ARMED SERVICES BOARD OF CONTRACT APPEALS
|
|
|
- Louisa Hancock
- 10 years ago
- Views:
Transcription
1 ARMED SERVICES BOARD OF CONTRACT APPEALS Appeal of-- BAE Systems Technology Solutions & Services Inc. Under Contract No. F A C-8000 APPEARANCE FOR THE APPELLANT: ) ) ) ) ) ) ASBCA No Duane L. Brummett, Esq. Counsel APPEARANCES FOR THE GOVERNMENT: Col Jennifer L. Martin, USAF Air Force Chief Trial Attorney Skye Mathieson, Esq. Amanda Page, Esq. Trial Attorneys OPINION BY ADMINISTRATIVE JUDGE CLARKE This appeal arises out of a contract between the Air Force and BAE Systems Technology Solutions & Services Inc. (BAE) for support services at Cavalier Air Force Station, North Dakota (CAFS). BAE claims $61, for costs incurred for contracted out labor required to repair a generator damaged during a fire. The Air Force contends that BAE is responsible for all labor, whether contracted out or organic to BAE, required to complete the repairs. We have jurisdiction pursuant to the Contract Disputes Act (CDA) of 1978, 41 U.S.C The parties elected to proceed under Board Rule 11 Submission Without a Hearing. The record consists of the parties' Rule 4 file documents and briefs. Only entitlement is before the Board for decision. We sustain the appeal. FINDINGS OF FACT 1. Contract No. F A C-8000 (8000) was awarded to BAE effective 1 January 2009 for various support services for the Perimeter Acquisition Radar Attack Characterization Systems (PARCS) located at CAFS (R4, tab 1). The contract's. period of performance included a base year and eight option years (id. ). 2. The contract included Section B- Supplies or Services and Prices that listed contract line item numbers (CLINs) for the work to be done in each of the performance periods (R4, tab 1 at 8-80). Details of the work requirements were stated in Section C Descriptions and Specifications that incorporated the Performance Work Statement (PWS) for the PARCS (R4, tab 1 at 81, tab 2). The PWS consisted of four sections:
2 Section 1, PARCS Service Requirements; Section 2, Services Summary; Section 3, Government-Furnished Property (GFP), Equipment, Resources, Services and Information; and Section 4, Appendices (R4, tab 2 at ). Section 1 included 15 chapters relating to various areas where service was required (id. ). Section 4 included 6 appendices including Appendix 2, Definitions (id. ). 3. Section B- Supplies or Services and Prices contained firm fixed-price (FFP) CLIN as follows: Operations, Maintenance, & Support FFP CONTRACTOR SHALL, EXCEPT FOR ITEMS, EQUIPMENT, VEHICLES AND SERVICES SPECIFIED IN SECTION 1 OF THE PERFORMANCE WORK STATEMENT AS GOVERNMENT FURNISHED PROPERTY OR SERVICES, PROVIDE NON-PERSONNEL SERVICES FOR ALL PERSONNEL, SUPERVISION, TRANSPORTATION, ITEMS, AND SERVICES NECESSARY TO PERFORM SERVICES AS STATED IN THE PERFORMANCE WORK STATEMENT, AND ACTIVITIES law CHAPTER 1, 2, 3, 4 ( ), 5, 6, 7, 8 (not 8.18, 8.19, 8.20), 9, 10, 11, 13). (Period ofperformance: 1 Oct Sep 10) (R4, tab 1 at 20) Section B includes CLIN that allows the Air Force to place job orders on either a FFP or cost reimbursable (CR) basis as appropriate: Individual Job Order Services COST INDIVIDUAL JOB ORDERS ARE WORK NOT SPECIFICALLY IDENTIFIED IN THE PWS, BUT WHICH IS STILL WITHIN THE GENERAL SCOPE OF THE CONTRACT. THE GOVERNMENT ANTICIPATES USING FIXED-PRICE OR COST REIMB[U]RSABLE INDIVIDUAL JOB ORDERS TO BE DETERMINED BY THE CO ON A CASE-BY-CASE BASIS. INDIVIDUAL JOB ORDERS WILL BE NEGOTIATED BY THE CO AS THE ACTION OCCURS AND law CHAPTER 14 (see Section 4, Appendix 2, Definitions) 1 This is the first option year CLIN number which is relevant to this appeal. 2 /d. 2
3 (Period ofperformance: 1 Oct Sep 10) (R4, tab 1 at 23) Chapter 14 simply repeats the language in CLIN 1007 and adds management requirements (R4, tab 1 at 173). Section B includes CLIN as follows: OM&S Local Purchase Items/ODCs COST LOCALPURCHASE:THECONTRACTORSHALLBE REIMBURSED FOR WEAPON SYSTEM PARTS NOT OBTAINABLE THROUGH SBSS law SECTION 1, CHAPTER 6, PARA 6.3. NON-LOCAL PURCHASE ITEMS: THE CONTRACTOR SHALL BE REIMBURSED FOR SUPPLIES, MATERIALS, PURCHASED SERVICES, AND EQUIPMENT (Other Direct Costs) NECESSARY IN SUPPORT OF CA V ALlER AFS. APPROVAL OF THESE REIMBURSEMENTS SHALL BE law SECTION 1, CHAPTER 6, PARA ANY SINGLE PURCHASE OVER $5,000 REQUIRES CO APPROVAL (SEE SECTION G, PARA G-5) (Period of Performance: 1 Oct Sep 10) (emphasis added) (R4, tab 1 at 23) OM&S is defined in the PWS as "Operations, maintenance and support" (R4, tab 2 at 185). 4. Section G ofthe conformed contract 4 includes clause G-5, "CONSIDERATION AND PAYMENT," that reads in part: 5 a. Cost Reimbursables. For the basic period cost reimbursable (CR) CLINs, and option period CR CLINs, (if exercised) the Government will pay the Contractor such costs as are determined to be allowable, allocable, and reasonable in accordance with Part 31, Subpart of the Federal Acquisition Regulation. For the purposes of this provision, allowable items of cost shall include costs for initial or 3!d. 4 The index identified Rule 4, tab 27 as the PWS for the "conformed contract" but the copy in the record is unsigned. 5 Clause G-5 was included in the solicitation (R4, tab 74 at 909; supp. R4, tab 112 at 38), but is not the version of the original contract in the Rule 4 (R4, tab 1 at 96). 3
4 replenishment spare parts, operational materials/supplies, material handling, off-site depot level maintenance, packaging, freight and G&A burden (when applicable), for those approved purchases authorized by the PWS. Fee will not be allowed. All purchases will be reviewed and approved as specified in the PARCS PWS, Part 1, Chapter 6, para (R4, tab 26 at 573) PWS, Part 1, Chapter 6, paragraph reads: Local purchase support is available under the cost reimbursable CLINs for services, and for supplies not obtainable through SBSS. Obtain approval from 10SWS Mission Support Officer for all purchases under the cost-reimbursable CLINs. (R4, tab 27 at 632) The previous contract, also with appellant, FA2517-C (0002), included clause G-3 that was substantially the same 6 as the current contract's clause G-5 and included "off-site depot level maintenance" (supp. R4, tab 112 at 38). 5. The PWS for the PARCS for Contract 8000 contains the following general scope statement: 1.1. SCOPE. Provide non-personal services to operate, maintain, and support (OM&S) the Perimeter Acquisition Radar Attack Characterization System (P ARCS) and site at Cavalier Air Force Station (CAFS), North Dakota. Services encompass base support including management of radar and mission computer maintenance, civil engineering, environmental functions, security, transportation, supply, fuels, sensitive and non-sensitive communications and operation of the precision measurement equipment laboratory. Cavalier AFS receives limited support from Grand Forks AFB, located approximately 90 miles south of Cavalier. Contractor shall provide all necessary personnel, administrative, and managerial resources necessary on a continuous, 24-hours-a-day, 7-days-a-week (24/7) basis to meet mission requirements as specified in this PWS. The Contractor shall also interface with other Contractors, and/or Government agencies in support of all programs and efforts dealing with evolution and/or operation of systems and 6 Clause G-3 included "consultant services" not found in G-5 and different cites at the end ofg-3 (supp. R4, tab 112 at 38). 4
