Stan Hinton

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

Developments in Government Contracting--2023

<
December 29 In Size Appeal of Global Pacific Design Builders, LLC, the SBA's OHA held that the Area Office had correctly dismissed a protest as non-specific because it only alleged facts concerning the protested firm's size after the date on which it was required to self-certify.  

In Global K9 Protection Group, LLC, which involved consolidated post-award protests by two firms competing on a USPS procurement (and litigation that has lasted years), the Court of Federal Claims held that: (i) it would allow supplementation of the administrative record with written declarations on the issue of whether the challenged firm made material misrepresentations in its bid because those documents were necessary for effective judicial review of the protest allegations; (ii) the awardee intentionally made materially false statements about its past performance that the agency relied on in making its award decision; (iii) the Contracting Officer's post hoc conclusion that knowing of the misrepresentations would not have changed the outcome of the evaluation was arbitrary and capricious for failing to consider important aspects of the issue; and (iv) an injunction disqualifying the awardee from further performance would issue. The court concluded that the second protester who already had been disqualified from the competition due to an OCI had no standing to participate in this protest, even though it had appealed its disqualification to the CAFC and was awaiting a decision. The court also denied the protest allegation that the agency had not conducted meaningful discussions because the USPS' vague regulations about discussions do not create the same obligations as the FAR does.
December 28 Great Lakes Dredge and Dock Co., LLC won its GAO protest because bids exceeding available funding justified canceling an IFB, but not its conversion to a negotiated procurement, where the agency did not defend its decision to convert based on an argument that the original bids were unreasonable.  

In VSBC Protest of M Wilkinson Constr. Co., the SBA's OHA held that the fact that the veteran owner of a VOSB (who had the requisite control over the challenged firm) lived in a different state was not disqualifying, especially where the firm did business in multiple states, and the fact that a minority owner provided building space rent free to the firm was not grounds for disqualification either.
December 27 In Size Appeal of Forward Slope, Inc., the SBA's OHA held that the Area Office had incorrectly concluded that a firm which represented itself as small in connection with an underlying MAC contract had to re-certify for purposes of a task order solicitation that did not require recertification when the firm had been acquired by another firm (and, therefore, was no longer small) when it submitted its proposal for the task order award.

In the Matter of WOOD Consulting Svcs., Inc., the OHA held that the woman owner of a WOSB firm who worked there from 7:30 am to 3:30 pm every weekday, and then worked at another firm from 3:30 to 5:30 pm and from 7:30 to 10:30 pm plus weekends had control of the WOSB, and her other job did not interfere, especially where the WOSB's business was computer programming, which does not require that work be conducted from 9 to 5. Moreover, the fact that she had the power to remove anyone, including her husband, from their position on the board showed that any alleged control he had was illusory.

In VSBC Appeal of Divinely Elegant Vines LLC, the OHA dismissed an appeal because it did not establish any error in the original decision  denying SDVOSB status. Specifically, the unanimity provision in the firm's Operating Agreement meant the SDV lacked the required control of the firm.  

In VSBC Protest of Blue Collar Ops, Inc., the OHA dismissed a protest as moot after the challenged firm was removed from consideration for award.
December 26 GSAR Case 2022-G517: A proposed rule would amend the GSAR to add a new provision and clause to identify single-use plastic free packaging availability for products under the FSS with the goal of reducing single-use plastic packaging. Comments are due by February 26, 2024.

DFARS Case 2020-D029: Effective January 22, 2024, a final rule amends the DFARS to consolidate existing contract clauses for the management and reporting of Government property into a single contract clause and to replace references to legacy software applications used for reporting Government property within the DoD enterprise-wide eBusiness platform and convert existing form-based processes into electronic processes within that platform.

DFARS Case 2023-D010: A proposed rule would amend the DFARS to to implement section 803 of the James M. Inhofe NDAA for FY 2023, which modifies 10 U.S.C. 3455 to provide additional guidance regarding data requirements to support a determination of commerciality and price reasonableness for certain procurements associated with major weapon systems. Comments are due by January 22, 2024.

Federal Acquisition Circular (FAC) 2024-02 has been published and includes the following item:

FAR Case 2022-003: Effective January 22, 2024, a final rule amends the FAR to implement E.O. 14063 ("Use of Project Labor Agreements for Federal Construction Projects"), which mandates that federal government agencies require the use of project labor agreements (PLAs) for large-scale federal construction projects, where the total estimated cost to the Government is $35 million or more, unless an exception applies. Agencies still have the discretion to require PLAs for federal construction projects that do not meet the $35 million threshold. The E.O. also directs the OMB to issue implementation guidance to agencies on exceptions and reporting.

In NAICS Appeal of Brown Point Facility Management Solutions, LLC, the SBA's OHA held that in a solicitation to perform custodial services and to provide associated management, supervision, labor, transportation, materials, equipment, and supplies at a FEMA facility, the contractor's choice of NAICS 561720 ("Janitorial Services") was preferable to the Contracting Officer's choice of NAICS 561210 ("Facilities Support Services").

In NAICS Appeal of Laredo Technical Svcs., Inc., which involved a solicitation for medical coding services at a hospital, the OHA chose NAICS code 561499 ("All Other Business Support Services") over both the Contracting Officer's choice of NAICS 541511 ("Custom Coding Services") and the contractor's choice of NAICS 561410 ("Document Preparation Services").
December 22 Chugach Logistics and Facility Services JV, LLC won its GAO protest because: (i) nothing in the agency record explained why the protester's management approach was identified as having some level of risk, which limited its overall technical rating to Good; and (ii) the past performance rating was flawed because it was based on evaluating one reference contract as relevant instead of very relevant, and the agency did not refute the protester's argument on this issue but, instead, advanced a post hoc justification for the rating that was inconsistent with the solicitation's evaluation scheme.  

In Washington Business Dynamics, LLC, the GAO spent most of its decision discussing standing in the context of the SBA's rules for determining when firms are required to re-certify as to their status (here, for a BPA under an FSS contract). After concluding that the protester had standing, the GAO held that: (i) there was no basis for the agency's favorable evaluation of the awardee's quotation where it failed to address one of of the technical evaluation factors; and (ii) the agency failed to conduct the required qualitative evaluation of quotations.
December 21 In Syneren Technologies Corp., et al., which involved unsuccessful protests of the agency's new awards based on reevaluations of proposals following the court's prior protest decision in Allicent, the Court of Federal Claims held that: (i) the agency was not required to seek remand from the court before undertaking voluntary corrective action, especially where the plaintiffs did not allege any prejudice from the remand and would have the same complaints whether or not the corrective action were the result of a remand; (ii) the corrective action was not procedurally defective and is not objectionable merely because it reached the same conclusions as the original evaluation; (iii) three of the plaintiffs cannot establish prejudice because flaws in their proposals (which court already determined were rationally evaluated) made them unawardable; (iv) the agency followed the court's prior decision in conducting a rational reevaluation, and, therefore, there was no breach of the implied duty of good faith and fair dealing; and (v) challenges by individual protesters to various parts of their individual reevaluations fail because there were rational bases for the agency's evaluations in each case.  
December 20 In Fluor Federal Services, Inc., an unsuccessful post-award protest, the Court of Federal Claims held that: (i) protests that the agency should have utilized a multiple- versus a single-award BPA and that the agency should have considered past performance outside the period stated in the solicitation were both untimely under Blue & Gold Fleet; and (ii) the remainder of the protester's challenges to the evaluation were "mere disagreements with the Agency’s discretionary determinations."  

In Point Blank Enterprises, Inc.,  an unsuccessful post-award protest seeking a preliminary injunction, the court held that although the plaintiff was likely to succeed on the merits of its OCI allegations due to the absence of documents in the record showing any adequate investigation of the issue by the Contracting Officer, no preliminary injunction would issue because the protester had failed to establish irreparable harm when the solicitation did not guarantee that any awards would be made, especially "when the harm facing the United States as a result of an injunction is potential loss of life or serious injury to law enforcement officials."
December 19 In Togiak Management Services, LLC, a successful protest against the rejection of the protester's bids as nonresponsive due to the fact that the submitted bid bonds were photocopies, although the Court of Federal Claims rejected the protester's own arguments, it held that the agency erred by relying on a line of GAO decisions holding photocopied bid bonds were nonresponsive, which the court concluded were erroneous.   
December 18 In Eastern Shipbuilding Group, Inc., an unsuccessful post-award protest challenging almost every aspect of the agency's evaluation of the awardee's and the protester's proposals in a solicitation for a contract to build ships, the Court of Federal Claims held, inter alia, that: (i) there were rational bases for the agency's (a) assignment of a significant strength to the awardee's proposed production facilities (despite the fact that they had not yet been built) and (b) evaluation of the production risk of its proposed production approach; (ii) the agency could not have taken into account an alleged risk to the awardee's proposed schedule caused by additional vessels the awardee had been contracted to build by another agency because the contract option awarding this work had not been exercised at the time of the evaluation; (iii) the agency was not required to assign schedule risk under multiple evaluation factors and accounting for it as a production risk was reasonable; (iv) the agency's decision to evaluate the awardee's past performance as it improved over time (rather than giving more weight to earlier problems) was reasonable; (iv) the agency's evaluation of the awardee's price proposal had a rational basis, including the agency's decision to consider certain production line item prices as a group rather than individually, which vitiated the protester's argument that two individual line items suffered from unbalanced pricing; (v) because the agency found no unbalanced pricing, it was not required to conduct a pricing risk analysis; (vi) there were rational bases for the Government's evaluation of various and sundry aspects of the protester's proposal (too numerous to include in this single sentence without offending the ghosts of my high school English teachers); (vii) the determination that the awardee was responsible reasonably relied on, and was limited to, standard sources of information for such reviews; (viii) although the awardee's certification in compliance with FAR 52.209-5(a)(1)(C) was inaccurate  in light of an Australian judicial proceeding, the inaccuracy did not rise to the level of a material misrepresentation, considering the findings in that proceeding; and (ix) the agency conducted a reasonable investigation of an allegation of an OCI involving the awardee's employment of former agency official, finding that no unauthorized person had access to significant sensitive source selection information and that even if the former employee had previously had access to  non-public proprietary information, it was unlikely he had retained it or that it would still be competitively useful in the contested solicitation, which was issued three years later.   
December 15 In LS3, LLC, an unsuccessful protest of the SBA OHA's determination that a firm did not qualify as SDVOSB joint venture because the non SDV member could exercise negative control through its position on the joint venture's management committee, the Court of Federal Claims spent much of its time analyzing the degree of deference it owed the OHA's decision in this situation--quite a bit as it turns out because the court considered the OHA's holding to be primarily on an issue of fact, i.e., the amount of negative control that was possible in this situation.   
 December 14 In Scott Technologies, Inc., an unsuccessful post-award protest, the Court of Federal Claims held that: (i) the agency record was sufficient to show the agency evaluated self-identified risks of the awardee's proposal, and the agency was not required to document its evaluation of specific risk elements to the level of detail advocated by the protester; (ii) interpreted in the context of the solicitation as a whole, a protested evaluation subfactor allowed the agency to reward the awardee for exceeding the required production output (delivery requirements); (iii) discussions should be individually tailored, so the fact that discussions with the offerors were not identical does not mean they were unequal or resulted in disparate treatment;  and (iv) the court would not substitute its judgment for agency's and (merely on the basis of the protester's highlighting its proposal's alleged merits to the court) assign the protester a strength where the agency did not do so, especially in an area where the awardee did not receive a strength either.  
December 13 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.
December 12 In Nova Group/Tutor-Saliba, the Court of Appeals for the Federal Circuit 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.

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, cannot now 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.

December 10 The SBA has revised its white paper explaining how it establishes, reviews, and modifies small business size standards, including changes from the SBA’s 2019 Revised Size Standards Methodology, which guided the SBA’s recently completed second five-year review of size standards as required by the Small Business Jobs Act of 2010. SBA welcomes comments and feedback on the 2023 Revised Methodology, which SBA intends to apply to the forthcoming third five-year review of size standards. Comments are due by February 9, 2024.  
December 8 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 BES Design/Build, LLC, the CBCA denied a motion for reconsideration of its earlier decision (see April 14 entry below) because there was no "newly discovered evidence" as alleged by the contractor. 

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.
December 6 In Greystones Consulting Group, LLC, an unsuccessful post-award protest employing various theories to attack the agency's interpretation that the evaluation criterion requiring a "single integrated platform" impliedly called for "a single user experience" in a solicitation for data management software, the Court of Federal Claims held that: (i) the agency did not utilize an unstated evaluation criterion but reasonably relied on a common industry definition of the evaluation term that other offerors understood and took into account in preparing their proposals; (ii) the plaintiff failed to provide substantial evidence supporting its contention that solicitation contained ambiguous terminology; and (iii) the agency did not evaluate proposals disparately--it rejected three other offers for providing the same solution the agency objected to in the plaintiff's proposal. 
December 5 The GAO sustained a protest by SecuriFense Inc. because: (i) the agency treated offerors differently by downgrading the protester for answers during its oral presentation that were similar to the awardee's; and (ii) the agency applied an unstated evaluation factor by assessing decreased confidence to the protester's proposal for failing to address items that were not among the evaluation criteria.  

The CBCA is hiring a new judge. If you are interested in applying for the position, here is the website concerning the opening.
December 4 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 Colonial Press Int'l, Inc., the same 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.
November 29 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.

The Supreme Foodservice GmbH case involves 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).
November 28 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.

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 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 A. Prentice Ray and Assocs., LLC, an unsuccessful post-award protest seeking a preliminary injunction, the Court of Federal Claims held that: (i) the price realism analysis could include (a) limited use of the IGCE and (b) comparisons of one year of each offeror's unburdened labor costs; and (ii) the agency's determination that two offerors' unburdened labor costs were reasonable despite being significantly lower than the average of those of other offerors had a rational basis.
November 24 The GAO sustained a protest by RELX Inc. because the awardee's task order quotation in an FSS competition (a) failed to meet several salient characteristics of the brand name or equal solicitation and (b) offered some open market items not included in its FSS contract (as did the protester's quotation).  
November 22 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.

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 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.  

