had acted in "bad faith" by: (i) declining to exercise the contract's second year option (when the Government's needs had declined, and the plaintiff had the lowest ratings and the highest prices of the contractors performing this work); (ii) terminating for cause 12 shipments the contractor had declared were "lost"; and (iii) issuing a negative CPAR. The court also held that the contractor failed to present evidence in support of its contention that the Government had failed to follow correct procedures in making deductions from payments otherwise due the contractor.

In Baldi Bros., Inc., the court, inter alia, partially granted the Government's motion for summary judgment because:  (i) the Government's responses to the contractor's request for information regarding contaminated soil and its earthwork submittals did not require the contractor to suspend the work and thus did not cause a delay; and (ii) the plain language of the contract required the contractor to dispose of excess soil at an offsite disposal facility and to pay for any additional testing required by that facility.

In American Ground Transportation, Inc., which involved many issues of contract interpretation, the court held, inter alia, that: (i) a concession contract to operate shuttle buses on a military base had consideration (space, advertising at cost, and coordination with the Government) and did not grant the concession contractor exclusivity (and was not ambiguous on this point) and, thus, was not breached by the Government in allowing another shuttle bus operator on the base; (ii) permitting the contractor to continue to operate shuttle buses on base after the contract expired did not establish an implied-in-fact option extension of the contract because it  was not on the same terms as the expired contract and the plaintiff did not have any obligation to the Government after the contract expired, making any further purported contract illusory; (iii) allegations regarding alleged violations of the Government's duty of good faith and fair dealing would not be dismissed because the concession contractor was induced to pay a commission for the contract on the promise that the agency would coordinate with it so that the contractor could obtain the reasonably expected benefits of contracting; and (iv) the court lacked jurisdiction over claims for interference with prospective economic relations and negligence because those were tort claims. 

In Slone Assocs., Inc., the court decided a slew of issues concerning multiple claims by a contractor employed to repair a concrete dock at a Navy shipyard, holding, among many other things, that: (i) submerged piles of timber and buried riprap did not constitute a Type 1 differing site condition (because the fact that they were not mentioned in contract documents was not an affirmative representation that they did not exist) or a Type 2 differing site condition (because the plaintiff did not prove those items differed materially from conditions ordinarily encountered and generally recognized as inhering in work of the character provided in the contract, in this case underwater construction tasks, including pile driving) and, in any event, the plaintiff did not establish that damages to its structures were caused by the submerged items; (ii) the court lacked jurisdiction over a superior knowledge claim not previously presented to the Contracting Officer for a decision because it was materially different from the differing site conditions claims; (iii) the Government's change to the sequence of work was not shown to have caused the contractor to incur  costs beyond those it would have incurred without the change; and (iv) the Government's failure to compensate the contractor did not breach the implied duty of good faith and fair dealing because the Government had promised reimbursement only "if" its actions caused the contractor's extra costs, which they did not. The court also decided various quantum issues on other claims brought by the contractor.  

In Platinum Services, Inc., the court denied cross motions for summary judgment because neither party was entitled to utilize rates different from those specified in the contract.  

In Manitou Island Transit, LLC, the court: (i) dismissed the contractor's claim of detrimental reliance because it was essentially one for promissory estoppel under an implied-in-law contract theory over which the court lacks jurisdiction; and (ii) held that the contractor was entitled to summary judgment that the National Park Service breached its contractual obligation to ensure that the concession contractor had access to the docks during the portion of the year that the contractor was obligated to provide ferry services, which meant the Government was responsible for the upkeep required to maintain the dock area in useable condition. 