5 (R4, tab 2 at 127) equipment, as well as in providing day-to-day site support services. 6. Chapter 4 of the PWS, "MISSION SYSTEMS MAINTENANCE" includes five sections: 4.1. General Maintenance; 4.2. Communications-Electronics (C-E) Maintenance Management; 4.3. Test, Measurement and Diagnostic Equipment (TMDE); 4.4. Precision Measurement Equipment Laboratory (PMEL); and 4.5. Military Strategic, Tactical, Relay System (MILSTAR) (R4, tab 2 at ). Section 4.1. includes the following: 4.1. GENERAL MAINTENANCE. The contractor shall perform all authorized organizational, intermediate, and depot level maintenance. Plan, schedule, direct, organize, coordinate, control, document, report, and execute all actions necessary to maintain mission equipment operability and availability. Maintain logs, records, inspection forms and Maintenance Information Systems (MIS) reflecting equipment status, inspections, and maintenance performed. (R4, tab 2 at 137) Section 4.2. included the following: 4.2. COMMUNICATIONS-ELECTRONICS (C-E) MAINTENANCE MANAGEMENT Repairs. The Contractor shall repair equipment at the lowest level of maintenance. The contractor shall request depot level maintenance when the maintenance required is beyond the scope, capability, and authorization given. (R4, tab 2 at ) Request for Assistance. Submit maintenance assistance requests for Technical Assistance {TA), Engineering Assistance (EA), Emergency Depot Level Maintenance (EDLM) or Urgent Depot Level Maintenance (UDLM) (see Appendix 6, R-4.1). 5
6 7. Chapter 8 ofthe PWS, "CIVIL ENGINEERING" includes the following: 8.5. ELECTRICAL Power Plant. The Contractor shall operate, maintain, and repair the power plant generators and ancillary equipment to provide continuous regulated power to Cavalier AFS Generators. The Civil Engineering Maintenance Inspection and Repair Team (CEMIRT) will perform the 12,000 and 24,000 hour Preventative Maintenance Inspections (PMis ). The Contractor shall forecast and coordinate CEMIR T PMis with 21 CES/CECR at least one year prior to required completion for funds programming. The Contractor shall calibrate all gauges and meters during CEMIRT PMis PCCIEIRPIE.(] The Contractor shall operate, maintain and repair all mission-essential PCCIE/RPIE systems to ensure 99.99% availability, equivalent annual downtime of 53 minutes law AFSPCI , attachment Emergency Generators. The Contractor shall perform the following emergency generator tasks: Operate, maintain, repair and inventory emergency generators and ancillary equipment Perform oil changes and analysis law AFI , Ch 10, Paragraph Maintain operation and maintenance records and submit maintenance data and inventory. (see Appendix 6, R-8.10). 7 Power Conditioning and Continuation Interface Equipment/Real Property Installed Equipment (R4, tab 2 at ). 6
7 Develop, implement, and post complete starting, stopping, operating, load transfer, and emergency shutdown instructions in conspicuous locations near the auxiliary power unit to include single line diagrams of electrical and mechanical systems showing normal and emergency configurations IA W AFI , paragraph 4.4 through (R4, tab 2 at 152, ) The previous Contract 0002 contained a different version of the requirement to maintain the emergency generators: ELECTRICAL Power Plant. Provide continuous regulated power to Cavalier Air Force Station. (Supp. R4, tab 113 at 43) All power plant generator depot level maintenance/repair and preventive maintenance outside of the contractor's in-house capabilities will be performed by Civil Engineering Maintenance Inspection And Repair Team (CEMIRT), to include 12,000 and 24,000 hour preventive maintenance inspections (PMis). Forecast and coordinate these PMis with 21st CES site support at least 1 year prior to required completion for funds programming. 8. Section 4, Appendices, Appendix 2, of the PWS for Contract 8000 includes a list of definitions including the following: DEPOT LEVEL MAINTENANCE. That maintenance performed on equipment requiring major overhaul. Depot level maintenance includes: repair, replacement, or a complete rebuild of parts, assemblies, subassemblies, or the end items. It also includes the manufacture, reclamation, and testing of parts, assemblies, etc., when required. EMERGENCY or URGENT DEPOT LEVEL MAINTENANCE. The replacement work required to restore real property facilities damaged by fire, storm, 7
8 explosion, and other disasters to preserve mission capability and protect and preserve government property or personal safety. IN-HOUSE WORK. These two terms(&] have the same contractual connotation; they refer to all capabilities and personnel that the contractor must provide to accomplish the responsibilities of this contract, but not including services subcontracted to another contractor. INTERMEDIATE LEVEL MAINTENANCE. That maintenance performed on equipment requiring minor overhaul. Intermediate maintenance includes: the periodic inspection and servicing of equipment; the repair or replacement of unserviceable parts, assemblies, subassemblies, and components; the local manufacture or reclamation of non-available parts; and the calibration of instrumentation and protective devices. MAINTENANCE. The retention of material and equipment in a serviceable condition or action taken to restore material and equipment to serviceability through repair, rebuilding, and reclamation. MISSION ESSENTIAL RPIEIRPIE SYSTEM. Equipment or system required for support of the mission sensor system. Any equipment or system that causes an OPSCAP RED, such as, but not limited to, HV AC chiller, computer system power, and power plant is considered mission essential. OPERATION, MAINTENANCE, AND SUPPORT. Includes the operation, maintenance (scheduled and unscheduled), support, and management necessary to satisfy the operational requirement. Contractor support includes repair, lubrication, equipment alignment, installation of government-approved modifications, testing, performance monitoring, data gathering, data processing, and corrosion 8 In the previous contract Statement of Work (SOW) this definition was titled "IN SERVICE/IN-HOUSE WORK" (supp. R4, tab 113 at 107). In the 8000 contract PWS "IN-SERVICE" was deleted but the wording of the definition was not changed from the previous SOW which is why it refers to "two terms." 8
9 control, and the maintenance and dissemination of logs, drawings, records, and forms. The contractor on-site maintenance support will encompass all organizational, intermediate, and depot level maintenance. Consultant technical support necessary to resolve equipment or facilities maintenance problems will be at contractor expense. ORGANIZATIONAL MAINTENANCE. The systematic, timely, and periodic inspection and servicing of equipment which results in elimination of hazard to life and property, induces maximum reliability of equipment, and creates the minimum number of major and costly repair jobs, and produces the optimum utilization of equipment throughout its serviceable life. POWER CONDITIONING AND CONTINUATION INTERFACE EQUIPMENT (PCCIE). Any ofthe following forms of power conditioning and continuation systems: power conditioning without continuation for use during power fluctuations, frequency changing transformers, surge suppressors, filters, and motor generators. REAL PROPERTY INSTALLED EQUIPMENT (RPIE). Government owned or leased equipment, apparatus, or fixtures which aid in the function of real property and are an integral part of government owned or leased real property. REPAIR. Restoring a failed or failing facility, system, or item of equipment so it may be used effectively for its designated purpose. Restoring or replacing components damaged by the elements or by fire, storm, explosions, or other disasters. It further consists of overhauling, reprocessing, or replacing deteriorated constituent parts, equipment, or materials. For the purpose of the CE portion of this statement of work, the term maintenance includes all repair work. (R4, tab 2 at 189, ) 9