November 21 In Noble Supply & Logistics LLC, an unsuccessful preaward protest, the Court of Federal Claims held that in a solicitation for commercial items under FAR Part 12, the agency had a rational basis for obtaining a waiver to depart from ordinary commercial practice and require contractors to pass on any prompt payment discounts they received to the Government.

In Myriddian, LLC, an unsuccessful post-award protest, the court held, inter alia, that: (i) the awardee's plan to employ a (key personnel) Medical Director part time, supplemented by an Associate Medical Director working full time, was permitted by the solicitation and, besides, the agency had considered the risks associated with this approach; (ii) the solicitation's vague requirement that the undergraduate degree of the Program Director should be relevant to the contract's purpose (Medicare related services) was sufficiently broad that an undergraduate major in psychology was acceptable; and (iii) the agency adequately considered the differences in ratings between the competing proposals in other areas of staffing and technical merit.

NFS Case  2023-N022: Effective December 20, a final rule amends the NASA acquisition regulation supplement (NFS) to update the policy concerning the NASA Ombudsman Program.

DFARS Case 2012-D010: A final rule amends the DFARS to partially implement section 874 of the NDAA for FY 2017 that addresses the inapplicability of certain laws and regulations to the acquisition of commercial products, including commercially available off-the-shelf items, and commercial services.

DFARS Case 2018-D053: The proposed rule concerning export authorizations associated with this case is being withdrawn.

DFARS Case 2018-D074: A proposed would amend the DFARS to implement sections of the NDAA for FY 2018 and 2019 regarding the applicability of certain solicitation provisions and contract clauses to contracts and subcontracts for commercial products, commercial services, and commercially available off-the-shelf items. Comments are due by January 16, 2024.

DFARS Case 2021-D022: A proposed rule would amend the DFARS to to implement two sections of the NDAA for FY 2021, one section of the NDAA for FY 2022, one section of the NDAA for FY 2023, and one section of the Consolidated Appropriations Act, 2023. These statutes remove limitations and restrictions on certain components that are no longer required and add new limitations on other components, subject to exceptions. Comments are due by January 16, 2024. 
November 20 The GAO sustained one of the protest grounds asserted by Vertex Aerospace, LLC, finding that the evaluation of the protester's past performance was unreasonable because the agency simply tallied the ratings it received on various contracts without considering the relevance of the contracts on which they were received, i.e., the agency unreasonably equalized the various ratings without regard to relevance.  
November 17 GSAR Case 2020-G510: The GSA proposes to amend the GSAR to to standardize and simplify the Multiple Award Schedule clauses for economic price adjustments. This rule removes certain economic price adjustment requirements within these clauses to better align with commercial standards and practices. Comments are due by January 16, 2024. 

Federal Acquisition Circular (FAC) 2024-01 has been published and includes the following item:

FAR 2023-019: A final rule amends the FAR to add North Macedonia as a new designated country under the World Trade Organization Government Procurement Agreement.

November 16 In CeleraPro, LLC, an unsuccessful challenge to the proposed award of sole-source task order to the holder of an existing single-award, IDIQ contract contract as a modification to that contract, the Court of Federal Claims held that: (i) the plaintiff has standing to challenge the award to an 8(a) firm even though was not, itself, 8(a) because an element of the challenge was whether the solicitation was properly limited to 8(a) firms, and it could compete for award if it were not so limited; but (ii) the contract mod was within the scope of the original contract because that contract adequately advised offerors of the possibility of such a change, and the mod did not substantially change the type of work, performance period, and costs as between the original contract and the modified contract, so CICA's competition requirements were not implicated by the modification.

In VSBC Appeal of Iron Shamrock, LLC, the SBA's OHA upheld a decision denying VOSB status to a firm because multiple provisions of its franchise agreement established that the franchisor, rather than the veteran, had control of the firm.  
November 15 In Size Appeal of Portacool, LLC, the SBA's OHA held that the Area Office correctly drew an adverse inference from the challenged firm's failure to provide relevant information requested by the office concerning possible affiliates and the ownership of the company the challenged firm claimed to be 100% owned by.  

In Size Appeal  of Daniels Bldg. Co., the OHA held that the Area Office had properly dismissed (as speculative) a protest alleging only that two firms "have not fulfilled their obligations as Mentor and Protégé and have no intention or ability to fulfill those requirements on the project at issue" without supporting evidence.
November 14 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. 
November 10 In Navarre Corp., an unsuccessful post-award protest, the Court of Federal Claims: (i) rejected the protester's contention that the solicitation contained a definitive responsibility criterion concerning financial responsibility; (ii) found that the agency's conclusion that the awardee was financially responsible had a rational basis, and that bankruptcy materials not available to the agency at the time it made that determination were not relevant to the protest but were a matter of contract administration; and (iii) held that the protester did not provide evidence for its assertion that agency had misevaluated quotes or treated competitors disparately.  
November 9 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). I'm not sure I'm on board with this decision. If the subcontractor had bet wrong, I could understand the Board denying the contractor's claim for added work, but here, the punishment does not seem to fit the crime since the bid turned out to be for the right amount. I see a windfall for the Government in the Board's decision.

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.
November 7 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 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.
November 6 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.  

This website's Recent ASBCA Decisions page was getting so long that the program I use to edit the site was starting to run slowly on that page. So, I have moved some of the decisions that used to be on that page to the page for older decisions, which now covers decisions from 2006-2016.
November 2 In BWhit Infrastructure Solutions, LLC, an unsuccessful protest against an agency's corrective action in response to a prior GAO protest, the Court of Federal Claims held there was a rational basis for the agency's decision to cancel an award to plaintiff and amend the solicitation to eliminate ambiguities and account for updated agency requirements resulting from delays caused by the original GAO protest.  
October 31 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 Manitou Island Transit, LLC, the Court of Federal Claims: (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.
October 30 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 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 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.
October 27 In Karthik Consulting, LLC, an unsuccessful post-award protest, the Court of Federal Claims held that the agency's determination that the plaintiff was ineligible for an 8(a) task order award under a MAS contract had a rational basis because: (i) the firm had already graduated from the 8(a) program before the task order solicitation was issued; (ii) its status as an 8(a) firm at the beginning of the MAS contract was irrelevant because that contract was not set aside for 8(a) firms; and (iii) the task order solicitation was specifically limited to 8(a) firms.  

In Unison Software, Inc., an unsuccessful protest alleging generally that the Government had made a de facto decision to procure its needs for government contracting software from a single source without going through proper procedures, the court held it lacked jurisdiction over the portions of the protest complaining of the issuance of  task or delivery orders under $25 million that did not increase the scope, period, or maximum value of the contract under which the orders were issued, and other actions of which the plaintiff complained were not procurements.

The DOE proposes a comprehensive revision of its acquisition regulation (DEAR) in order to update and streamline the policies, procedures, provisions and clauses that are applicable to its contracts, specifically to update or eliminate coverage that is obsolete or that unnecessarily duplicates the FAR and retain only that coverage which either implements or supplements the FAR for the award and administration of the DOE’s contracts. Comments are due by December 26.
October 25 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.

DFARS Case 2024-D001: Effective October 30, a final rule amends the DFARS to to add North Macedonia as a new designated country under the World Trade Organization Government Procurement Agreement.

DFARS Case 2023-D015: Effective October 30, a final rule adopts, without change, an interim rule amending the DFARS to implement a section of the NDAA for FY 2023 that prohibits the use of funds to knowingly procure any products mined, produced, or manufactured wholly or in part by forced labor from the Xinjiang Uyghur Autonomous Region of the People’s Republic of China.

DFARS Case 2021-D021: Effective October 30, a final rule amends the DFARS to implement section 1025 of the NDAA for FY 2021 that restricts overhaul and repair of a naval vessel in a shipyard outside the United States or Guam.

DFARS Case 2023-D011: A proposed rule would amend the DFARS to implement section 856 of the NDAA for FY 2023 that permanently authorizes and modifies the DoD Mentor-Protégé Program. Comments are due by December 26. 
October 24 In Platinum Services, Inc., the Court of Federal Claims 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.  
October 23 In NAICS Appeal of  Aldevra, LLC, the SBA's OHA held that in a solicitation to supply kitchen equipment to a VA medical facility in Honolulu, the appellant's choice of NAICS 333415 ("Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing") was preferable to the Contracting Officer's choice of NAICS 335220 ("Major Household Appliance Manufacturing").  
October 18 In VSBC Appeal of Amenity Waste Solution, the SBA's OHA upheld the denial of  a firm's application for certification as an SDVOSB because inconsistent information in the firm's documentation did not conclusively establish the SDV had the requisite authority and control.  
October 17 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 Size Appeal of Federal Performance Management Solutions, LLC, the SBA's OHA upheld the Area Office's determination that the members of a JV should be treated as affiliates because the JV submitted its offer on the contested procurement more than two years after the JV's first award.
October 14 In SAGAM Securite Senegal, a decision labeled as nonprecedential, the Court of Appeals for the Federal Circuit upheld the CoFC's decision: (i) that cancellation of a solicitation (based on disclosure of bidder's proprietary information to competitor) lacked a rational basis; and (ii) enjoining resolicitation (rather than ordering remand) because the resolicitation plan did nothing to mitigate the harm from the the improper disclosure.  
October 13 In Bear Mountainside Realty LLC, an unsuccessful protest against the cancellation of a solicitation, the Court of Federal Claims held that, although the emails of some individual agency employees evidenced animus towards the protester, there was insufficient evidence to meet the high burden of proof required to establish the agency's  bad faith motivation for the cancellation.

In Sparksoft Corp., an unsuccessful, scattershot post-award protest against an evaluation, the court held, inter alia, that: (i) the Contracting Officer did not ignore weaknesses identified by TEP in the awardee's proposal; (ii) the agency properly considered the superior relevancy of the incumbent's prior experience on the contract; and (iii) the agency properly considered the awardee's proposed staff under the appropriate evaluation factor and its staffing plan under another.

In Purpose Built Families Foundation, Inc., the court held that the VA's Supportive Services for Veterans Families program awards to non-profits were grant agreements over which court lacks bid protest jurisdiction.
October 12 Insight Technology Solutions, LLC won its GAO protest because: (i) there was no basis for the agency's conclusion that all four of the awardee's contract references were "highly relevant" when one of them was not; (ii) the agency evaluated proposals disparately by crediting experience areas in the awardee's proposal without giving the protester equal credit for same types of experience; and (iii) the final best value tradeoff decision was infected with both these errors.  
October 11 Effective November 13, the SBA is amending its regulations to implement provisions of the NDAA for FY 2020 in order to permit a prime contractor with an individual subcontracting plan to apply credit for subcontracts to small businesses at lower tiers toward its subcontracting goals by incorporating the lower-tier subcontracting performance into the prime contractor's subcontracting-plan goals.
October 10 NASA  is issuing a final rule revising its acquisition regulation (NFS) to reflect updates to NASA’s Small Business Mentor Protégé Program.

Effective October 19, NASA is issuing a final rule amending the NFS to conform to changes in the FAR that reflect an updated "commercial item" definition pursuant to a section of the John S. McCain NDAA for FY 2019.

FAR Case 2021-017: A proposed rule would amend the FAR to partially implement an Executive Order on cyber threats and incident reporting and information sharing for federal contractors and to implement related cybersecurity policies. Comments are due by December 4.

FAR Case 2021-019: A proposed rule would amend the FAR to provide standardized cybersecurity contractual requirements across federal agencies for federal information systems by implementing  recommendations received in accordance with paragraph (i) of section 2 of Executive Order 14028 ("Improving the Nation’s Cybersecurity") and paragraphs (a) and (b)(1) of section 7 of the Internet of Things Cybersecurity Improvement Act of 2020. Comments are due by December 4.

FAR Case 2021-009: A proposed rule would amend the FAR to implement regulatory changes made by the SBA to update and clarify requirements associated with size and/or socioeconomic status protests in connection with multiple-award contract set-asides and reserves and orders placed under multiple-award contracts. Comments are due by December 4.
October 8 In Systems Dynamics Int'l, Inc., a successful post-award protest, the Court of Federal Claims held that the awardee's failure to meet the solicitation's material, minimum education requirements for multiple proposed personnel was a "deficiency" that rendered the proposal "ineligible" for award under the definitions in the solicitation.  
October 6 Federal Acquisition Circular (FAC) 2023-06 has been published and includes the following three items:

FAR Case 2020-011: Effective December 4, an interim rule amends the FAR to implement supply chain risk information sharing and exclusion or removal orders consistent with the Federal Acquisition Supply Chain Security Act of 2018 and a final rule issued by the Federal Acquisition Security Council. Comments are due by December 4.

FAR Case 2017-005: A final rule amends the FAR to implement Pub. L. 114–261 to enhance whistleblower protection for contractor employees. The rule makes permanent the protection for disclosure of certain information. It also clarifies that the prohibition on reimbursement for legal fees accrued in defense against reprisal claims applies to subcontractors, as well as contractors.

FAR Case  2021-012: A final rule amends the FAR to implement regulatory changes made by the SBA in its final rule published in the Federal Register at 85 FR 66146 on October 16, 2020 to more clearly articulate the SBA’s intent with regard to certain aspects of the 8(a) program and to eliminate confusion and decrease burdens on procuring activities and 8(a) participants.
October 4 In Rotair Aerospace Corp., the Court of Federal Claims denied the protester's motion for a stay pending its appeal of the court's earlier order denying the protester's motion to supplement the administrative record because that order was not a "final decision" that could be appealed, did not include a "controlling question of law," and was not final under the collateral order doctrine.

In another Rotair Aerospace Corp. decision involving the same protest, the court denied: (i) the protester's motion to complete the administrative record with documents not considered by the agency in making the decision to conduct the sole source procurement challenged by the protester; and (ii) the protester's request to conduct depositions because they were not necessary to decide the protest.
October 2 NASA is proposing to amend the its acquisition supplement (NFS) by removing NFS 1831.205–671 and NFS 1852.231–71 ("Determination of Compensation Reasonableness") because they provisions exceed the requirements adequately covered in FAR 52.222–46 ("Evaluation of Compensation for Professional Employees"). Comments are due by December 1.
September 30 DFARS Case 2021-D023: Effective October 1, an interim rule amends the DFARS to implement section 1062 of the NDAA for FY 2021, which provides that none of the funds authorized to be appropriated or otherwise made available for any fiscal year for DoD may be provided to an institution of higher education that hosts a Confucius Institute, defined as a cultural institute directly or indirectly funded by the government of China. Comments are due by November 28.