E & I Global Energy Services, Inc. involves a challenge to a termination for default of a contract that the surety had agreed to take over after the prior contractor had also been terminated for default. The case turns in large part on the issue whether the plaintiff was the Completion Contractor and entitled to the protections afforded that entity. The court held that it was not even though it was solely owned by the same individual that owned the official Completion Contractor, which was the party to the Completion Agreement, even though the plaintiff was the entity finally awarded a contract by the Government to complete the work. I don't pretend to be able to unravel the court's holdings on that issue. However, the court also upheld the termination for default because, inter alia: (i) the contractor admitted it did not attempt to find replacement subcontractors for the ones who allegedly delayed its work by refusing to proceed without pay; (ii) problems with the subcontractors existed before the contract was entered into, and there was no reasonable expectation those problems would disappear after award, so the problems were foreseeable;  (iii) the contractor had waived an alleged excuse that the contract required him to raise within 10 days of its occurrence when the contractor had waited more than 2,000 days; and (iv) alleged unusually severe weather was only claimed to have cut short the site inspection, not to have delayed progress during contract performance.  

Discovery/Procedure

In Advance Business Capital, LLC, the court held that documents inadvertently provided to the plaintiff during discovery originally sent by a USPS in-house attorney to other government attorneys and officials were privileged and thus subject to the clawback provisions of the Protective Order and Stipulated Clawback Agreement and FRE 502(d) Order entered in this case as well as Rule 26(b)(5)(B) of the Rules of the United States Court of Federal Claims.  

   

Court of Appeals for the Federal Circuit

Jurisdiction/Standing/Res Judicata 

In Lockheed Martin Aeronautics Co., the CAFC held that the Contracting Officer's unilateral determination of the price of an Undefinitized Contract Action is not a government claim under the CDA that can be appealed by the contractor.

In ECC Int'l Constructors, LLC, the CAFC, in reversing a prior ASBCA decision, held that the CDA's sum certain requirement is not a jurisdictional issue because, inter alia, that requirement was not mentioned in the statute itself. It remains a nonjurisdictional requirement, but the  the Government may forfeit its right to object if it waits too long to raise the lack of a sum certain as a defense:

To summarize, it is mandatory for a party submitting a claim under the CDA seeking monetary relief to include a sum certain indicating for each distinct claim the specific amount sought as relief. A claim that does not state a sum certain has not sufficiently pleaded the elements of a claim under the CDA and may be denied by the contracting officer and dismissed on appeal to the boards or Court of Federal Claims for failure to state a claim. If a party challenges a deficient sum certain after litigation has far progressed, however, that defense may be deemed forfeited. . . . For the foregoing reasons, the requirement to state a sum certain in submitting a claim under the CDA is a mandatory, nonjurisdictional requirement subject to forfeiture.

Changes 

In Nova Group/Tutor-Saliba, the CAFC affirmed the prior CoFC decision that the contractor had failed to prove the existence of either a Type 1 or a Type 2 differing site condition. Specifically the court held that: (i) the CAFC reviews the CoFC's application of the parol evidence rule de novo as a question of law rather than as a rule of evidence; (ii) the evidence Government submitted relating to a fully integrated agreement was not introduced to vary that agreement, as would be prohibited by the parol evidence rule, but to support the Government's contention that the agreement settled the issue;  and (iii) a reference to a design-build contract in a footnote to the CoFC's decision was not the basis for that court's reasoning or its decision and, therefore, cannot be a basis to overturn it. 

Terminations 

In  Dept. of Transportation v. Eagle Peak Rock & Paving, Inc. the CAFC reversed the prior CBCA decision overturning a default termination because the CBCA had focused on whether the Contracting Officer had considered the required FAR factors in making the default decision rather than conducting a de novo review of the propriety of the termination, which the CAFC now orders the CBCA to do. 

Costs/CAS

In Secy. of Defense v. Raytheon Co, Raytheon Missile Systems the CAFC reversed the prior ASBCA decision and held that the contractor's incurred-cost submissions accounted only for unallowable costs incurred during regular hours and ignored after-hours lobbying and, therefore, did not accurately reflect the proportion of time that the contractor's employees spent on after-hours unallowable lobbying activities.

Fraud/Anti-Kickback

 

EAJA

 

 

      

Supreme Court


This website links to resources on the web concerning government contracting. It is not intended to provide legal advice. Moreover, I do not vouch for the completeness, currency, or accuracy of the sites to which it links. If you have comments, suggestions for new links, or corrections, please email me