10 Notice of Concern 9. On 3 August 2009 the Air Force contracting officer (CO) sent BAE a Notice of Concern (NOC) enumerating three areas of"noticeable developments in contract performance" (R4, tab 29). The first, part a, was that BAE was not meeting the 99.99% availability requirement whereby the mission essential equipment could not be unavailable for more than 53 minutes a year (id. at 712). The second, part b, was BAE's questioning of its responsibility for conducting depot level maintenance outside of its on-site capability (id. at 714). In support of the position that BAE was required to perform depot level maintenance, the CO provided the following rationale: (R4, tab 29 at 714) PWS paragraph Power Plant required BAE to "operate, maintain and repair the power plant generators and ancillary equipment to provide continuous regulated power to Cavalier AFS" (R4, tab 27 at 636). PWS Section 4, Appendix 2, Definition of Operation, Maintenance, and Support that includes "[t]he contractor on-site maintenance support will encompass all organizational, intermediate, and depot level maintenance" (R4, tab 27 at 677). PWS paragraph provides the only outside depot level maintenance support of 12,000 and 24,000 hour preventive maintenance inspections (PMis) by the Civil Engineering Maintenance Inspection and Repair Team (CEMIRT) (R4, tab 27 at 637). PWS Chapter 4, Mission Systems Maintenance, paragraph 4.1 General Maintenance required BAE to perform "all authorized organizational, intermediate, and depot level maintenance" (R4, tab 27 at 619). 10. On 14 August 2009, BAE responded to part b of the NOC as follows: BAE Systems disagrees with the assertion that the Power Plant equipment is a Mission System. PWS Chapter 4 defines Mission Systems as Comm-Electronics, TMDE, PMEL and MILSATCOM. Our understanding, based on the PWS and Air Force AFI , is that the generators are defined as Real Property Installed Equipment (RPIE). AFI , Paragraph 3.1 -Real Property Installed Equipment (RPIE) states: List any generator installed in a facility on the real property record as RP IE. A permanently installed generator that is an essential component of an electrical power system and supports mission essential or critical functions is considered RPIE equipment. 10
11 (Supp. R4, tab 121) Additionally, BAE Systems disagrees that the PWS instructions found in Chapter 4 pertaining to maintenance for Mission Systems are applicable to the maintenance ofrpie as defined in Chapter 8. We believe that PWS Chapter 8 clearly defines the requirements for RPIE equipment maintenance management. 11. The CO responded to BAE's responses to the 3 August 2009 NOC on 11 September 2009 (R4, tab 31). Concerning the depot level maintenance issue, the CO again provided his rationale: PWS Chapter 4, Mission Systems Maintenance, Chapter 8, Civil Engineering, and AFI do not define RPIE. PWS Section 4, Appendix 2, Definitions, Mission Essential RPIEIRPIE System includes, "Any equipment or system that causes an OPSCAP RED, such as, but not limited to, HVAC chiller, computer system power, and power plant is considered mission essential." PWS Section 4, Appendix 2, Definitions, Operation, Maintenance and Support includes, "on-site maintenance support will encompass all organizational, intermediate, and depot level maintenance." PWS Section 4, Appendix 2, Definitions, Repair includes, "[r]estoring a failed or failing facility, system, or item of equipment so it may be used effectively for its designated purpose. Restoring or replacing components damaged by the elements or by fire, storm, explosions, or other disasters. It further consists of overhauling, reprocessing, or replacing deteriorated constituent parts, equipment, or materials." (R4, tab 31 at ) 12. Option year one was exercised by Modification No. P00012, 14 September 2009, and had a performance period of 1 October 2009 through 30 September 2010 (R4, tab 14). The Fire 809). 13. A fire on 25 January 2010 damaged the emergency generators (R4, tab 58 at 14. In a 24 February , the Air Force acknowledged that the "Mod 4" generator had been released to BAE for repairs and authorized BAE to begin purchasing 11
12 parts needed for the repair (R4, tab 37 at 742). BAE responded on the same day stating, "I understand we are responsible for repairs, however some repairs are beyond our capability, such as cleaning and drying the windings in the generator. This is a specialized function that can not be done by BAE." (!d. at 741) The Air Force responded stating that ifbae did not have the expertise to perform all repairs, it was obligated to subcontract the work at its expense (id.). 15. On 2 March 2010, BAE wrote the Air Force stating, "BAE Systems believes the repair/replacement of the Module #4 generator and associated systems as a result of the recent catastrophic fire on 25 Jan 2010 is outside the scope ofthe contract and therefore we are not liable for its repair costs" (R4, tab 38). 16. The CO responded on 9 March 2010 disagreeing with BAE stating that while the Air Force would reimburse the costs of repair parts, pursuant to PWS paragraph , BAE was responsible for paying for subcontract labor needed to repair the Module #4 generator (R4, tab 41). 17. In a 10 March to the CO, BAE took the position that it would not perform any work or repair on the Module #4 generator until it reached a "mutually acceptable" agreement on who was responsible for subcontract labor to complete the repairs (R4, tab 43). The Air Force responded on 19 March 2010 directing BAE to perform the repair work (R4, tab 48). BAE responded on the same day stating that it will perform the repair, but that it will collect the costs it considers outside of its scope of work and will submit a request for equitable adjustment (R4, tab 49). 18. The record includes a "FY 2010 CONSTRUCTION PROJECT DATA" sheet (DD form 1391) containing a cost estimate for "[r]epair damage to Standby Generator #4 from catastrophic fire." The total cost estimate was $702, The most expensive repair was the alternator repair ($620,860.00) that consisted of cleaning and testing stator and rotor poles ($46, ), rewinding rotor poles ($1 04,544.00) and rewinding stator ($339,768.00). (R4, tab 47) 19. On 1 0 May the CO issued a Performance Assessment Report (PAR) containing the following assessment: Failed to begin repairs on Mod 4 generator. After several communications between the Govt and BAE, the Contracting Officer (CO) directed BAE on 19 Mar 2010, to repair the emergency generator damaged by the 25 Jan 2010 fire. Failure to perform upon direction from CO constitutes "failure to perform" contract requirements that can lead to termination by the Government for default. Corporate directed "stop work" in spite of contractual requirements, 12
13 may have detrimental impact to Government and Management business relations. (R4, tab 62 at 853) BAE responded stating in part: BAE Systems recognizes the Contracting Officer's author [sic], however in this case the direction from the government represented a cardinal change to the contract of such magnitude (directing BAE Systems to pay the estimated $600,000 in labor cost for restoration services provided by a vendor) that due diligence both contractually and legally was required. (!d.) BAE stated that it had initiated the repairs and that vendors were on-site (id. ). 20. In an 11 May 2010 letter to the CO, BAE stated that it would repair the Module #4 generator "under dispute," but that it considered the Air Force's direction to be a cardinal change to the contract for which it would submit a claim for equitable adjustment (R4, tab 55). 21. The CO held a government only meeting on 2 June 2010 with "our Subject Matter Expert from CE" to discuss the language of the PWS as it related to the repair of the Module #4 generator. The meeting was documented in a 3 June containing the following relevant excerpts: The customer stands by his initial interpretation that the Government expects BAE to make all repairs in accordance with the definition of Repair. He asserts that if for some reason there was a catastrophic event at the site, the Government would in good faith, pay to Restore the site to like or better than condition. But responsibility for normal wear and tear and other circumstances outlined in the PWS (Repairs) should fall to that of the successful contractor. I read to the group Jeremy's interpretation provided by Charlotte that states "It would be a situation where it was decided to pay to have an item fixed, paying for the service, rather than pay to buy the item new." I asked a couple of other COs what their definition or determination of that statement would be; while we all agree that it's rather vague. One CO stated that given the "intent" of IJOs to be "new 13