DFARS Case 2020-D011: Effective October 1, an interim rule amends the DFARS to implement sections 322(b), (c), and (d) of the NDAA for FY 2020, which prohibit the DoD's procurement of fluorinated aqueous film-forming foam ("AFFF")containing in excess of one part per billion of perfluoroalkyl and polyfluoroalkyl substances after October 1, 2023, unless an exemption applies. Section 322 also requires publication not later than January 31, 2023, of a military specification for a fluorine-free fire-fighting agent for use at all military installations and availability of such agent for use not later than October 1, 2023. After October 1, 2024, fluorinated AFFF may not be used at any military installation, unless the Secretary of Defense waives the prohibition on use. Comments are due by November 28.

DFARS Case 2023-D009: DoD is proposing to revise the DFARS to to implement section 808 of the NDAA for FY 2023, which amends section 818 of Public Law 109–364 to limit the number of low-rate initial production lots associated with a major defense acquisition program to be procured to no more than one when the milestone decision authority authorizes the use of a fixed-price type contract at Milestone B and the scope of the work includes both development and low-rate initial production. This limitation may be waived. Comments are due by November 28.

FAR Case 2020-016: A proposed rule would amend the FAR to to implement regulatory changes made by the SBA in its final rule published on October 16, 2020, at 85 FR 66146, to order-level size and socioeconomic status rerepresentation requirements. Comments are due by November 28.
September 28 In VSBC Appeal of The Old Breed Svcs., LLC, the SBA's OHA upheld the SBA's denial of an appellant's application for certification as an SDVOSB  because, despite repeated requests to do so, the appellant had failed to submit documentation that demonstrated (a) its alleged mentor-protégé agreement was still in force, and (b) its relationships with other affiliated firms with which it was co-located were not disqualifying.
September 27 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.  
September 26 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.

Effective October 19, a final rule amends the NASA Federal Acquisition Regulation Supplement (NFS) to conform to changes in the FAR that reflect an updated "commercial item" definition pursuant to a section of the John S. McCain National Defense Authorization Act (NDAA) for FY 2019.

DHS (finally) withdrew a proposed rule originally published in August 2012 titled "Homeland Security Acquisition Regulation (HSAR) Subcontractor Labor Hour Rates Under Time and Materials Contracts (HSAR Case 2010–001)." The original notice of proposed rulemaking proposed to amend HSAR parts 3016 and 3052 to require DHS contracts for time and material or labor hours to include separate labor hour rates for subcontractors and a description of the method that would be used to record and bill for labor hours for both contractors and subcontractors. DHS withdrew this proposed rule because of differing agency priorities and the staleness of the public comments.

DHS also withdrew a proposed rule originally published in June 2010 titled "Limitations on Subcontracting in Emergency Acquisitions (HSAR Case 2009–005)," which proposed to amend the HSAR to limit the use of tiering subcontractors on cost-reimbursement type contracts entered into by the Department to facilitate the response to or recovery from a natural disaster or act of terrorism or other man-made disaster.
September 25 In Consolidated Safety Services, Inc., a successful preaward protest against the NAICS code chosen by the Contracting Officer for a procurement, which had been affirmed by the OHA, the Court of Federal Claims held there was no rational basis for assigning NAICS Code 541620 ("Environmental Consulting Services") as opposed to NAICS 541715 ("Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)"), which was the code proposed by the plaintiff, where the solicitation contemplated research and development. The case is interesting primarily because the court states that there are limits to the deference to be accorded to the Contracting Officer's choice and that the OHA had overstepped those limits. See the end of this entry for two other recent OHA NAICS decisions.

In Size Appeal of VORAGO Technologies, Inc., the SBA's OHA held that, in determining the appellant was other than small, the Area Office had erroneously relied on (a) ambiguous evidence on a website and (b) a letter not shown to the appellant and to which it was not given an opportunity to respond, rather than evidence submitted by the appellant.

In Size Appeal of Aldevra, LLC, the OHA: (i) denied a request to submit new evidence because it was available, but not submitted, at the time of the original size determination; (ii) denied a request for a hearing because it was unnecessary to the resolution of the protest; and (iii) held that the Area Office had conducted a reasonable investigation in determining that two firms had taken adequate steps to disentangle themselves from a prior affiliation.

In Size Appeal of GC&V Constr., LLC, the OHA held that the Area Office had correctly used its ownership percentage to calculate an affiliated firm's share of the receipts from joint ventures of which it was a member, which rendered the affiliated firm (and, thus, the appellant) other than small even after deducting amounts already accounted for in the affiliated firm's tax returns in order to avoid double-counting.

In Size Appeal of LS3, LLC, the OHA dismissed a protest as moot because the OHA had previously decided a case involving the same protester, the same procurement, and the same issue: VSBC Protest of New Directions Technologies, Inc..

In Size Appeal of Allegheny Science & Technology Corp., the OHA held that the Area Office had correctly determined pursuant to 13 C.F.R. § 121.1004(a)(3) that a protest against the  size of a firm issued a BPA under a long-term GSA schedule contract was untimely because such protests are treated as protests on the underlying contract.

In VSBC Protest of Arapaho Technical Svcs., LLC, a successful protest against a firm's SDVOSB status, the OHA  held that: (i) the SDV owned only 50.1% rather than the required 51% of the firm; and (ii) the firm admitted that a non-veteran managed or supervised its day-to-day operations. Subsequently, the OHA denied the challenged firm's petition for reconsideration.

In VSBC Appeal of Murray and Treittel, Inc., the OHA held that the SBA had erred in determining under 13 C.F.R. § 128.203(e)(2) that the appellant was not qualified as a VOSB based on the fact that the veteran was only one of five members of the Board, without first considering whether the veteran controlled the Board under § 128.203(e)(2), which identifies three situations in which the SBA will deem qualifying veterans to control a Board, one of which is when "[o]ne qualifying veteran owns at least 51% of all voting stock, the qualifying veteran is on the Board of Directors, and no supermajority voting requirements exist for shareholders to approve corporation actions." 

In VSBC Appeal of Verndari, Inc., the  OHA held that the SBA had incorrectly found an SDVOSB ineligible due to negative control where the SDV owned the majority ownership interest, was Chairman of the Board, and, according to firm's Bylaws, could convene a special meeting of the shareholders, at which the  shareholders could vote to remove any or all directors, with or without cause, so that the SDV, as the majority shareholder, would determine the outcome, making the appearance of negative control illusory, because the SDV could remove and replace any directors attempting to block a quorum of the Board.

In VSBC Appeal of Carleton Controls Corp., the OHA upheld the denial of a firm's eligibility as a VOSB because the Appellant did not demonstrate how its 93.79 % ownership by its 401(k) plan as a trust structure complied with the direct ownership requirements of 13 C.F.R. § 128.202(a), i.e., that the trust was revocable and that all current beneficiaries of the trust were veterans. The Appellant also did support its application with copies of the actual trust documents.

In NAICS Appeal of Laredo Technical Svcs., Inc., the OHA held that in a solicitation for registered nurse staffing services, the Contracting Officer's choice of NAICS 561320 ("Temporary Help Services") was a reasonable one, so there was no need to reach the appellant's choice of NAICS 621399 ("Offices of All Other Miscellaneous Health Practitioners").

In NAICS Appeal of Gemini Tech Svcs. LLC, the OHA held that in a solicitation for a wide range of personnel services to Fort Knox personnel, but not including consultation and advice on personnel matters, the Contracting Officer's choice of NAICS 561110 ("Office Administrative Services) was correct, in contrast to the appellant's choice of NAICS 541612 ("Human Resources Consulting Services").
September 22 The GAO sustained a protest by Guidehouse, Inc., because the limited record the agency provided to the GAO did not indicate that the agency had adequately investigated or addressed an apparent conflict of interest of the evaluation board's chairman, who was a former employee of the awardee.
September 21 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. 
September 19 GSAR Case 2020-G511: The GSA proposes to amend its acquisition regulation (GSAR) to update and clarify the requirements for the use of FSS contracts by eligible non-federal entities, such as state and local governments. Comments are due by November 17. 
September 18 In MC2 Sabtech Holdings, Inc., an unsuccessful post-award protest, the Court of Federal Claims dismissed the protest because the agency had a rational basis for its determination that the item being procured was a commercial product under the definition in FAR 2.101.
September 14 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.
September 12 In J. Star Enterprises, Inc., the Court of Federal Claims 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. 

The DoD is contemplating negotiating and concluding a new Reciprocal Defense Procurement Agreement with Brazil and is requesting industry feedback regarding its experience in public defense procurements conducted by or on behalf of the Brazilian Ministry of Defence or Armed Forces.
Comments are due by October 12.

GSAR Case 2019–G503: Effective October 12, the GSA is amending the GSAR to clarify and streamline the clauses contracting officers should reference in acquisitions for commercial products and services.
September 11 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 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 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.
September 7 In Air Borealis Limited Partnership, an unsuccessful post-award protest involving  a solicitation for fixed-wing airlift support services to transport personnel and cargo across the North Warning System in the Canadian Arctic, the Court of Federal Claims held, inter alia, that: (i) the agency had a rational basis for concluding that, although lengthy, the protester's transition plan lacked the details required by the solicitation, and the agency had not evaluated the transition plans of the protester and awardee disparately; (ii) although the evaluation of the protester's zone coverage proposal was flawed, the protester was not prejudiced because there were valid reasons for disqualifying the proposal due to deficiencies in its transition plan; (iii) under Blue & Gold Fleet, the protester failed to timely protest the role of Canadian Commercial Corporation (CCC) in "endorsing" the apparently successful Canadian offeror; and (iv) the agency's actions in obtaining the CCC's endorsement and running contract payments through the CCC complied with the applicable DFARS regulation (225.870-3(b)).  
September 6 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.  
September 5 The DOL is proposing to revise its acquisition regulations (DOLAR) in their entirety to update and streamline agency procurement regulations consistent with the Federal Acquisition Reform Act and FASA in order to remove provisions that are redundant or obsolete and codify the use of certain contractual provisions that DOL has developed and deployed in recent years in order to put potential contractors on notice of these provisions and to formalize their usage, including provisions relating to: government property, continuity of operations, system requirements, records management, telework policy for contractor personnel, submission of invoices, mandatory training for contractors, OCIs, and changing the scope of a contract. The proposed revisions also remove provisions in the current DOLAR that are DOL internal operating procedures, which need not be published in the C.F.R. in order for them to take effect. The current DOLAR supplements the FAR to address matters specific to the DOL relating to its procurement of goods and services. It also includes certain rules governing private entities doing business with DOL. Comments are due by November 6.  

Effective October 1, a final rule modifies the Department of Education Acquisition Regulation (EDAR) to revise aspects of those regulations that are out-of-date or redundant with other Education Department policies and procedures and to accurately implement the current FAR and Department policies.
September 4 In Harmonia Holdings Group, LLC, an unsuccessful post-award protest, the Court of Federal Claims held, inter alia, that: (i) there was a rational basis for the agency's decision to assign the protester a low confidence rating for its technical approach and assign it risk for reduced capacity because the protester failed to explain why its staffing proposal was less than the agency's staffing estimate; (ii) it was arbitrary and capricious for the agency to assign a separate "Decreases Confidence" rating for protester's failure to include a QA role because the agency failed to consider an important aspect of the problem (the protester's substitution of a QA specialist with a full-stack developer, which allowed the proposed team to perform the required automated regression testing and other QA tasks); (iii) although there was a rational basis to assign "Decreases Confidence" to the protester's proposal for failure to utilize current employees as key personnel, the agency did not apply that same standard to other proposals; but (iv) the latter two errors did not the prejudice the protester (i.e., correcting them would not change the final outcome).

In Paradyme Management, Inc., another unsuccessful post-award protest, the court held that: (i) there was a rational basis for the agency's conclusion that the awardee's revised mitigation plan for an alleged impaired objectivity OCI related to a task to recommend test tools was adequate in that it assigned evaluation work to firewalled subcontractors and removed the awardee's own products from those to be evaluated; and (ii) the Contracting Officer had a rational basis for determining that the OCI (a) was not a "significant" one under FAR 9.506(b), and, thus, (b) did not require the Contracting Officer to jump through extra hoops to address it.
September 1 In TekSynap Corp., an unsuccessful post-award protest, the Court of Federal Claims allowed supplementation of the record with depositions necessary for review of the protester's claim of material misrepresentation and then held that: (i) the use of the phrase "Proposal Manager" rather than "Program Manager" in one of the awardee's key personnel resumes was a typographical error, not a misrepresentation; (ii) the statement that the awardee's President would step down to perform as program manager once the contract was awarded was not a misrepresentation but was an accurate description of the awardee's plan; (iii) the protester did not show that the methodology the agency used to conduct the price realism evaluation failed to take account of relevant information, relied on irrational assumptions, or resulted in critical miscalculations; (iv) the agency did not mislead the protester during discussions by revealing that certain of its proposed rates appeared too low; and (v) the agency did not conduct unequal discussions with the competitors.  
August 31 In DigiFlight, Inc., an unsuccessful, scattershot, post-award protest of a task order awarded to a BPA holder, the Court of Federal Claims held, inter alia, that: (i) the protester offered no support for its contentions that the agency failed to assign various strengths to its proposal, beyond expecting the court to reevaluate on its own; (ii) the DFARS debriefing requirement that the protester claimed the agency violated was not adopted until well after the solicitation was issued and was not made retroactive; (iii) the evaluated technical differences between the competing proposals were significant and had rational bases, which left price as the least important evaluation factor; and (iv) the regulations concerning BPAs did not render the successful offeror ineligible for award.  
August 30 In Syneren Technologies Corp., et al., the Court of Federal Claims denied the applications of three consultants working for one of the protesters for admission to the protective order in the case because, inter alia, the record and issues raised by the protester were not sufficiently technical as to require review by expert consultants in order to effectively represent the protester's position, especially given the increased risk of inadvertent disclosure of proprietary information raised by the additional applications.