14 (R4, tab 72 at 897, 899) work", this statement suggests to them that it would be smarter for the Government to pay for repairs of an item (such as the generator) than to pay for a new generator, but first, we have to remember that the contractor was hired to Operate, Maintain and Support the Radar site. Hence, the definition of Maintenance/Repair. So then we moved on to the line item description which states, "INDIVIDUAL JOB ORDERS. Consists of new work, minor construction, or upgrades to real property, RPIE, PCCIE, EAID or ITE," wondering if it's here that we need to work on the definition. It was determined that this description is clear, again supporting the position that the compensation for repairs of the generator do not fall under this CLIN, but to that ofbae. We then moved to "Purchased Services". Jeremy's to BAE stated that purchased services reimbursement "will be rare". "The CLIN language is all encompassing but not all inclusive." Within the contract, CLIN 0108, it states "THE CONTRACTOR SHALL BE REIMBURSED FOR WEAPON SYSTEM PARTS NOT OBTAINABLE THROUGH SBSS law SECTION 1, CHAPTER6, PARA 6.3." Para states, "Local purchase support is available under the cost reimbursable CLINs for services, and for supplies not obtainable through SBSS." The team is unsure of the intent of identifying services here as this is applicable only to the Supply Support function and may be a pointer to CLIN '07 for [ 91 Therefore, after several discussions regarding the definitions and intent of the PWS, the core team believes that the expectation that BAE will repair these generators under the contract without further compensation is valid and substantiated by the language found in the contract. 22. On 10 June 2010, BAE sent the CO another letter further explaining its position on the labor costs associated with the repair of the Module #4 generator. BAE made two points. First, that the solicitation did not allow prospective bidders to include 9 The word is obscured by a hole punch. 14
15 costs for outside vendor labor costs for items that could not be repaired on-site. BAE identified two instances where such outside repair was paid for by the Air Force. Second, BAE stated that the work needed to repair stator windings did not fall within the definition of the work required in PWS Chapter 8. (R4, tab 71 at ) 23. On 16 June 2010, the CO sent an internal presenting further analysis of BAE' s position on the cost reimbursable CLIN: I have read through BAE' s initial proposal in response to BAE's position on the Cost Reimbursable CLIN. First, however, I needed to extract what the Government's requirements were in the solicitation. In accordance with the CLIN description, COST LOCAL PURCHASE: THECONTRACTORSHALLBE REIMBURSED FOR WEAPON SYSTEM PARTS NOT OBTAINABLE THROUGH SBSS law SECTION 1, CHAPTER 6, PARA 6.3. NON-LOCAL PURCHASE ITEMS: THE CONTRACTOR SHALL BE REIMBURSED FOR SUPPLIES, MATERIALS, PURCHASED SERVICES, AND EQUIPMENT (Other Direct Costs) NECESSARY IN SUPPORT OF CA V ALlER AFS. APPROVAL OF THESE REIMBURSEMENTS SHALL BE law SECTION 1, CHAPTER 6, PARA ANY SINGLE PURCHASE OVER $5,000 REQUIRES CO APPROVAL. (SEE SECTION G, PARA G-5) Para G-5 states, G-5 CONSIDERATION AND PAYMENT a. Cost Reimbursables. For the basic period cost reimbursable (CR) CLINs, and option period CR CLINs, (if exercised) the Government will pay the Contractor such costs as are determined to be allowable, allocable, and F A C-8000 P00034 Page 125 of 152 reasonable in accordance with Part 31, Subpart 31.2, of the Federal Acquisition Regulation. For the purposes of this provision, allowable items of cost shall include costs for initial or replenishment spare parts, operational materials/supplies, material handling, off-site depot level maintenance, packaging, freight and G&A burden (when applicable), for those approved purchases authorized by the PWS. Fee will not be allowed. All purchases will be reviewed and approved as specified in the PARCS PWS, Part 1, Chapter 6, para And para , states, Local purchase support is available 15
16 under the cost reimbursable CLINs for services, and for supplies not obtainable through SBSS. Obtain approval from 10SWS Mission Support Officer for all purchases under the cost-reimbursable CLINs. I have highlighted depot level maintenance because in accordance with the PWS, the definition is, DEPOT LEVEL MAINTENANCE. That maintenance performed on equipment requiring major overhaul. Depot level maintenance includes: repair, replacement, or a complete rebuild of parts, assemblies, subassemblies, or the end items. It also includes the manufacture, reclamation, and testing of parts, assemblies, etc., when required. And, in accordance with PWS para 4.1. GENERAL MAINTENANCE. The contractor shall perform all authorized organizational, intermediate, and depot level maintenance. Clearly, the PWS indicates that the contractor is responsible for all maintenance. Now, did BAE understand that- - (R4, tab 74 at 909) The went on analyze BAE's proposal concluding that BAE was responsible all labor costs (id. at ). 24. In a 29 June , BAE reported that the alternator rotor poles and stator were cleaned and dried, functioning, and that rewinding would not be required for the repair (R4, tab 93 at 1035). In response to this notification, the Air Force inquired if BAE's request for equitable adjustment was now "closed" because the rewinding by highly skilled craftsman was not required (id. at 1034). BAE responded stating that even though rewinding was not required, drying the poles was required and that the specialized equipment needed to perform the drying was not available on-site. BAE indicated that it would still request and equitable adjustment because it was not capable of performing the work. (!d.) 25. On 13 July 2010, the CO responded to BAE's 10 June letter essentially restating the Air Force's position that it would not pay for labor to repair the Module #4 generator (R4, tab 98). On 8 November 2010, BAE submitted a request for equitable adjustment (REA) claiming $61, for "purchased services" needed to complete the repair of the Module #4 generator (R4, tab 109). The REA identifies the generator work as: ( 1) Removal, transportation, clean-up, repair, and transportation and reinstallation of the repaired generator by Dakota Services, Inc. (DSI); 16
17 (2) Removal of the rotor from the generator, recondition ofthe rotor, reinstalling the rotor into the generator by Western Engineered Solutions, Inc.; (3) Sprinkler system repair by Dakota Fire Protection, Inc.; and ( 4) Mileage, expenses, and labor to tune-up and adjust the generator's diesel engine by Jasper Engineering & Equipment, Inc. (R4, tab 109 at 1 085) BAE explained that it was entitled to reimbursement under cost reimbursement CLIN 1008 because the work was not within the scope of fixed-price CLIN 1001 (id. at 1086). 26. The CO denied the claim by a final decision dated 4 January 2011 (R4, tab 111). The reasoning for the denial was that CLIN 1001 required BAE to perform services as stated in the PWS, that PWS paragraph requires BAE to "operate, maintain, repair and inventory emergency generators and ancillary equipment" and the definition of repair required BAE to do the work (id. at 1 092). In the decision the CO stated that compensation under cost reimbursement CLIN 1008 was not appropriate quoting, "THE CONTRACTOR SHALL BE REIMBURSED FOR WEAPON SYSTEM PARTS NOT OBTAINABLE THROUGH SBSS law SECTION 1, CHAPTER 6, PARA 6.3" 10 (id. at 1093). 27. BAE appealed the final decision to the Board and the case was docketed as ASBCA No on 8 April2011. Declarations/ Affidavits Mr. Jeremy Lubbert 28. The Air Force submitted a one-page declaration from Mr. Jeremy Lubbert, the former CO for the PARCS contract (supp. R4, tab 123). Mr. Lubbert stated that he was the CO from February 2008 to December 2009 (id. ~ 2). He participated in the negotiations with bidders, including BAE, leading up to award of Contract 8000 (id. ~ 3). BAE was the incumbent contractor under the previous Contract 0002 (id. ~ 5). Contract 0002 had a SOW that was changed to a PWS for Contract 8000 pursuant to guidance in FAR (id. ~ 6). The PWS had "many updates to the requirements from the requirements stated in the previous SOW" (id. ). He did not recall, after reviewing documents, that there were any questions relating to cost reimbursement CLIN for repair during the solicitation phase (id. ~ 7). 10 The decision does not appear to recognize the second part of CLIN 1008 providing for payment of costs for "NON-LOCAL PURCHASE ITEMS" including materials and services in support of CAFS that are unrelated to weapon system parts (findings 2, 3). 17
18 29. The Air Force submitted a more detailed supplemental declaration from Mr. Lubbert (supp. R4, tab 124). 11 His first point was that Contract 8000 was not simply a "recompete" (id. ~~ 1-11). He discussed the conversion ofthe SOW to the PWS and made the point that the cost history was well known and there was no longer "a high level of price-uncertainty as there had been a decade earlier" (id. ~ 3). He said that the Air Force no longer wanted to "figure out what was 'over and above' maintenance work" but wanted "fixed-prices for all labor, maintenance, and repair work that is specified in the PWS" (id. ~ 5). Mr. Lubbert stated, "CLIN 1007 was only intended to be used on extremely rare occasion [sic], if and when the parties encountered a situation not envisioned in the PWS" (id. ~ 7). He did not directly address CLIN 1008, but did discuss clause G-5 that is referenced in CLIN He stated that G-5 was intended to "reimburse the costs of materials" (id. ~ 8), and that all labor in the PWS was to be performed under fixed-price CLIN 1001 (id. ~ 9). Mr. Lubbert stated that the language obligating the Air Force to perform depot level maintenance was removed because the Air Force wanted all maintenance labor to be performed under fixed-price CLIN 1001 (id. ~ 10). He said the Air Force evaluated the staffing matrix on a pass-fail basis did not review it in detail (id. ~ 12-14). Mr. Lubbert said nothing about discussing any ofthe intent behind the changes incorporated in the PWS with the bidders on Contract Ms. Jeanie Schwab 30. BAE submitted an affidavit and supplemental affidavit from Ms. Jeanie Schwab (R4, tab BAE-1; supp. R4, tab BAE-4). She is BAE's contracts manager and held that position for the previous contract, 0002, for 5 years for "the exact same work, with the same Air Force contracting officials, and the same Air Force site management officials, at the exact same location" (supp. R4, tab BAE-1, ~ 3). The solicitation leading to Contract 8000 required proposers to submit a staffing matrix identifying the proposed labor to be used for the fixed-price work, CLIN (id. ~ 4). She stated: The PWS was written with words that sounded like the In-House Workforce was required to do every possible piece of work that could ever be done on a military base... which would have taken a staff of 10 times as many people, and would have required hundreds of millions of dollars worth of subcontracted off-site labor every year. However, both the Air Force and BAE Systems had the clear understanding that the FFP CLIN was not intended by the Air Force, or by BAE Systems, to encompass every possible repair to Cavalier Air Force Station. 11 The Air Force did not designate a Rule 4 tab for the supplemental declaration so the Board assigns it "supp. R4, tab 124." 12 Ms. Schwab's affidavit refers to CLIN 1001 as OX01 and CLIN 1008 as OX08. 18
19 (!d.~ 5) In her supplemental affidavit she explained that her belief that the Air Force understood the FFP CLIN was not all encompassing is based on her experience from I994 to I999 where the Air Force repeatedly agreed to work that was "over and above" the scope of the FFP CLIN (supp. R4, tab BAE-4 at 2-3). She explained that the 8000 contract was a "recompete" of the previous contract and the scope didn't change even though the SOW was converted to a PWS (id. at 3). She also explained that it was obvious that BAE did not price the FFP CLIN to compensate for any increase in workload (id. at 5), and that no one from the Air Force stated that the work required of BAE under the FFP CLIN had increased (id. at 8). Concerning the deletion of the sentence "[a]ll power plant generator depot level maintenance/repair and preventive maintenance outside of the contractor's in-house capabilities will be performed by Civil Engineering Maintenance Inspection And Repair Team (CEMIRT)" (finding 7) in the 8000 contract, Ms. Schwab testified, "[y ]es, we noticed it [during the proposal phase], but we did not interpret that to mean that any change would take place in regard to the work done by the CEMIRT team" (id. at IO). BAE did not ask the Air Force why the sentence was removed (id. at 13-I4 ). She explained that the 8000 contract still required the CEMIRT to do the I2,000 and 24,000 PMI that required four men working seven weeks to perform the depot level maintenance during the PMis (id. at I2). 3I. Ms. Schwab stated that cost reimbursement CLIN I 008 was applicable to civil engineering work such as repairs to the emergency generators. The Air Force could use CLIN I 008 for "local purchase" of "off-site" services and supplies to accomplish "repairs" that were outside the scope of the fixed-price CLIN IOOI. During the previous five years the Air Force tasked BAE to do many off-site depot level repairs through subcontractors under cost reimbursement CLIN I 008 for the emergency generators. (R4, tab BAE-1, ~~ 6, 8) CLIN 1008 referred to Section G, clause G-5, that provided that the cost reimbursement CLIN provided for the payment of allowable costs including "off-site depot level maintenance" (id. ~ 14) (emphasis omitted). 32. Ms. Schwab described an emergency generator (diesel engine and electric alternator combination) as 30-feet long and I5-feet tall (supp. R4, tab BAE-4 at 10). There were six emergency generators in a nuclear-hardened facility with the P ARCS (id. ). 33. Ms. Schwab discussed depot level maintenance. She stated that typically a "depot" is an off-site centralized facility that performs highly complex repairs on military equipment. Usually depot level maintenance requires that the item to be repaired be moved to the depot for the work. However, where the equipment is too large to send to the depot, such as the P ARCS emergency generators, a military depot repair team travels to the location of the equipment to conduct the maintenance. (Supp. R4, tab BAE-1, ~ 23) In some instances repair was performed on the emergency generators by off-site subcontractors. The term "off-site depot level maintenance" as it applied to the I9
20 emergency generators included off-site contractors conducting maintenance on the emergency generators at Cavalier Air Force Station. (/d. ~ 24) Contentions of the Parties DECISION The fundamental disagreement between the parties relates to BAE's responsibility to conduct all maintenance, including all "depot level maintenance," on emergency generators under the fixed-price CLIN 1001 of the contract. BAE argues that it is only obligated to conduct depot level maintenance that is within its in-house capability; when that capability is exceeded, the work is to be performed under cost reimbursement CLIN BAE relies heavily on the initial affidavit of its contract manager, Ms. Jeanie Schwab, in support of its arguments (app. br. at 12-23). BAE also presents a contract interpretation argument citing a variety of Contract 8000 provisions (id. ). The Air Force contends that the predecessor 0002 contract employed a SOW that was changed to the PWS used in the 8000 contract and that the PWS was "significantly different substantively than the SOW for the previous contract" (gov't br. at 4). 