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.
August 29 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.

Since the CDA was enacted, I've been fussing about the fact that the CDA does not define a claim, which meant it was left to the FAR to do so and which has resulted in 40 years of litigation over various issues related to the FAR's definition of a claim. Most recently, in ECC Int'l Constructors, LLC, the Court of Appeals for the Federal Circuit, 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.

August 28 In VSBC Protest of Beshenich Muir & Associates, LLC & ELB Services LLC, the SBA's OHA held that, although a member of a joint venture had established that it was an SDVOSB, the joint venture's operating agreement failed to comply with applicable regulations in several respects: (i) it did not name a specific individual as the responsible manager; (ii) an attachment purporting to fulfill the requirement to itemize all major equipment, facilities, and other resources to be furnished by each party to the joint venture was not made part of the record; and (iii) the agreement failed to specify the responsibilities of the parties with respect to the negotiation of the contract, source of labor, and contract performance.

In VSBC Protest of New Directions Technologies, Inc., the OHA held that the non-SDV member of a JV had negative control over the JV's daily management and operations.

In VSBC Protest of U.S. Department of Veterans Affairs, the OHA held that a JV agreement did not specify the responsibilities of each member with regard to contract work and gave the non-SDV member negative control through its right to hire and fire employees and other HR responsibilities.

In VSBC Protest of Billet Industries, the OHA held that the SDV partner of a firm did not control its operations because the firm's agreement gave both partners an equal voice.

In VSBC Appeal of Better Metal, LLC, the OHA held that a firm initially failed to timely file its appeal petition to the correct address, and its corrected filing was untimely.

In VSBC Appeal of Vetted Medical Supply LLC, the OHA dismissed an appeal because an email to the OHA did not satisfy the requirements for an appeal petition, and the appellant subsequently failed to respond to an order directing it to correct the deficiencies and serve the corrected document on all parties.

In Size Appeal of Daniels Bldg. Co., the OHA held that a typographical error in the agency's original written notice of the apparently successful bidder did not excuse a firm's failure to protest the winner's size within five days of bid opening, especially where the firm had attended the bid opening and could readily identify the low bidder.

In Size Appeals of Apogee Group, LLC, and RPM Partners, LLC, the OHA denied consolidated size protests because the protested small business prime could delegate most responsibilities in a construction contract so long as it maintained management and portfolio oversight.
  
August 27 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.
August 24 In The Kace Co., an unsuccessful preaward protest against the rejection of the plaintiff's revised proposal submitted via email minutes late during corrective action, the Court of Federal Claims began its decision with this summary of its rationale: "This case is governed by two maxims: 'Late is Late' and 'Rules are Rules.'" The court held, inter alia, that the "otherwise successful offer" exception to the late is late rule did not apply because the agency had canceled the original award to the plaintiff and then undertaken corrective action, including modifying the solicitation (this modification also being the reason why the agency did not go back and accept the plaintiff's original offer when its revised offer was late).
August 23 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 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.
August 22 The GAO sustained a protest by MANDEX, Inc., alleging OCIs  because: (i) in evaluating whether the awardee had an unequal access to information OCI as a result of its work on another task order, the agency concluded only that the awardee had not had time to obtain such information rather than evaluating whether the awardee's employees had access to such information; and (ii) despite a post-award modification of the PWS to address the issue, the awardee's work on a second task order included the evaluation of its work on the challenged task order and, therefore, created the potential for an impaired objectivity OCI. 

In Piedmont Propulsion Systems, LLC, a successful preaward protest, the Court of Federal Claims held that the solicitation requirement that awardee be either the OEM or licensed by the OEM to supply the contract items unduly restricted competition because the agency did not know what benefits licensing provided without relying on statements from the OEM and did not obtain information from the OEM clearly indicating that licensing was required to meet the agency's minimum needs.
August 21 In Platinum Services, Inc., the Court of Federal Claims denied cross motions for summary judgment because neither party was entitled to utilize rates different from those specified in the contract.  
August 17 In Rotair Aerospace Corp., a preaward protest against a proposed sole source contract, the Court of Federal Claims denied the plaintiff's request to supplement the administrative record with prior contracts and specifications relating to the manufacture of the arm assembly being procured for the Apache military helicopter because those documents were not necessary for effective judicial review of the protest  grounds. 

On the other hand, in Bear Mountainside Realty LLC, a protest challenging the cancellation of a lease procurement, the court granted portions of the plaintiff's request to further supplement the administrative record because prior documents received by the plaintiff in discovery could be evidence of the agency's animus toward plaintiff and the pretextual basis for the cancellation.

DFARS Case: 2022-D006: A final rule amends the DFARS to implement section 803 of the NDAA for FY 2022, which modifies 10 U.S.C. 2380c (redesignated as 10 U.S.C. 3458) to give DoD the authority to acquire innovative commercial products and commercial services through a competitive selection of proposals resulting from a general solicitation and the peer review of such proposals. Section 803 of the NDAA for FY 2022 also repealed section 879 of the NDAA for FY 2017, which authorized a pilot program providing the same authority for a limited period of time. In addition, section 814 of the NDAA for FY 2023 amended 10 U.S.C. 3458 by striking ‘‘fixed-price incentive fee contracts’’ and inserting ‘‘fixed-price incentive contracts,"  and this final rule incorporates this statutory amendment.
August 15 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.

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.
August 14 In AccelGov, LLC, the Court of Federal Claims held it had jurisdiction over challenges to the Government's intended corrective action without waiting to see the corrective action's results.

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.
August 11 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.  
August 10 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.  

FAR Case 2020-005: A proposed rule would amend the FAR to implement section 874 of the NDAA for FY 2020, which, for task orders or delivery orders exceeding the simplified acquisition threshold but not greater than $6 million, requires contracting officers to provide, upon written request from an unsuccessful offeror (aka unsuccessful awardee), a brief explanation as to why the offeror was unsuccessful, including the rationale for award and an evaluation of the significant weak or deficient factors in the offeror’s offer. Comments are due by October 10.

Federal Acquisition Circular (FAC) 2023-05 has been published and includes the following items.

FAR Case 2017-014: Effective September 22, a final rule amends the FAR to encourage use of voluntary feedback mechanisms, where appropriate, to support continual improvement of the acquisition process.

FAR Case 2023-004: Effective September 7, a final rule amends the FAR, inter alia,  to implement regulatory changes made by the SBA in its interim rule published on November 17, 2022 (at 87 FR 69118), which adjusted for inflation the net worth threshold for an individual to be eligible as an owner of a small disadvantaged business concern from $750,000 to $850,000. To do so, this rule updates this threshold to reflect a reference to SBA’s regulations at 13 CFR 124.104(c)(2), which is used in the definition of "small disadvantaged business concern," in the FAR.

FAR Case 2022-008: Effective September 7, a final rule amends the FAR to update the contact information, web addresses, and office titles necessary to obtain federal and Defense specifications and standards from the DoD Acquisition Streamlining and Standardization Information System (ASSIST) website or, for Defense documents not available in ASSIST, the Defense Standardization Program Office. This final rule also adds a reference in part 53, Forms, to the American National Standards Institute (ANSI) Z39.18, Scientific and Technical Reports—Preparation, Presentation, and Preservation, with the prescription for the Standard Form 298, Report Documentation Page.
August 9 The GAO sustained a protest by Unico Mechanical Corp. because: (i) the agency unreasonably granted the awardee's request for a waiver of the Buy America Act on the basis that the pricing of the allegedly sole domestic supplier was unreasonable without including the protester in the market survey or requesting pricing information from the protester, when the agency, itself, recognized that the protester was also a domestic supplier of the items in question; and (ii) the agency's assignment of weaknesses to the protester's work plan was unreasonable because (a) the protester's proposal of a 30-day review period for submittals exactly coincided with the time period that the solicitation stated would be "adequate," and (b) the protester's proposal described the required coordination between its staff and the agency's staff, and there was no evidence in the record that the agency had considered that information.  
August 8 In NAICS Appeal of Laredo Technical Services, Inc., the SBA's OHA held it lacked jurisdiction over an appeal alleging that the Contracting Officer had erred in conducting an RFQ for a BPA under a MAC whose only NAICS code was not appropriate for the BPA.
August 7 In VSBC Appeal of Horizon Marketing, Inc., the SBA's OHA affirmed the SBA's denial of a firm's certification as an SDVOSB because: (i) a non-veteran had the power to exert negative control over the firm; and (ii) the 51% ownership interest was held by a Trust rather than by the SDV.  
August 5 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.  
August 4 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.  
August 3 FAR Case 2022-006: A proposed rule would amend the FAR to restructure and update the regulations to focus on current environmental and sustainability matters and to implement a requirement for agencies to procure sustainable products and services to the maximum extent practicable. Comments are due by October 2.
August 1 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.  
July 31 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 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. 
July 29 The SBA proposes to amend its small business size regulations to increase the alternative size standard for its 7(a) Business and Certified Development Company Loan Programs by 34.46% to account for inflation that has occurred since the size standard’s establishment in 2010. The inflation adjustment would increase the size standard’s level for tangible net worth to $20 million and for net income to $6.5 million. SBA also is adjusting for inflation the applicable statutory limits for contract size under the Surety Bond Guarantee Program. The adjustment would increase the contract limit to $9 million and to $14 million for Federal contracts if a federal contracting officer certifies that such a guarantee is necessary. Comments are due by September 26.  
July 28 In VSBC Appeal of Tree Services, Inc., the SBA's OHA held that the SBA had prematurely denied a firm's application for certification as a VOSB before the deadline the SBA had given the firm to provide additional documentation.

In VSBC Appeal of Veterans Constr. Midwest Corp., the OHA held that pursuant to 13 C.F.R § 128.202(i)(2)(iii), a firm was no longer eligible as an SDVOSB because it had been 10 years since the SDV had died and his surviving spouse had functioned as principal/President.
July 26 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 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.
July 25 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.

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.
July 24 In Harmonia Holdings Group, LLC, an unsuccessful post-award protest seeking a preliminary injunction, the Court of Federal Claims held that: (i) the plaintiff filed suit within a reasonable time after learning of its grounds so the suit was not barred by laches; (ii) the agency properly documented every step in its evaluation; (iii) the agency applied evaluation criteria intrinsic to the announced factors, not unstated factors; and (iv) there were rational bases for the agency's assignments of weaknesses to the protester's proposal.

In PredictiveIQ LLC, an unsuccessful protest seeking a preliminary injunction against the agency's decision to lift the stay on awards not related to plaintiff's GAO protest in an SBIR procurement contemplating multiple awards for individual funding agreements, the court held that: (i) each SBIR award is a separate procurement under the FAR, and, thus, the agency did not violate CICA by staying only awards that related to the GAO protest; (ii) the agency preserved funding for the awards  related to the GAO protest in case plaintiff were to win there, thus eliminating the possibility of irreparable injury to the plaintiff; and (iii) the alleged competitive disadvantage to the plaintiff from the agency's decision not to stay some of the awards was too speculative to constitute irreparable harm. Subsequently, the plaintiff's motion for consideration was denied.
July 21 In KPMG LLP, a successful post-award protest, the Court of Federal Claims held that when an offeror learned, after proposal submission, but prior to award, that one of its proposed key personnel intended to resign and notified the agency of this fact while continuing to attempt to change the employee's mind, the situation did not constitute the unavailability of that individual that would render the proposal unacceptable.  

In AccelGov, LLC and SI-Markon JV, LLC, the court denied the Government's motion to dismiss consolidated protests based on the Government's intention to take corrective action because the proposed corrective action was only vaguely described and did not clearly moot the  plaintiff's concerns with the procurement.
July 20 In CACI, Inc.--Federal, the Court of Federal Claims held that there were rational bases for both (a) the agency's process of investigating a conflict of interest, including notifying the protester of the agency's concerns, and permitting the protester to respond, and (b) the agency's decision to bar the protester from a competition due to an unfair competitive advantage stemming from the  protester's use of a former agency official involved with the program to help prepare its offer.

DFARS CASE 2023-D005: A final rule amends the DFARS to  implement a section of the NDAA for FY 2023 that adds New Zealand to the definition of the national technology and industrial base.

DFARS Case 2017-D028: A final rule amends the DFARS to implement section 846 of the NDAA for FY 2017 that repealed provisions related to major automated information systems.

DFARS Case 2022-D009: A final rule adopts, with changes, the prior interim rule amending the DFARS to implement section 802 of the NDAA for FY 2022 that restricts the acquisition of personal protective equipment and certain other items from the Democratic People’s Republic of North Korea, the People’s Republic of China, the Russian Federation, and the Islamic Republic of Iran.

DFARS Case 2020-D017: A final rule amends the DFARS to implement section 853 of the NDAA for FY 2020 that requires certain auxiliary ship components to be procured from a manufacturer in the national technology and industrial base.
July 19 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 of Federal Claims lacked jurisdiction over a suit on the claim filed more than six years later.  

The SBA has issued a final rule that adopts, without change, three interim final actions dated November 17, 2022, that adjusted monetary-based industry size standards (i.e., receipts- and assets-based) for inflation: (i) an additional 13.65 % inflation increase to the industry-based monetary small business size standards to account for the inflation that occurred since the last adjustment to size standards for inflation in 2019; (ii) inflation adjustments to three program-specific monetary size standards (the size standards for sales or leases of government property, the size standards for stockpile purchases, and the alternative size standard based on tangible net worth and net income for the SBIC program; and (iii) inflation adjustments to the economic disadvantage thresholds applicable to the 8(a) Business Development and Economically Disadvantaged Women-Owned Small Business programs, and the dollar limit for combined total 8(a) contracts.
July 17 In Slone Assocs., Inc., the Court of Federal Claims 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.  
July 14 Although Federal Information Systems, Inc. lost on all but one of its many GAO protest grounds, it only takes one to win, and the GAO held that the agency's assignment of a "good" rating to the awardee's technical proposal lacked a rational basis because the agency, itself, had concluded that the awardee's proposed labor categories did not meet the requirements of the SOW.  

Likewise, MPZA, LLC, lost on two of its three protest grounds, but came out a winner anyway because the GAO determined that there was no documentation of the agency's price realism analysis to enable the GAO to determine that it was reasonable.