14 It therefore disagrees that BAE' s experience during the predecessor 0002 contract is relevant to the proper interpretation of the 8000 contract. The Air Force also presents a contract interpretation argument based on a variety of Contract 8000 provisions, echoing the rationale in the final decision (finding 25). The CO states that CLIN 1001 is a fixed-price CLIN that requires BAE to "repair" an emergency generator damaged by fire. He then relies upon the contract's definitions of"repair" which he regards as obliging BAE to perform the work under this fixed-price CLIN. (Gov't br. at 8-9) In its reply brief, the Air Force cites to the Notice of Concern (NOC), and argues its only obligation to conduct depot level maintenance support for the Power Plant was specified in PWS which provided for the CEMIRT to conduct the 12,000 and 24,000 hour preventive maintenance inspections (gov't reply br. at 2). Course ofdealing BAE buttresses its position by arguing that Contract 8000 was a follow-on contract to Contract 0002 that involved the same work, same location, same Air Force representatives and "essentially the same PWS and terms and conditions" and that a 13 The judge asked BAE to clarify Ms. Schwab's testimony that the Air Force "understood" that the FFP CLIN scope had not changed, but the explanation remained course of dealing in the prior 0002 contract (supp. R4, tab BAE-4 at 1-6). 14 The record does not contain any information relating to the government's price estimate for the 8000 contract. 20
21 course of dealing was established during the predecessor contract supporting BAE' s interpretation of its obligations under the 8000 contract (app. br. at 3-5). The RESTATEMENT (SECOND) OF CONTRACTS 223 ( 1981) sets out the basic rules regarding course of dealing: 223 Course of Dealing (1) A course of dealing is a sequence of previous conduct between the parties to an agreement which is fairly to be regarded as establishing a common basis of understanding for interpreting their expressions and other conduct. (2) Unless otherwise agreed, a course of dealing between the parties gives meaning to or supplements or qualifies their agreement. b. Common basis of understanding. Course of dealing may become part of an agreement either by explicit provision or by tacit recognition, or it may guide the court in supplying an omitted term. Like usage of trade, it may determine the meaning of language or it may annex an agreed but unstated term. There is no requirement that an agreement be ambiguous before evidence of a course of dealing can be shown, nor is it required that the course of dealing be consistent with the meaning the agreement would have apart from the course of dealing. The Board has relied upon the Restatement in support of its decisions before. See C. R. Pittman Constr. Co., ASBCA No ,08-1 BCA ~ 33,777 at 167,178. However, the course of dealing argument depends on "essentially" the same contract provisions. T&M Distributors, Inc., ASBCA No , 00-1 BCA ~ 30,677 at 151,509 ("Justifiable reliance on a prior course of dealing requires proof of the same contracting agency, the same contractor, and essentially the same contract provisions."). BAE's course of dealing argument is problematic in this instance because of a change in contract language between the SOW in the 0002 contract and the PWS in the 8000 contract. The 0002 contract included the notion that BAE's obligation to repair the emergency generators was limited by its in-house capability, but the conversion of the 21
22 SOW in the 0002 contract to a PWS in the 8000 contract resulted in the deletion of the language referring to in-house capability. The 0002 contract clearly specified that the CEMIRT would perform depot level maintenance that BAE could not perform in-house. Under the 8000 contract this language was deleted. Under the 8000 contract the CEMIRT was only responsible for PMis. Since the language of the 0002 and 8000 contracts is not "essentially" the same in this regard, BAE cannot rely on course of dealing in support of its claim. The 8000 Contract The claim in this appeal arose during the first option year (findings 12, 13). The 8000 contract Section B, CLINs relevant to this appeal during the first option period are CLIN 1001, 15 Operations, Maintenance, & Support; CLIN 1007, Individual Job Order Services; and CLIN 1008, OM&S Local Purchase Items/ODCs (finding 3). The 8000 contract's PWS consists of four sections. The sections relevant to this appeal are Sections 1 and 4. Section 1, PARCS Service Requirements, includes fifteen chapters specifying the service to be provided. The chapters most relevant to this appeal are: Chapter 1, General Requirements; Chapter 4, Mission Systems Maintenance; and Chapter 8, Civil Engineering. (Findings 5, 6, 7) PWS Section 4, Appendix 2, Definitions, is relevant because the definitions serve to help interpret words included in PWS Chapters 1, 4, and 8 (finding 8). The Fire On 25 January 2010 a fire damaged an emergency generator (finding 13). BAE notified the Air Force that although it was responsible for repair of the generator, the required work on the generator windings was beyond BAE's capability (findings 14, 15). The Air Force took the position that if BAE could not do the repair itself, it was responsible to subcontract for the work at its expense under FFP CLIN 1001 (findings 14, 16). The Air Force directed BAE to do the work. BAE agreed "under dispute" and stated it would submit a claim for reimbursement (findings 17, 20). BAE estimated that if the rotor and stator poles required rewinding it would cost $702,797 (finding 18). It was later determined that rewinding was not required; cleaning and drying was all that was required resulting in a claim for $61, (findings 24, 25). BAE, however, remained adamant that it was not responsible for the cost of repairing the generator because the work was not within BAE's in-house capability. 15 The first number represents the option year and the last number represents the CLIN number. Therefore, CLIN I 001 means CLIN 1 for the first option year (R4, tab 1 at 20). 22
23 Depot Level Maintenance As a preliminary step in this analysis, it is necessary for the Board to decide if the cleaning and drying of the rotor and stator windings was depot level maintenance. There are three levels of maintenance identified in the PWS: organizational, intermediate, and depot level (findings 6, 8). Depot level maintenance is defined in PWS, Section 4, Appendix 2 (finding 8). However, the definition alone does not answer the question of if rotor/stator cleaning and drying is depot level maintenance or not. We therefore look to the positions of the parties. BAE consistently stated that cleaning and drying the windings was outside of its capabilities (findings 10, 14), and outside ofthe scope ofthe contract (findings 15, 17, 19, 20). The Air Force disagreed. In its NOC the Air Force cited to PWS Chapter 4, Mission Systems Maintenance, paragraph 4.1., General Maintenance, to support its position that BAE was obligated to perform "all authorized organizational, intermediate, and depot level maintenance" (finding 9). The CO also took the position that BAE was required to perform depot level maintenance based on the definition of"operation, Maintenance and Support" (finding 11). Based on these facts we conclude that both parties considered cleaning and drying the windings to be depot level maintenance. Therefore, we conclude that cleaning and drying the windings was depot level maintenance. SOW Conversion to PWS In the 0002 contract SOW the Air Force agreed to send the CEMIRT to perform depot level maintenance when the work exceeded BAE's in-house capability (finding 7). The sentence in 0002 contract SOW paragraph that limited BAE's obligation to perform depot level maintenance to its in-house capability was deleted when the SOW was transformed into a PWS for the 8000 contract (id. ). However, all that deletion accomplished was to relieve the Air Force of its obligation to send its CEMIRT to perform depot level maintenance. Although it eliminates the Air Force's obligation to perform depot level maintenance itself, it does not resolve the questions of if FFP CLIN 1001 requires BAE to performall depot level maintenance or ifthe work could be performed by BAE under CLIN 1007 or cost reimbursement CLIN 1008 and paid for by the Air Force. 16 BAE agrees that it was responsible for the repair of the fire damaged emergency generator, but contends it falls under cost reimbursement CLIN 1008 (finding 14). Firm Fixed-Price CLIN 1001 The rest of our analysis involves classic contract interpretation. "When the contract's language is unambiguous it must be given its 'plain and ordinary' meaning and 16 The Air Force retained the discretion to do the work itself by sending the CEMIRT team but was no longer obligated to do so. 23