RTD Middleburg Heights, LLC won its GAO protest because: (i) there was no explanation in the record for the agency's failure to include relocation and replication costs in the price evaluation despite the fact that the solicitation contemplated the agency would do so; and (ii) there was no evidence in record supporting the agency's bare contention that an admitted error in evaluating certain costs would not have affected outcome.
July 13 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 American Technical Services, Inc., another 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. 
July 11 In Vectrus-J&J Facilities Support, LLC, an unsuccessful protest of the agency's decision not to expand the scope of corrective action in response to an agency protest, the Court of Federal Claims held that: (i) the awardee did not make misrepresentations concerning the contents of a novation package and its status at the time the awardee submitted its proposal; (ii) the agency properly credited the awardee with the past performance and experience of a predecessor firm that became awardee's subsidiary only after the projects that were credited to the awardee had transpired; (iii) nothing in the FAR prohibited the agency from treating a firm as a predecessor of the awardee or from considering its projects as "reasonably predictive" under the solicitation's evaluation scheme; (iv) the conclusion that the predecessor's contracts were reasonably predictive of the awardee's ability to perform the current contract was properly  based on a finding that the predecessor had transferred its assets and nearly all employees involved in performing those contracts to the awardee; and (v) there was no prejudice to the protester from the limited scope of the second corrective action.

The GAO has published two decisions, each involving consolidated protests, sustaining a total of 91 (!) protests complaining of (a) the elimination of proposals in Phase 1 of the CIO-SP4 competition and (b) the failure to advance those proposals to phase 2. Basically, the GAO found that the agency did not provide a rational explanation for how it validated the competitors' self scores and how it established the cutoff point for the self scores needed to advance in the competition. Here are links to each of the decisions:  27 consolidated protests  filed without outside counsel and 64 consolidated protests filed by attorneys. This procurement is the biggest debacle I have seen in 45+ years of practicing government contracts law. I've lost count of how many times the agency has been sent back to the drawing board on this one. What a mess.

TRAX Int'l Corp won its GAO protest because: (i) the awardee was ineligible for award because it failed to provide its own required disclosure statement; (ii) the evaluation of the awardee's proposed program management office contained an error of fact concerning the escalation of labor rates; (iii) the agency (a) failed to discuss with the protester certain costs the agency considered unrealistic and (b) conducted a final round of discussions with the awardee alone; and (iv) the agency conducted a "fair and reasonable" price analysis rather than the required cost realism analysis of direct labor rates.
July 10 In Bear Mountainside Realty LLC, the Court of Federal Claims allowed limited supplementation of the administrative record with documents obtained through FOIA concerning the protester's allegation that an IRS official acted with bad faith and bias in influencing the GSA to cancel a lease solicitation.  
July 7 GSAR Case 2023-G506: Effective August 7, a final rule amends the GSAR to remove clause 552.232–77 ("Payment by Government Charge Card").
July 6 In Bitscopic, Inc., an unsuccessful preaward protest, the Court of Federal Claims: (i) dismissed (as moot) the counts in the complaint against the SOW and J&A for a proposed VA procurement of a brand name item of clinical surveillance software because the agency had decided to discontinue the procurement; and (ii) dismissed (for lack of standing) counts in the Complaint alleging that the VA should be enjoined from ever procuring the brand name software because such procurements for the software will always be set-aside for VOSBs and SDVOSBs under the VA Rule of Two since there are multiple VOSB and SDVOSB resellers that can supply the software, and the plaintiff is neither a VOSB nor an SDVOSB.
July 5 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 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 Size Appeal of YKJY, LLC, the SBA's OHA held that an appeal filed at OHAFilings@sba.gov more than 15 calendar days after the appellant had received its size determination was untimely even though the  appellant timely had filed copies of the appeal with the other parties.
July 4 The 2023 Procurement Review is up. I will, as usual, keep updating it from now until the end of the year.

The GAO sustained a protest by BOF GA Lenox Park, LLC, holding that, in a solicitation for leased office space in Atlanta: (i) the protester was an interested party even if its proposal was unacceptable for failure to comply with the solicitation requirement to submit evidence of registration in the SAM database because the agency did not evaluate any proposals besides the awardee's for technical acceptability; (ii) the awardee did not satisfy the solicitation requirement for proximity to a "bus rapid transit stop" because no such stop exists in Atlanta; but (iii) because the lease signed by the awardee did not contain a termination for convenience clause, the protester should only be reimbursed its proposal preparation and bid protest costs. The GAO noted that none of the offerors had objected to the rapid transit stop solicitation requirement despite two rounds of offers in which to do so. So the timeliness rule that a protester must object to a flawed (or patently ambiguous) solicitation requirement prior to submitting its proposal does not apply if none of the offerors object?
July 3 In  Size Appeal of Glacier Technologies, LLC, the SBA's OHA held that a size protest filed more than five days after the original announcement of the apparently successful offeror was untimely even though the agency subsequently took corrective action that merely suspended performance temporarily rather than cancelling the award.
July 1 Bad news (I think) from the Court of Federal Claims. The court's normal web page for listing its decisions has not been updated in more than two weeks now. Apparently, the court is replacing that page with a new page that only lists decisions for the most recent 12 months on a rolling basis. According to the court's website, court decisions from January 1, 2014 to the present are now listed on the GPO's GovInfo website. To make matters even more complicated, decisions older than January 1, 2014 are listed as legacy opinions on the court's own website. Of course, all I'm worried about is whether my links to the court's decisions since 2005 will still work. They do at the moment, but I fear at least some of them will break after this transition is complete. We shall see.
June 30 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 Groundbreaker Development Corp., the Court of Federal Claims 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.
June 28 In Samsara, Inc., an unsuccessful post-award protest, the Court of Federal Claims held, inter alia, that: (i) the awardee's participation in a prior pilot program was like an incumbent's prior performance, which does not give rise to an OCI and does not require the Government to neutralize the advantages gained thereby;  (ii) there was no unequal access to information OCI because other competitors had access to public information that was adequate to address the solicitation requirement in question; (iii) the agency took reasonable steps to mitigate any competitive advantage resulting from participation in the pilot program; (iv) the mere fact that some selection officials had participated  in the prior pilot program was insufficient to establish that they were tainted by bias in the absence of clear evidence of impaired objectivity that was sufficient to overcome the presumption that government officials act in good faith; (v) the assignment of a weakness to the protester's proposal regarding a cable that was not required until after award was not the use of an unstated evaluation criterion because the agency could, and did, evaluate the proposed approach for developing the cable; (vi) the agency did not apply unstated evaluation criteria in assigning a weakness for the lack of FedRAMP authorization because, although such authorization was not required at the time of award, the solicitation contemplated the agency would compare an offeror's FedRAMP status against the SOW's  requirements; and (vii) according to the language particular to this solicitation, the agency was not required to disclose all weaknesses to an offeror, but any discussions would only relate to additional information needed by the agency.
June 27 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.
June 26 DFARS Case 2023-D006: A final rule implements section 842 of the NDAA for FY 2023, which amends 10 U.S.C. 4022(f)(2) to permit the award of a follow-on production contract without the use of competitive procedures, even if an explicit notification was not listed within the request for proposal for the prototype project transaction.

DFARS Case 2017-D036: A final rule amends Parts 204, 232, and 252 of the DFARS to provide clarifying payment instructions for certain contracts based on the type of item acquired and the type of payment.

DFARS Case 2021-D003: A final rule amends the DFARS to to refine the management of undefinitized contract actions (UCAs) as recommended in the DoD Inspector General Audit of Military Department Management of Undefinitized Contract Actions (Report No. DODIG–2020–084).
June 22 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 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 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.

June 21 Effective today, a final rule amends the Department of Homeland Security's ("DHS") acquisition regulation to address requirements for the safeguarding of Controlled Unclassified Information (CUI) by implementing security and privacy measures to safeguard CUI and facilitating improved incident reporting to DHS  when DHS contractors experience incidents with protected DHS information.

A final rule amends the United States Agency for International Development's ("USAID") Acquisition Regulation ("AIDAR") regarding contractor requirements on foreign tax reporting, conference planning, and trade and investment activities in order to bring the AIDAR into compliance with revised agency policies and procedures and statutory requirements.
June 16 In IBM Corp., IBM Consulting--Federal, although the GAO denied or dismissed most of the protester's arguments, it did find that the agency's method of price realism evaluation (comparing bidders' prices to the IGE on a CLIN by CLIN basis) failed to account for the fact that awardee's proposed work structure for the pricing of two CLINs incoporated work under another CLIN, which meant that the awardee's pricing for those three CLINs as a group was lower compared to the IGE than the agency's evaluation suggested.
June 14 In Aspire Therapy Services & Consultants, Inc., a successful preaward protest against the protester's elimination from the competition, the Court of Federal Claims held that the agency should have asked for clarification under FAR 15.306(a) to resolve a clerical error when the labor hours listed on two different spreadsheets in the protester's proposal did not match, especially where the clarification would not substantially affect the overall price or rating of the proposal.

In Eastern Shipbuilding Group, Inc., a post-award protest, the court denied the protester's motion for additional briefing and to supplement administrative record based on an indictment of, and an SEC complaint against, former executives of the awardee filed about six weeks after briefing in the current protest was complete because a protest is to be evaluated based on the administrative record in existence at the time of the protest.
June 13 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  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 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.

DFARS Case 2020-D022: A final rule amends the DFARS to implement section 852 of the NDAA for FY 2020, which transfers responsibilities for carrying out the procurement technical assistance cooperative agreement program from the Director of the Defense Logistics Agency to the Under Secretary of Defense for Acquisition and Sustainment.

DFARS Case 2023-D015: An interim rule amends the DFARS to implement section 855 of the NDAA for FY 2023, which  prohibits the use of funds to knowingly procure any products mined, produced, or manufactured wholly or in part by forced labor from the Xinjiang Uyghur Autonomous Region. Comments are due by August 8.

DFARS Case  2022-D019: A proposed rule would amend the DFARS to supplement the FAR implementation of Executive Order (E.O.) 14005 ("Ensuring the Future Is Made in All of America by All of America’s Workers") addressing domestic preferences in DoD procurements. Comments are due by August 8.
June 12 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.
June 10 In Thalin, LLC, an unsuccessful post-award protest, the Court of Federal Claims held that: (i) the agency correctly found that the protester failed to comply with a material solicitation requirement to describe in a particular place, inter alia, the percentage and type of work to be provided by its mentor; (ii) although the agency failed to document why the SSEB kept the protester's rating in the Staffing subfactor of the Technical evaluation as Acceptable despite deleting all four weaknesses the original evaluators had found, the protester did not establish prejudice from this error; and (iii) the SSA rationally evaluated the competing proposals in making the final source selection decision.
June 9 In NAICS Appeal of Laredo Technical Services, Inc., the SBA's OHA held that in a solicitation for 41 full time equivalent radiologic technologists to perform services at VA facilities, NAICS 621512 ("Diagnostic Imaging Centers") was preferable to both the appellant's choice of  NAICS 621399 ("Offices of All Other Miscellaneous Health Practitioners") and the Contracting Officer's choice of NAICS 561320 ("Temporary Health Services").

In NAICS Appeal of Veterans First Health Care, the OHA held that in a solicitation for home oxygen services, the Contracting Officer's choice of NAICS 621610 ("Home Health Care Services") was preferable to the appellant's choice of NAICS 532283 ("Home Health Equipment Rental").

In VSBC Appeal of Perrilliat Enterprises, the OHA remanded the case to the SBA because the appellant established that in denying its certification as an SDVOSB, the SBA made certain assumptions concerning ownership and control that were not compelled by the documents it reviewed and that needed further examination.

In Matter of Monbo Group Int'l, Ltd., the OHA dismissed an appeal of a firm's suspension from the 8(a) program because the firm did not file a timely appeal petition that included a "clear and concise statement of the factual basis of the case and applicable legal arguments" as required by 13 C.F.R. § 134.203(a)(3).

In VSBC Appeal of Secutors Consulting Services, LLC, the OHA dismissed an appeal where the appellant failed to comply with the OHA's order to file a new appeal petition to cure deficiencies in the original petition.

In VSBC Protest of Elevated Technologies, Inc., the OHA dismissed a protest against an apparent awardee's SDVOSB status because the agency had canceled the award in response to a GAO protest.
June 8 In VSolvit, LLC, an unsuccessful post-award protest, the Court of Federal Claims held that: (i) reading the solicitation as a whole, a single reference to the "offeror's team" in the solicitation did not mean the Government was required to include subcontractors when evaluating an offeror's experience; (ii) any ambiguity on that point was patent, making a post-award protest untimely; (iii) in any event, the protester could not establish prejudice from the alleged ambiguity because the remedy would have been to allow the protester to submit a revised proposal, which would not be compliant because the protester lacked the required experience absent its subcontractors; (iv) there were rational bases for the agency's assignment of four weaknesses to other aspects of the protester's technical proposal; and (v) the price evaluation was conducted in accordance with the procedures announced in the solicitation and did not constitute an improper price realism analysis.

In Size Appeals of Master Boat Builders, Inc., Steiner Construction Company, Inc., the SBA's OHA remanded the case to the Area Office because it had (i) incorrectly determined that the challenged firm was the manufacturer under the nonmanufacturer rule absent any lease arrangement establishing that the firm would manufacture the contract items at its own facilities; and (ii) failed to investigate the protesters' allegations regarding affiliation. Subsequently, the challenged firm's petition for reconsideration was denied.

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 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.

June 7 The GAO sustained protests against corrective action by Kupono Government Services, LLC; Akima Systems Engineering, LLC,  because the agency failed to justify limiting corrective action only to revisions of cost proposals where (a) the agency did not identify what errors led to the corrective action and (b) the cost and technical proposals were closely linked so that changes to one likely would necessitate changes to the other.  

Federal Acquisition Circular (FAC) 2023-04 has been published and includes the following item:

FAR Case 2023-010: An interim rule amends the FAR to implement section 102 of Division R of the Consolidated Appropriations Act of 2023 (the "No TikTok on Government Devices Act") and its implementing guidance under OMB Memorandum M–23–13 by adding FAR clause 52.204–27 ("Prohibition on a ByteDance Covered Application"). The rule and the clause ban the presence or use of TikTok  on any information technology owned or managed by the Government or on any information technology used or provided by the contractor under a contract, including equipment provided by the contractor’s employees, unless an exception is granted in accordance with OMB Memorandum M–23–13. Comments are due by August 1.
June 6 In Allicent Technology, LLC, et al., which involved consolidated post-award protests by nine disappointed bidders against various aspects of the evaluations that had resulted in 15 contract awards, the Court of Federal Claims discussed each plaintiff's protest grounds separately and found that four of the nine protests merited requiring the agency to re-evaluate the successful plaintiffs' technical proposals.

In SEKRI, Inc., the court denied the protester's claim for attorneys' fees pursuant to 28 U.S.C. § 2412(b) because the plaintiff failed to demonstrate that the defendant acted in bad faith and that a causal connection between the defendant’s supposed misconduct and the plaintiff’s requested fees and expenses existed. The court also held that 28 U.S.C. § 2412(d) (the EAJA) unambiguously bars tax-exempt organizations employing more than 500 people from receiving attorney’s fees and expenses, and the plaintiff had failed to offer any proof it met the employee test. Finally, the court denied the plaintiff's requests for Rule 11 sanctions against the defendant's filings because the requests were untimely (filed a month after case closed) and lacking proof that the challenged filings were made for an improper purpose or without factual support.

In  Dept. of Transportation v. Eagle Peak Rock & Paving, Inc. the Court of Appeals for the Federal Circuit 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.
June 5 Tyonek Eng'g & Agile Mfg., LLC, won its GAO protest because: (i) the record of the price evaluation was  was internally inconsistent and inadequately documented; and (ii) the agency engaged in misleading discussions where it failed to lead the protester to the true area of concern with its price.  
June 2 General Dynamics Information Technology, Inc. won its GAO protest against the terms of a solicitation because: (i) the use of a firm-fixed-price, level-of-effort task order was inappropriate when the underlying work could be (and was in the solicitation) clearly defined; and (ii) the solicitation was patently ambiguous because it stated in one place that its published work hour figure was for a fixed level of effort, while the answers to bidders' questions described that same figure as merely a yearly estimate.

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 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.
June 1 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 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 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.
May 30 The GAO sustained a protest by Sparksoft Corp. because: (i) the agency's evaluation of the awardee's corporate experience was inconsistent with the solicitation's evaluation scheme and lacked a rational basis in the record; and (ii) the source selection authority incorrectly concluded that a weakness noted by the evaluators in the awardee's oral presentation was due to a lack of clarity with the agency's challenge question to the awardee.

Veterans Management Services, Inc. won its GAO protest because, in its evaluation of the compensation of professional employees pursuant to FAR 52.222-46, the agency (a) improperly used the vendors’ total evaluated prices and fully burdened labor rates instead of evaluating the vendors’ salary compensation for their employees and (b) improperly considered labor categories that did not qualify as professional employees under the provision.

In American Ground Transportation, Inc., which involved many issues of contract interpretation, the Court of Federal Claims 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.
May 25 In STG Int'l, Inc., which involved two consolidated protests, the Court of Federal Claims sustained a protest against the protester's elimination from a phased competition because its Phase 1 proposal was not an offer, i.e., it could not be accepted to form a contract, and, therefore, the requirement for SAM registration did not apply until an offer subsequently was submitted. The court rejected the other protester's challenges to the price and past performance evaluations and to the conduct of discussions, mainly because the hurdles involved in such challenges are substantial.
May 24 In Myriddian, LLC, a successful post-award protest, the Court of Federal Claims held that the awardee's proposal failed to comply with a material solicitation requirement (FAR 52.204-7(b)(1)) because its SAM registration had lapsed for a period of time after it submitted its proposal and before award was made (even though its registration was effective both on the date the proposal was submitted and the date when award was made).
May 23 In M.R. Pittman Group, LLC, the Court of Appeals for the Federal Circuit held that: (i) the Blue & Gold Fleet waiver rule is not a jurisdictional issue; (ii) the CoFC did not commit reversible error by dismissing the protest before (a) the administrative report had been filed and (b) the protester had filed a formal response to the Government's motion to dismiss; and (iii) under Blue & Gold Fleet, the plaintiff had waived its right to protest by failing to timely object to a patent solicitation ambiguity created by the incorporation by reference of a specific FAR clause that contradicted other statements in the solicitation, thus meriting dismissal of the protest under Court of Federal Claims Rule 12(b)(6).
May 18 IDEMIA National Security Solutions, LLC, succeeded on one of its GAO protest grounds because the agency admitted an error in evaluating the protester's teaming agreement as part of its proposal under the past performance demonstrating prior experience factor, and the error was prejudicial. 
May 17 In Konecranes Nuclear Equipment & Services, LLC, an unsuccessful post-award protest, the Court of Federal Claims held, inter alia, that: (i) requirements listed in the statement of work but not among the evaluation factors were not to be evaluated; (ii) there was a rational basis for the agency's price reasonableness analysis (i.e., comparison of prices to the IGCE); and (iii) the agency's responsibility determinations did not treat unfairly offerors unequally because the offerors were situated differently and thus could not have had identical procedures followed in making the determinations.

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.
May 16 In Baldi Bros., Inc., the Court of Federal Claims, 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
May 15 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.

The CBCA dismissed an appeal by Knighto LLC dba Knight Solutions because it had been filed outside of the 90-day window.
May 11 In CACI, Inc.-Federal, the Court of Appeals for the Federal Circuit held that, although the Court of Federal Claims had erred in concluding that it lacked jurisdiction due to an OCI not previously raised by the Contracting Officer when that issue was merely one of statutory standing, which should not have been determined de novo by the Claims Court, the agency's evaluation regarding a technical deficiency in the protester's proposal rendering it ineligible for award had a rational basis.
May 10 In VSBC Appeal of Wigs Plus L.L.C., the SBA's OHA upheld the denial of a firm's certification as an SDVOSB because the contradictory evidence submitted by the firm did not establish that the SDV held the company's highest office and controlled its day-to-day operations.

The GAO sustained one of the protest grounds of Aptim-Amentum Alaska Decommissioning, LLC, because the awardee's proposal failed to meet a material solicitation requirement that it include a key personnel retention plan.
May 8 In Size Appeal of Computer World Services Corp., the SBA's OHA agreed with the Area Office that because the CIO-SP3 vehicle is a long term contract, a size protest filed in connection with an individual task order solicitation that did not include a request for recertification was untimely.

In NAICS Appeal of Bridges Systems Integration, LLC, the OHA held that an appeal of the  NAICS code assigned to an order under a multiple award contract (MAC) was untimely because, as required by the regs, it was the same NAICS assigned to the underlying MAC, which was not timely challenged.  
May 7 Catching up with one I overlooked . . . USAID placed in the public docket a standards document related to USAID’s proposed Rulemaking that, in part, proposed to add a new section to the USAID Acquisition Regulations (AIDAR). During the public comment period, USAID received comments requesting public access to the "USAID Digital Information Technical Guidelines," which are referenced in the proposed regulatory language. This document made those Guidelines available and renamed the Guidelines: "USAID Digital Collection and Submission Standards." Comment are due by May 15.
May 5 In CanPro Investments, Ltd., which includes decisions (reissued on reconsideration) on various motions for partial summary judgment involving a GSA lease, the Court of Federal Claims 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.
May 3 The GAO sustained a protest by Life Science Logistics, LLC because the agency failed to conduct meaningful discussions during corrective action in response to a prior protest; specifically, the agency did not disclose evaluated flaws the agency first identified in its reevaluation of the protester’s materially unchanged proposal.

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 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 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.
May 2 DFARS Case 2020-D029: A proposed rule would amend the DFARS to consolidate existing contract clauses for the management and reporting of Government property into a single contract clause, to replace references to legacy software applications used for reporting Government property within the DoD enterprise-wide eBusiness platform, and to convert existing form- based processes into electronic processes within that platform. Comments are due by June 26.

DFARS Case 2021-D015: A proposed rule would amend the DFARS to implement a section of the NDAA for FY 2021 that provides restrictions on the acquisition of certain covered materials from North Korea, the People’s Republic of China, Russia, and Iran. Comments are due by June 26.

DFARS Case 2020-D021: A proposed rule would amend the DFARS  concerning contract clauses regarding the the care and treatment of working dogs provided under the contract after their retirement. Comments are due by June 26.
May 1 In SH Synergy, LLC and VCH Partners, LLC, successful consolidated preaward protests, the Court of Federal Claims held that a solicitation contemplating IDIQ contracts to be awarded to various pools of types of small businesses: (i) violated the SBA's regulation at 13 C.F.R. § 125.8(e) by applying the same evaluation criteria to projects submitted by protégé firms and other offerors alike; and (ii) violated 41 U.S.C 3306 (c)(3) because the solicitation excluded price as an evaluation factor at the IDIQ level (and used it only for individual task or delivery orders) when the contemplated orders were not predominantly based on hourly rates (i.e., time-and-materials or labor-hour vehicles).
April 29 Federal Acquisition Circular (FAC) 2023-03 has been published and includes the following items:

FAR Case 2022-007: A final rule amends the FAR to implement the statutory expiration of the Federal Helium System in accordance with the Helium Stewardship Act of 2013.

FAR Case 2022-002: A final rule amends the FAR in accordance with section 861 of the NDAA for FY 2022, which provides for a statutory exception to the periodic inflation adjustments of acquisition-related thresholds for certain bond requirements under 41 U.S.C. 1908.

Effective May 30, the SBA is making several changes to the ownership and control requirements for the 8(a) Business Development program, including recognizing a process for allowing a change of ownership for a former Participant that is still performing one or more 8(a) contracts and permitting an individual to own an applicant or Participant where the individual can demonstrate that financial obligations have been settled and discharged by the Federal Government. The rule also makes several changes relating to 8(a) contracts, including clarifying that a contracting officer cannot limit an 8(a) competition to Participants having more than one certification and clarifying the rules pertaining to issuing sole source 8(a) orders under an 8(a) multiple award contract. The rule also makes several other revisions to incorporate changes to SBA’s other government contracting programs, including changes to implement a statutory amendment from the NDAA for FY 2022, to include blanket purchase agreements in the list of contracting vehicles that are covered by the definitions of consolidation and bundling, and to more clearly specify the requirements relating to waivers of the nonmanufacturer rule.
April 28 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. 
April 27 In Golden IT, LLC, an unsuccessful post-award protest, the Court of Federal Claims held that, although the protester established  the agency made several errors in both its Phase 1 experience evaluation and Phase 2 technical evaluation of the protester's submission, the protester was not prejudiced because even if all the errors were corrected, its price proposal still would be lower rated than those of all offerors selected for award. 
April 25 In Lockheed Martin Aeronautics Co., the Court of Appeals for the Federal Circuit 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. 
April 21 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. 
April 20 In DigiFlight, Inc., a successful post-award protest, the Court of Federal Claims held that the agency failed to conduct the rational price realism analysis required by the solicitation because: (i) assuming that two offerors would not both propose unrealistically low prices was irrational; (ii) there was no documentation in the record of the use of the price analysis tool the agency claimed to have employed; (iii) there was no evidence in the record to support the agency's conclusion that all three offerors' pricing demonstrated a clear understanding of the requirements; and (iv) the agency's conclusion that the level of effort and labor mix proposed by all the offerors was realistic lacked a rational basis because that conclusion did not involve any analysis of proposed pricing. The court also held that by failing to perform the required qualitative comparison of technical proposals, the Government had improperly converted a best value procurement into a lowest price technically acceptable competition. 
April 18 In CVE Protest of Veteran Electric, LLC, the SBA's OHA denied a challenge based mainly on allegations of violation of the ostensible subcontractor rule because this was a construction contract for which the challenged firm need only, and did, establish it would manage the project and had adequate managerial experience to do so.

In VSBC Appeal of B.E. Scaife Plumbing Company, Inc. d/b/a TamCo Services, Inc., the OHA dismissed (as untimely filed) an appeal from a determination that a firm that had failed to provide requested evidence that its SDV was its highest compensated employee, resulting in an adverse inference, was not a qualified SDVOSB. The OHA held that, despite the appellant's arguments to establish timeliness, the original adverse determination was not a "draft," and a subsequent email to the appellant from the agency was not a supplemental determination because it was neither denoted as such nor signed by someone with authority to make such a determination.
April 14 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.
April 11 In Percipient.AI, Inc., the Court of Federal Claims held it had bid protest jurisdiction over an allegation that, post award, the Government had violated the requirement in 10 U.S.C. § 3453(b)(1)-(2) that defense agencies and their contractors must acquire commercial products to the maximum extent practicable. I wouldn't be surprised if the Government appealed this one.

In Toni and Vin Hooper Property Management, LLC dba Hoover Properties, a successful post-award protest, the court held that in a solicitation for leased property:  (i) the Government failed to document the basis for, and to substantiate, its evaluation of tenant improvement costs for the protester and the awardee; and (ii) the protester had established prejudice from this deficiency in the evaluation.
April 10 In Defense Integrated Solutions, LLC, the Court of Federal Claims let stand the SBA OHA's decision, on remand, reversing the OHA's own prior decision and holding that under 13 C.F.R. § 125.18(b)(2)(ii)(A) an SDVOSB joint venture agreement may provide that a non-managing partner must approve (or may veto) claim and litigation decisions.

Effective May 10, the SBA  is amending its regulations to provide procedures for the SBA’s OHA to hear appeals from protest determinations regarding the status of a concern as a certified HUBZone small business concern.
April 4 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 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. The Board then summarily denied a second motion for reconsideration because the Board's rules do not provide for it.

April 3 In Cahaba Safeguard Administrators, LLC, an unsuccessful protest by the original awardee against the agency's corrective action, the Court of Federal Claims held that, upon remand from the court: (i) the agency's reconsideration memorandum was a new decision (even though it reached the same conclusion as the agency's original corrective action decision) and, therefore, was not limited to the same reasoning in the agency's original corrective action decision; (ii) the new decision had a rational basis, discussing multiple defects in the original solicitation and evaluation; (iii) the decision to cancel the solicitation and resolicit did not prejudice the original awardee because there were rational bases for that decision, and the original awardee would be permitted to compete in the new competition; and (iv) the decision to open the new solicitation to original and new offerors was not beyond the scope of reasonable corrective action, which is within the discretion of the agency, especially given the agency's conclusions regarding multiple defects in the original procurement.