24 the court may not look to extrinsic evidence to interpret its provisions." Teg-Paradigm Environmental, Inc. v. United States, 465 F.3d 1329, 1338 (Fed. Cir. 2006) (citations omitted). CLIN is the firm fixed-price CLIN that requires BAE to provide non-personal services as stated in the PWS (finding 3). Services relating to BAE's responsibility for the emergency generators are defmed in PWS Chapter 8, Civil Engineering, paragraph Emergency Generators 17 (finding 7). Subparagraph required BAE to "Operate, maintain, repair and inventory emergency generators and ancillary equipment" (id.). The Air Force relies upon the definition of"repair" in PWS Section 4, Appendix 2 in support of its interpretation: REP AIR. Restoring a failed or failing facility, system, or item of equipment so it may be used effectively for its designated purpose. Restoring or replacing components damaged by the elements or by fire, storm, explosions, or other disasters. It further consists of overhauling, reprocessing, or replacing deteriorated constituent parts, equipment, or materials. For the purpose of the CE portion of this statement of work, the term maintenance includes all repair work. (Findings 8, 11) This is indeed a broad definition of repair and is encompassed by "maintenance" which has its own definition: MAINTENANCE. The retention of material and equipment in a serviceable condition or action taken to restore material and equipment to serviceability through repair, rebuilding, and reclamation. (!d.) There is also a separate definition of depot level maintenance in this appendix: 18 DEPOT LEVEL MAINTENANCE. That maintenance performed on equipment requiring major overhaul. Depot level maintenance includes: repair, replacement, or a complete rebuild of parts, assemblies, subassemblies, or the 17 In Chapter 8 there are two subparagraphs dealing with generators: Generators and Emergency Generators. Because deals with the CEMIRT 12,000 and 24,000 hour PMis, we conclude that both paragraphs deal with emergency generators. 18 There is no separate definition of depot level repair. 24
25 end items. It also includes the manufacture, reclamation, and testing of parts, assemblies, etc., when required. (/d.) Likewise, these are broad definitions of maintenance and both encompass repair. The definitions of maintenance and depot level maintenance each incorporates repair, and therefore, there is no distinction among these in this contract as regards this dispute. It is also clear that BAE is responsible for "[r]estoring or replacing components damaged by the elements or by fire, storm, explosions, or other disasters." The Air Force interprets this sentence to require all repairs and maintenance, including depot level labor necessary to fix the emergency generators, to be paid for by BAE. BAE, however, interprets this sentence to be limited to a firm-fixed price obligation tied to its in-house capabilities. This potential conflict in interpretations is resolved by looking at other language in the contract. There is no mention of "depot level" maintenance/repair in the definitions of repair or maintenance or in subparagraph (findings 7, 8). In contemporaneous documents, the Air Force CO points to the definition of "Operation, Maintenance, and Support" that refers to depot level maintenance, but the language in paragraph is "[o]perate, maintain, repair" 19 so the definition of"operation, Maintenance, and Support" is not instructive (findings 9, 11). This is a problem for the Air Force's interpretations since we must read the contract as a whole and depot level maintenance/repair is found elsewhere in various provisions of the contract. NVT Technologies, Inc. v. United States, 370 F.3d 1153, 1159 (Fed. Cir. 2004) ("An interpretation that gives meaning to all parts of the contract is to be preferred over one that leaves a portion of the contract useless, inexplicable, void, or superfluous."). To bring depot level maintenance/repair within the scope of subparagraph , the Air Force CO also referred to Chapter 4, Mission Systems Maintenance, paragraph 4.1. General Maintenance that reads in part, "[t]he contractor shall perform all authorized organizational, intermediate, and depot level maintenance" (findings 6, 9, 11, 23). 20 BAE disagrees that Chapter 4 applies to the emergency generators (finding 10). We agree with BAE. Chapter 4 applies to the four categories of equipment listed in Chapter 4's four principle subparagraphs: 4.2. Communications-Electronics (C-E) Maintenance Management; 4.3. Test, Measurement and Diagnostic Equipment (TMDE); 4.4. Precision 19 The Section 4, Appendix 2, definitions of"maintenance" and "repair" do not refer to depot level maintenance. There is no stand alone definition of"operation." 20 The Air Force does not address the fact that within Chapter 4, paragraph provides that BAE may request depot level maintenance "beyond the scope, capability, and authorization given." Paragraph allows the contractor to request assistance for Urgent and Emergency Depot Level Maintenance at a fixedprice, which lends support to BAE' s interpretation that it is only required to perform depot level maintenance within its in-house capability (finding 6). 25
26 Measurement Equipment Laboratory (PMEL); and 4.5. Military Strategic, Tactical, Relay System (MILSTAR) (finding 6). Emergency generators are not identified in Chapter 4. Chapter 4 and Chapter 8 serve different purposes; each has its own introductory paragraph and itemizes different equipment. The "areas of concern" of Chapter 4 and Chapter 8 are different. See Harbor Construction Co., ASBCA No , 90-1 BCA ~ 22,343 at 112,289 ("The areas of concern of the cited paragraphs are different, and the instructions regarding each do not conflict."). Introductory paragraph to PWS Chapter 4 applies to the equipment identified in Chapter 4, not Chapter 8. This is another fatal flaw in the CO's contemporaneous interpretation since it was another way the Air Force attempted to link the requirement to perform depot level maintenance/repair to Chapter 8. The CO's interpretation applying the language in PWS Chapter 4, paragraph 4.1., to the emergency generators covered in Chapter 8 is not "within the zone of reasonableness." 22 States Roofing Corp. v. Winter, 587 F.3d 1364, 1369 (Fed. Cir. 2009) (A reasonable interpretation need not be the best or only interpretation, but must be within the zone of reasonableness.). We note further that the Air Force does not rely on the language of Chapter 4 in its briefs filed with the Board. In its Rule 11 brief, the Air Force quotes Chapter 4 Mission System Maintenance, paragraph 4.1, General Maintenance in its proposed findings (gov't br. at~ 11) but does not refer to it in its argument. In its reply brief the Air Force selectively cites to the NOC. The NOC relied upon the language of Chapter 4, paragraph 4.1. that refers to "depot level maintenance" but the Air Force does not repeat that argument in its reply brief (gov't reply hr. at~ 26). In paraphrasing the NOC the Air Force writes, "[t]he NOC again noted the PWS' requirement at paragraph in an attempt to clarify questions about the definition of Depot Level Maintenance; it clarified that 'On-site Maintenance Support will encompass all organizational, intermediate, and depot level maintenance'... " (gov't reply br. at~ 26). The language relied upon by the Air Force in its reply brief comes from the definition of"operation, Maintenance, and Support" in Chapter 4, Appendix 2 (finding 8). This is not the language in Chapter 8.5.2, Emergency Generators, paragraph that requires BAE to "operate, maintain and repair" the emergency generators- "repair" not "support" (finding 7). While in its briefs the Air Force abandons the CO's reliance on Chapter 4, Mission Systems Maintenance, subparagraph 4.1. General Maintenance, it continues to argue the wrong definition as if it matched the words in paragraph , which it does not. 21 The Scope paragraph in PWS Chapter 1, GENERAL REQUIREMENTS, which arguably might be applicable to all chapters, makes no reference to depot level maintenance (finding 5). 22 The CO made this mistake in his 16 June 2010 analysis ofbae's interpretation in which he used PWS Chapter 4, paragraph 4.1. to justify his conclusion that BAE was responsible for all depot level maintenance on the emergency generators (fmding 23). 26