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.

FAR Case 2018-003: Because of a change in the underlying statute, a proposed rule concerning credit for lower tier small business subcontracting has been withdrawn.
March 31 The GAO sustained a protest by Spectrum Healthcare Resources, Inc., because the agency's evaluation of the protester's proposal under the technical capability factor, which was only supposed to consider verifiable experience examples, improperly conflated considerations from the staffing and management approach evaluation factor.  

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.
March 29 In J.E. McAmis, Inc., an unsuccessful post-award protest, the Court of Federal Claims (reluctantly) held it lacked jurisdiction to review the SBA's affirmative COC finding. The court practically begged Congress to change the law because in issuing the COC in this case, the SBA saddled the agency with a contractor that did not meet the special standards of responsibility in the solicitation.   
March 28 The GAO sustained a protest by BC Site Services, LLC, holding that the agency's discussions with the protester were not meaningful because the agency failed to alert the protester to information missing from its proposal in the most important evaluation factor.  
March 27 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.
March 24 In Size Appeal of Advant-Edge Solutions of Middle Atlantic, Inc., the SBA's OHA held it lacked jurisdiction over (a) an allegation that the awardee lacked necessary licenses and permits to perform the contract and (b) an allegation first raised on appeal.  

In Size Appeal of Rigid Constructors, LLC, the OHA held that where, despite repeated requests, the appellant had failed to provide completed, unredacted tax returns (or "other relevant information") for certain of its and its acknowledged affiliates' revenues for two of the required five years, the  Area Office was justified in drawing an adverse inference.

In Vanquish Worldwide, LLC, the Court of Federal Claims 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.
March 23 In Size Appeal of Ekagra Partners, LLC, the SBA's OHA affirmed the Area Office's dismissal of a size protest for lack of standing because the protester's proposal had been eliminated from the competition as technically unacceptable and unsatisfactory.  

In Size Appeal of SysCom, Inc., the OHA reversed the Area Office because the evidence clearly established that: (i) although an 8(a) JV agreement properly designated the 8(a) as the managing venturer, applicable Michigan law also required the firm's Operating Agreement to make that designation, and the JV did not have an Operating Agreement or any other similar document, and (ii) the JV's bylaws required a "majority" of a two-person board for a quorum, which allowed the non 8(a) member to exert negative control.

DFARS Case 2022-D021: A final rule amends the DFARS to clarify when a contract administration office has authority to negotiate and settle direct costs questioned in incurred cost audits by adding to section 242.302(b) an additional contract administrative function delegable from a procuring contracting office to a contract administration office.

DFARS Case 2020-D027: A final rule amends the DFARS to to revise the requirements related to the assumption of risk associated with aircraft under DoD contracts due to numerous developments in aircraft contract situations and the emergence of contracts for small, unmanned aircraft.

DFARS Case 2018-D018: A final rule amends the DFARS to implement section 871 of the NDAA for FY 2018, which  requires that the DoD, as part of any negotiation for such software, consider all noncommercial computer software and related materials necessary to meet the needs of the agency throughout the life cycle of the software. The new rule provides direction to the DoD both to improve acquisition planning and to identify and negotiate for software deliverables and license rights at a fair and reasonable price before contract award.

DFARS Case 2019-D009: A final rule amends the DFARS to update the policy and procedures for use of the Supplier Performance Risk System ("SPRS") and to require contracting officers to consider SPRS risk assessments, if available, (a) in the evaluation of a supplier’s quotation or offer and (b) when determining contractor responsibility.

DFARS Case 2018-D053: A proposed rule would amend the DFARS to to enable the Defense Contract Management Agency (DCMA) to obtain export authorizations from contractors when a contract requires government quality assurance surveillance oversight and has delivery to, or production or performance in, the following government quality assurance countries: Australia, Belgium, Canada, Czech Republic, Denmark, Finland, France, Germany, Greece, Israel, Italy, Republic of Korea, Netherlands, Norway, Poland, Romania, Slovakia, Spain, Sweden, Turkey, and the United Kingdom.. Comments are due by May 22.

DFARS Case 2021-D021: A proposed rule would amend the DFARS to to implement section 1025 of the NDAA for FY 2021, which amends 10 U.S.C. 8680(a) to restrict the overhaul or repair of a naval vessel in a shipyard outside the United States or Guam. Comments are due by May 22.
March 21 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.  
March 20 In Trace Systems Inc., an unsuccessful protest against the agency's decision to cancel a procurement (and resolicit) after initially undertaking corrective action in response to a prior protest, the Court of Federal Claims held that: (i) the agency's decision had rational bases in the record, especially when considered as a group, specifically (a) an appearance of an OCI involving multiple offerors, including the plaintiff, (b) redundant evaluation criteria that needed to be revised, and (c) changes in the agency's requirements; (ii) the plaintiff lacked standing to challenge the extension of a bridge contract pending issuance of the new solicitation because the plaintiff presented no evidence that it was fully capable of performing the bridge contract work as of the date that contract was awarded; and (iii) there was no evidence of bad faith animus by the agency toward the protester (especially considering that the agency originally had awarded it the contract).  

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.
March 17 ManTech Advanced Systems International, Inc. won on one of its GAO protest grounds because there was no adequate basis in the record to conclude that the agency's evaluation of the awardee's proposed labor rates for positions that were currently being filled by incumbent personnel complied with the requirements of FAR 52.222-46 ("Evaluation of Compensation for Professional Services").

My computer is back up. Whew.  
March 16 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.  
March 15 Vectrus Services A/S, an unsuccessful protest which involved complex questions of interpretation, the Court of Federal Claims held that under applicable standards for interpreting such documents, the terms of international agreements, treaties, and diplomatic correspondence, as well as practical construction and the course of conduct of the signatory countries, required the agency to restrict the competition in such a way that  plaintiff was ineligible for award, and, therefore, such restrictions did not violate CICA.   

My main computer is down at least through Friday, and this back-up computer makes it much more difficult to edit the site, so I will be limiting the updates just to this blog page until the main computer is repaired.
March 14 In Harmonia Holdings Group, LLC, on remand from the CAFC, the Court of Federal Claims held that, where solicitation amendments that were issued after offers were submitted affected only staffing plans and corresponding sections of the price proposals and did not materially affect the offerors' technical proposals, the agency was not required to permit amendments to those technical proposals, especially because the procurement was not conducted pursuant to FAR Part 15 procedures.  

In SEKRI, Inc., a successful preaward protest, the court held that the agency would be enjoined from procuring less than 100% of its requirements from the sole qualified AbilityOne provider of the contract items and from seeking a way to procure 50% of its requirements from another source. However, the court held that a claim seeking enforcement of set price for the disputed AbilityOne items was not ripe for review because the regulations established procedures for AbilityOne to periodically adjust such prices and to resolve disputes over them.
March 13 General Dynamics Information Technology, Inc., won its GAO protest because the agency's evaluators (a) did not reasonably explain why the awardee’s past performance and experience references were considered relevant and (b) improperly assigned a strength to awardee's proposal regarding experience. 

Catching up on mail to this website, I found a few emails thanking me for the site that had gone straight to spam. To all--thanks for the nice messages.
March 10 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.  
March 09 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 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 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 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 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.
March 7 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.  

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. Yep, sort of hard to decide a contract dispute absent the contract.

mLINQS, LLC won some skirmishes but lost the war in its protest. Specifically, the Court of Federal Claims held that: (i) the protest challenging the cancellation of a solicitation filed 10 months after the  cancellation was neither foreclosed by Blue & Gold Fleet nor otherwise untimely because the reasons for the cancellation were not apparent at the time, leaving the protester with the impression that the solicitation could be reinstated once a PIA investigation was concluded; (ii) the FASA task order bar did not apply here because the protester was not challenging the solicitation, itself, but rather the adequacy of the agency's actions (a) in conducting market research to determine the procurement vehicle and (b) in complying with the standards for deciding whether to set aside the procurement; (iii) after an appropriate Rule of Two analysis concluded there were not two small businesses capable of performing the requirement, the agency was not required to conduct a new Rule of Two analysis before changing procurement vehicles the very next year; (iv) the agency conducted adequate market research to determine whether  a satisfactory commercial solution was available (as opposed to a development approach); and (v) the cancellation of the solicitation was within the Contracting Officer's sound exercise of his discretion because of the PIA investigation and the agency's decision to add licensing requirements before bids had been received.
March 6 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.
March 3 In IXI Technology Electronic Warfare, LLC, dba IXI EW8, an unsuccessful protest against an agency's decision to cancel a solicitation made while taking corrective action on a prior protest, the Court of Federal Claims held that, while the cancellation decision was "triggered" by the prior protest, that decision, nevertheless, had a rational basis in the record based on the agency's requirements, presuming, as the court must, that the agency acted in good faith.
March 2 DFARS Case 2022-D010: DoD has adopted as final, without change, an interim rule amending the DFARS to implement a section of the NDAA for FY 2022 that requires a disclosure from entities that employ one or more individuals who will perform work in the People’s Republic of China.

DFARS Case 2021-D008: Effective March 16, a final rule amends the DFARS to remove clause 252.232–7017 ("Accelerating Payments to Small Business Subcontractors—Prohibition on Fees and Consideration"), which prohibits the contractor requiring any further consideration from or charging fees to the small business subcontractor in exchange for making accelerated payments, because the clause and its proscription are no longer necessary due to other provisions in the FAR.

DFARS Case 2021-D001: A final rule amends the DFARS to implement a GAO recommendation regarding expediting quick close out procedures. This rule states that the amount of unsettled direct costs and indirect costs to be allocated to the contract, task order, or delivery order will be considered relatively insignificant when the total unsettled direct costs or indirect costs to be allocated do not exceed $2 million. Additionally, DCMA administrative contracting officers may negotiate the settlement of direct and indirect costs for a specific contract, task order, or delivery order to be closed in advance of the determination of final direct costs and indirect rates set forth in FAR 42.705 regardless of the dollar value or percentage of unsettled direct or indirect costs allocable to the contract.
March 1 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.  
February 28 GSAR Case 2022-G513: The GSA is proposing to amend the GSAR to remove GSAR Clause 552.232–1 ("Payments") and any corresponding references to the clause because the GSA has determined the existing FAR clause 52.232–1 ("Payments") is sufficient. The GSAR clause requires, in certain transactions, that the Government to pay a contractor without the submission of a proper invoice for non-commercial fixed price contracts for supplies or services; whereas the FAR currently requires that the Government pay a contractor only after receipt of the contractor’s proper invoice or voucher.  Comments are due by May 1.
February 27 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 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.
February 24 In Aries Constr. Corp., the Court of Federal Claims 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). I'm not convinced by this reasoning. Are you?
February 22 In NAICS Appeal of Laredo Technical Services, Inc., the SBA's OHA held that in a solicitation for on site Optometry Provider Services and Ophthalmology Health Technician/Certified Ophthalmic Assistant (COA) services, appellant's choice of  NAICS code 621320 ("Office of Optometrists") was preferable to the Contracting Officer's designation of NAICS code 561320 ("Temporary Help Services").  
February 21 In In the Matter of Partners In Energy, L.L.C., the SBA's OHA held that a franchise agreement gave the franchisor the power to control the franchisee, which was, therefore, ineligible for verified SDVOSB status. The interesting thing about the decision is that the OHA (i) recognized that the applicable regulations make it almost impossible for a franchise agreement to survive the current test for control and (ii) implied the regs need to be revised.   

In CVE Appeal of LpM Supply Inc., the OHA upheld the denial of a firm's application as a verified SDVOSB because provisions in its bylaws requiring a majority of directors to take certain actions did not establish the requisite control by 51% owner/disabled veteran, and an amendment to the bylaws made after CVE's denial decision was late and did not cure the problem, despite multiple opportunities provided by CVE for the appellant to address the problem earlier.

In AccelGov, LLC, an unsuccessful post-award protest, the Court of Federal Claims held that: (i) it would not, as suggested by the Government and intervenor, initially address the protester's standing on each of its protest grounds individually, but concluded it had standing on its protest as a whole; (ii) there was a rational basis for the evaluators' assignment of a weakness where the protester's proposal either failed to address certain elements of the PWS or merely parroted its provisions; (ii) the assignment of a weakness to the protester's phase-in plan lacked a rational basis; (iii) the agency treated offerors unequally in only one of 10 areas complained of by the protester; and (iv) even if the agency had not made the two errors noted above and had disqualified the awardee for the material misrepresentation alleged by the protester, the protester still would  have received its "marginal" rating, would not have been selected for award over two higher-rated offerors, and, therefore, could not show prejudice.
February 20 In Size Appeal of Focus Revision Partners, the SBA's OHA reversed the Area Office's determination because the challenged mentor-protégé JV agreement did not provide sufficient detail to meet the requirements of 13 C.F.R. § 125.8(b)(2) and (c). Specifically, the OHA noted that a JV Addendum was not signed and was not created until after the date of final proposal revisions. Moreover, had the Addendum been considered, the JV agreement did not describe in sufficient detail each party's duties with regard to the project, even under the relaxed standards applicable to an indefinite quantity contract.
February 19 The SBA's OHA has issued four brief decisions dismissing appeals for lack of jurisdiction because each of them involved only a refusal to certify a firm as an SDVOSB solely because its owner had not established he was a veteran. I am publishing one of them as a representative example: VSBC Appeal of Newport Hall, Inc..
February 17 In Thalle/Nicholson Joint Venture, an unsuccessful post-award protest, the Court of Federal Claims held that: (i) although the JV/plaintiff had standing to challenge the Government's determination that it was ineligible for award due to its failure to register in the SAM database, the solicitation clearly required the offeror to be registered in SAM, and the plaintiff only supplied evidence that each of the JV members was individually registered; and (ii) the fact that the Government had not noticed the problem until after discussions were concluded (and, therefore, had not raised the issue during discussions)  did not prejudice the plaintiff because the registration requirement had to be completed at the time of initial proposal submission.  

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 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 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.
February 16 Effective March 17, the SBA is increasing 144 of its its employee based size standards (and retaining 268 others) for NAICS sectors related to Mining, Quarrying, and Oil and Gas Extraction (Sector 21); Utilities (Sector 22); Manufacturing (Sector 31–33); Transportation and Warehousing (Sector 48–49); Information (Section 51); Finance and Insurance (Sector 52); Professional, Scientific and Technical Services (Sector 54); and Administrative and Support, Waste Management and Remediation Services (Sector 56). The SBA is also retaining the current 500-employee size standard for federal procurement of supplies under the nonmanufacturer rule.

The Department of Education is proposing an extensive set of modifications to the its Acquisition Regulation (EDAR) to revise aspects of those regulations that are out-of-date or redundant with other Department of Education  policies and procedures and to accurately implement the current FAR and Department policies. Comments are due by April 3.

Effective March 17, DHS is adopting as final, with only minor changes, the proposed rule amending the Homeland Security Acquisition Regulation (HSAR) in order to implement a new subpart and new contract clause (i) to establish contract termination policies for the United States Coast Guard and (ii) to amend a clause to address the applicability of the Coast Guard's contract termination policy to commercial items.
 February 14 Federal Acquisition Circular (FAC) 2023-02 has been published and includes the following two items plus technical amendments: 

FAR Case 2020-007: Effective March 16, a final rule amends the FAR by implementing section 873 of the NDAA for FY 2020, which provides for accelerated payments to contractors that are small businesses and to small business subcontractors by accelerating payments to their prime contractors.

FAR Case 2019-008: Effective March 16, a final rule amends the FAR to conform the FAR to changes the SBA  made to its regulations in its final rule published on November 29, 2019, which implemented several provisions of the NDAAs for FY 2016 and 2017 and the Recovery Improvements for Small Entities After Disaster Act of 2015 (RISE Act) and also clarified existing regulations.

NASA is proposing to amend the NASA Federal Acquisition Regulation Supplement (NFS) to reflect updates to NASA’s Mentor Protege Program (MPP) including: the requirement of Small Business Specialists’ concurrence on the signed letter of endorsement; requirements associated with credit received towards subcontracting goals; the change of the MPP reporting requirement from semi-annually to annually; identification of the NASA Mentor Protege Program Office; and clerical, semantic improvements. NASA also proposes to amend the NFS language to reflect the annual negotiation of its small business percentage goals. Lastly, the NFS will be amended to emphasize collaboration amongst representatives from the Office of Small Business Programs, Office of Procurement, and Program Offices to reduce barriers to entry and to opportunities for all small business concerns and Historically Black Colleges and Universities or Minority Institutions. Comments are due by April 17.
February 13 In Abacus Technology Corp. and Valdez Int'l Corp., which involved unsuccessful consolidated preaward protests against the elimination of two firms from advancing to the next phase in a multi-step competition, the Court of Federal Claims held, inter alia, that: (i) the incumbent/protester lacked standing on its claims that the agency had unauthorized communications with some offerors concerning their past performance in a later stage of the procurement and should have provided the protester with a more detailed preaward debriefing because at the time each of these events occurred, the protester had already been eliminated based solely on its price and was no longer under consideration for the award; (ii) the other protester's total evaluated price was so much higher than any proposal taken to next step of procurement and its ranking so much lower than those who advanced, it did not have standing to maintain any of its protest issues; (iii) the agency was not required to advance any specific number of proposals to the next phase; (iv) the agency was not required to evaluate additional proposals when some of those that made the original cut were found to have correctable errors; (v) communications with some offerors concerning past performance in Step 2, even if they constituted improper discussions, did not prejudice the protester because it already had been eliminated from the competition on the basis of price alone; (iv) the evaluation of professional compensation packages had a rational basis even though it was not exhaustively documented; (v) the agency's erroneous disclosure of labor categories used by incumbent/protester on its prior contract did not constitute a Procurement Integrity Act violation because (a) it was the agency that made the mistake, and (b) the information was contract performance data, not contractor bid and proposal information; and (vi) the amount of information provided by the agency to the protester in the preaward debriefing complied with the FAR's requirement.  I suppose this latter point is dicta since the court already ruled the plaintiff lacked standing to make this claim.

In KOAM Eng'g Systems, Inc., an unsuccessful post-award protest involving allegations of the appearance of a conflict of interest involving a married couple, one of whom worked for the Government and the other for the awardee (including preparing its proposal), the court held that: (i) a Contracting Officer is not required to undertake a separate investigation into the "appearance of a conflict of interest" in addition to an investigation of an "actual conflict of interest"; (ii) the multiple results of the detailed investigation conducted by the Contracting Officer into conflict of interest allegations established that there was no personal conflict of interest involving the married couple, as evidenced by (a) the concrete steps they took to avoid it, (b) unrebutted declarations that no improper disclosure of information had occurred, (c) the lack of participation in the solicitation preparation and evaluation process by the individual in question, and (d) the relative insignificance of the data that the plaintiff alleged might have been disclosed.
February 10 AttainX, Inc. won its GAO protest because: (i) the agency violated SBA regulations for mentor-protégé JVs by failing to evaluate the experience of individual members of the 8(a) JV awardee when the JV, itself, lacked experience; and (ii) the agency miscalculated the number of full-time equivalent staff in the awardee’s price quotation and used this incorrect number to determine that the awardee’s staffing level was realistic.  
February 9 In CanPro Investments, Ltd., which involved claims under a lease, the Court of Federal Claims, 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.  The decision was subsequently reissued upon reconsideration See May 5 entry above.
February 8 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.

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.  

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.
February 7 In its latest decision on the Michael Stapleton Assocs., et al. preaward protests, the Court of Federal Claims generally affirmed its prior order pursuant to which the Postal Service would phase out a company and prohibit its future performance as a result of organizational conflicts of interest that tainted solicitations.
February 6 In Next Phase Solutions and Services, Inc., an unsuccessful post-award protest seeking a preliminary injunction, the Court of Federal Claims held that: (i) the solicitation required offerors to provide a specific approach to meeting its requirements, rather than  the "analysis of alternatives" proposed by the protester (the "analysis of alternatives" being a task for the contractor after award); and (ii) the protester's proposed price was closest to the IGCE only because the agency had made a mistake in calculating its IGCE.  

In ARxIUM, Inc., the court determined the quantum of bid and proposal costs owed to the contractor following its prior protest, holding that the contractor could not recover its employees' costs or attorneys' fees incurred after the injunction was entered in the original protest when no new proposal had thereafter been submitted. The court also held the contractor could not recover for "lost opportunity" costs.
February 2 In  NAICS Appeal of Prime Physicians, the SBA's OHA held that in a solicitation for "professional medical (i.e., clinical) and medical support services to either supplement existing medical staffs or provide full operational services on-site or off-site in support of mission requirements within federal hospitals, clinics, and dental facilities," appellant's choice of NAICS code 621111 ("Offices of Physicians") was preferable to the Contracting Officer's designation of NAICS code 622110 ("General Medical and Surgical Hospitals").

DFARS Case 2018-D066: A final rule has been published amending the DFARS by replacing all instances of "commercial item"’ with "commercial product" and/or "commercial service."

DFARS Case 2022-D009: An interim rule has been published amending the DFARS to implement a section of the NDAA for FY 2022 that restricts the acquisition of personal protective equipment and certain other items from the Democratic People’s Republic of North Korea, the People’s Republic of China, the Russian Federation, and the Islamic Republic of Iran. Comments are due by April 3.

DFARS Case 2017-D018: A final rule has been published amending the DFARS to implement a section of the NDAA for FY 2017 that makes amendments regarding the treatment of independent research and development expenditures and requires the DCAA to provide an annual report to Congress on independent research and development and bid and proposal expenditures associated with awarded DoD contracts for the prior Government fiscal year.

DFARS Case 2022-D006: A proposed rule would amend the DFARS to to implement a section of the NDAA for FY 2022 that authorizes the DoD to acquire innovative commercial products and commercial services using general solicitation competitive procedures, as well as a section of the NDAA for FY 2023 that makes an amendment to that authority. Comments are due by April 3.
February 1 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.  
January 31 AT&T Corp. won its GAO protest because there was no adequate explanation in the contemporaneous record for why the SSA had removed numerous strengths assigned to the protester's proposal by the original evaluators.  

The GAO also sustained a protest by RemedyBiz, Inc. because there was no adequate explanation in the record for the past experience evaluation.
January 30 In Matter of Strategic Alliance Solutions LLC, on remand from the CoFC overturning a prior OHA decision, the SBA's OHA held that an SDVOSB JV agreement provision requiring the approval of non managing venture members for (a) the initiation of any claim or litigation under the JV contracts and (b) any final decision to continue prosecution of, or settle, such litigation or claim was not objectionable.  

In Size Appeal of VMJR Companies LLC, the OHA upheld the Area Office's use of a negative inference to make its size determination after the protested firm failed to timely file clearly relevant documents (tax returns) requested by the Area Office.
January 27 Effective February 24, the VA is issuing a final rule amending the its Acquisition Regulation (VAAR) by adding a part covering Acquisition of Information Technology and revising coverage concerning Other Contracts for Goods and Services involving mandatory information, privacy, and security requirements to include policy concerning VA sensitive personal information, information security, and liquidated damages requirements for data breach.  
January 26 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.
January 25 The GAO sustained a protest by Sparksoft Corp. because: (i) the agency unreasonably assigned a strength to the awardee's proposal based upon an assumption rather than anything stated in that proposal and then compounded that problem by assigning a weakness to the protester's proposal on the basis that the agency could not make any assumptions concerning it; and (ii) there was no rationale in the record to explain the agency's conclusion that the awardee would be able to easily overcome evaluated weaknesses in its proposal related to a lack of corporate experience.  
January 23 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 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 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.
January 18 In Schneider Electric Buildings Americas, Inc., the Court of Federal Claims, inter alia: (i) overturned a default termination that had been based on an alleged failure to make progress so as to endanger performance because the Government's research efforts at the facility in question (which the failure to make progress allegedly hindered) were not among the performance goals stated in the contract, i.e., the basis for the termination lacked a "close nexus" to a clear violation of contract terms; and (ii) held that the Government's unilateral withholding of progress payments breached the contract because no contract provision authorized withholding in the circumstances cited by the Government to justify it.  
January 17 In 22nd Century Technologies, Inc., the Court of Appeals for the Federal Circuit affirmed the prior CoFC decision finding it lacked jurisdiction over a protest contesting an SBA OHA decision because it related to the award of a task order and was, therefore, barred by FASA.  
January 16 In Eagle Technologies, Inc., an unsuccessful post-award protest, the Court of Federal Claims held that: (i) the plaintiff's motion to amend its Complaint must be denied because filing the motion was unduly delayed through the plaintiff's own lack of diligence in discovering the basis for its proposed amendment; (ii) the agency was not required to evaluate a factor in awarding a BPA that was not mentioned among the evaluation factors for award, and, if there were an ambiguity concerning the evaluation factor, it was a patent ambiguity that the plaintiff should have protested prior to award; and (iii) the agency did not use the disputed evaluation factor in evaluating the awardee and, therefore, did not treat the competitors unequally.  

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.
January 13 In Garrett Electronics, Inc., an unsuccessful post-award protest, the Court of Federal Claims held that: (i) under the highly deferential standard that the CAFC's precedent in Dell Federal Systems, L.P., required it to use to evaluate corrective action, the agency's decisions to solicit revised proposals rather than simply to reevaluate and then to undertake additional corrective action had rational bases in the record; (ii) the agency treated offerors equally in conducting corrective action by communicating to each the significant areas of weakness in its proposal; and (iii) the protester offered no evidence to support its contention that the awardee learned of the protester's price during corrective action.  
January 12 In SLS Federal Services, LLC, a successful protest against an agency's implementation of corrective action, the Court of Federal Claims held that: (i)  where the agency had undertaken corrective action in response to a GAO protest instead of asserting a meritorious Blue & Gold Fleet defense, the protester was not barred by Blue & Gold Fleet from protesting the implementation of that corrective action; (ii) the corrective action did not address the problem that agency did not request any price information and, therefore, did not conduct any price reasonableness evaluation; (iii) the agency abused its discretion by failing to conduct discussions pursuant to DARS 215.306 without providing an adequate justification; and (iv) Blue & Gold Fleet did not require the protester to challenge the solicitation's statement that the agency did not contemplate holding discussions where the solicitation reserved the agency's right to do so.  
January 11 The ASBCA sustained an appeal by KiewitPhelps because: (i) the agency's master specification was a design specification; (ii) the specification was defective because following it resulted in mold growth; (iii) the defective specification was not patent; (iv) nothing in the contractor's conduct caused the mold; and (v) the Government constructively changed the contract by mandating a change in a product in response to the mold problem. The Board also, held, however, that agency did not breach its duty of good faith and fair dealing in responding to the mold issue.

The ASBCA denied an appeal by Wright Brothers, the Building Co. mainly because: (i) the appellant failed to establish that delays allegedly attributable to the Government affected the critical path; (ii) mere delay without a change to the essential nature of the construction project did not constitute a cardinal change; and (iii) assertions of delay without proof of an affect on the critical path did not amount to a constructive change.  
January 8 The GAO sustained a protest by Spatial Front, Inc. because there was no basis for the agency's determination that the labor categories proposed by the awardee for a task order award were within the scope of the awardee's FSS contract. 
January 4 In Secy. of Defense v. Raytheon Co, Raytheon Missile Systems the Court of Appeals for the Federal Circuit 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.  
January 3 This one made my head spin a little. In Size Appeal of Special Operations Group, Inc., the SBA's OHA dismissed an appeal filed by a parent company contesting the dismissal of its subsidiary's size protest against the recipient of a BPA. The original size protest had been dismissed because the subsidiary had not bid on the procurement and because its protest was untimely. The parent company/appellant had bid on the procurement and had been awarded one of the  BPAs, which had subsequently been terminated.

In CVE Protest of NEIE Medical Waste Services, LLC, the OHA dismissed an SDVOSB status protest because the agency had undertaken corrective action and the protested firm was no longer the awardee.
January 1, 2023 Happy New Year!

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, or corrections, please email me