27 What we are left with is FFP CLIN 100 1, which has relatively broad language as seen in the definitions of repair and maintenance but no requirement for the contractor to perform depot level maintenance/repair. Our conclusion that CLIN 1001 does not require BAE to perform all depot level maintenance/repair. is supported by Ms. Schwab's unrebutted discussion of depot level maintenance/repair. The most complex level of maintenance/repair usually is performed at a "depot" that is typically an "off-site centralized facility" (finding 33). We agree with BAE that it would not be BAE's responsibility to perform all of the most complex maintenance/repair on the emergency generators because there is no evidence that CAFS is a "depot" or that the 8000 contract intended to create a "depot" at CAFS for the emergency generators. Individual Job Orders CLIN 1007 CLIN 1007 provides for either cost reimbursement or fixed-price job orders for "WORK NOT SPECIFICALLY IDENTIFIED IN THE PWS, BUT WHICH IS STILL WITHIN THE GENERAL SCOPE OF THE CONTRACT" (finding 3). According to Mr. Lubbert, CLIN 1007 was only intended to be used on extremely rare occasions (finding 29). Nothing in CLIN 1007 or Chapter 14 says anything about depot level maintenance/repair. The government could order depot level maintenance under CLIN 0007 if it is not identified in the PWS but falls within the general scope of the contract. Cost Reimbursement CLIN 1008 CLIN 1008, OM&S Local Purchase Items/ODCs is the cost CLIN that BAE asserts should be used to reimburse it for depot level maintenance outside ofbae's in-house capacity (findings 25, 29). It reads: OM&S Local Purchase Items/ODCs COST LOCALPURCHASE:THECONTRACTORSHALLBE REIMBURSED FOR WEAPON SYSTEM PARTS NOT OBTAINABLE THROUGH SBSS law SECTION 1, CHAPTER 6, PARA 6.3. NON-LOCAL PURCHASE ITEMS: THE CONTRACTOR SHALL BE REIMBURSED FOR SUPPLIES, MATERIALS, PURCHASED SERVICES AND EQUIPMENT (Other Direct Costs) NECESSARY IN SUPPORT OF CA V ALlER AFS. APPROVAL OF THESE REIMBURSEMENTS SHALL BE law SECTION 1, CHAPTER 6, PARA ANY SINGLE PURCHASE OVER $5,000 REQUIRES CO APPROVAL (SEE SECTION G, PARA G-5) 27
28 (Finding 3) (Emphasis added) CLIN 1008 covers two types of purchases: local purchase ofweapon system parts 23 and ODCs/non-local purchase items (id.). The non-local purchase items allows reimbursement for "SUPPLIES, MATERIALS, PURCHASED SERVICES AND EQUIPMENT (Other Direct Costs) NECESSARY IN SUPPORT OF CA V ALlER AFS" (id. ). 24 CLIN 1008 specifically includes "PURCHASED SERVICES," i.e., labor. CLIN 1008 does not reference depot level maintenance/repair. In order to determine if depot level maintenance/repair falls within the "NON-LOCAL PURCHASE ITEMS" we look to the definition of OM&S and Section G, clause G-5, referenced in CLIN OM&S stands for Operation, Maintenance, and Support (finding 3). This is the same definition misapplied by the Air Force above. OM&S is defined in PWS Section 4, Appendix 2, as follows: OPERATION, MAINTENANCE, AND SUPPORT. Includes the operation, maintenance (scheduled and unscheduled), support, and management necessary to satisfy the operational requirement. Contractor support includes repair, lubrication, equipment alignment, installation of government-approved modifications, testing, performance monitoring, data gathering, data processing, and corrosion control, and the maintenance and dissemination of logs, drawings, records, and forms. The contractor on-site maintenance support will encompass all organizational, intermediate, and depot level maintenance. Consultant technical support necessary to resolve equipment or facilities maintenance problems will be at contractor expense. (Finding 8) (Emphasis added) Accordingly, CLIN 1008 applies to "PURCHASED SERVICES" for "contractor on-site... depot level maintenance." CLIN 1008 also refers to Section G, clause G-5, that reads in part: G-5, CONSIDERATION AND PAYMENT a. Cost Reimbursables. For the basic period cost reimbursable (CR) CLINs, and option period CR CLINs, (if exercised) the Government will pay the Contractor such costs as are determined to be allowable, allocable, and reasonable 23 We note that the weapon system language of this clause is limited to the purchase of parts, whereas the second type of local purchase is not. 24 The Air Force internally expressed concerns about the proper interpretation of CLIN 1008 (finding 21). 28
29 in accordance with Part 31, Subpart 31.2 of the Federal Acquisition Regulation. For the purposes ofthis provision, allowable items of cost shall include costs for initial or replenishment spare parts, operational materials/supplies, material handling, off-site depot level maintenance, packaging, freight and G&A burden (when applicable), for those approved purchases authorized by the PWS. Fee will not be allowed. All purchases will be reviewed and approved as specified in the P ARCS PWS, Part I, Chapter 6, para (Finding 4) (Emphasis added) Accordingly, allowable costs to be reimbursed under CLIN 1008 include "PURCHASED SERVICES" for "off-site depot level maintenance." Although the definition of OM&S refers to "on-site" depot level maintenance and clause G-5 refers to "off-site" depot level maintenance, we are obligated to read the contract as a whole and interpret language "harmoniously" where possible. NVT Technologies, 370 F.3d at 1159 ("When interpreting the contract, the document must be considered as a whole and interpreted so as to harmonize and give reasonable meaning to all of its parts."). We interpret these provisions harmoniously and conclude that BAE may perform either "on-site" or "off-site" depot level maintenance/repair under CLIN 1008 and be reimbursed by the Air Force. This interpretation makes particular sense given the size of the emergency generators which dictates that as much work is accomplished onsite as possible. We understand from the description of the invoices in BAE's REA that cleaning and drying the windings required removal and transport of the generator so the work could be done off-site by a subcontractor (finding 25). CONCLUSION Although not a model of clarity, the PWS sets forth a scheme that requires BAE to perform organizational and intermediate maintenance/repair services under fixed-price CLIN and depot level maintenance/repair services under cost reimbursement CLIN BAE is entitled to be reimbursed for repairing the fire damaged emergency generator under CLIN The appeal is sustained. The matter is returned to the parties for negotiation of quantum. Dated: 18 September (Signatures continued) Administraf e Judge Armed Serv ces Board of Contract Appeals 29
30 I concur /~# MARK N. STEMPLER Administrative Judge Acting Chairman Armed Services Board of Contract Appeals I concur ~~ Administrative Judge Acting Vice Chairman Armed Services Board of Contract Appeals I certify that the foregoing is a true copy of the Opinion and Decision of the Armed Services Board of Contract Appeals in ASBCA No , Appeal ofbae Systems Technology Solutions & Services Inc., rendered in conformance with the Board's Charter. Dated: JEFFREY D. GARDIN Recorder, Armed Services Board of Contract Appeals 30
ARMED SERVICES BOARD OF CONTRACT APPEALS. APPEARANCE FOR THE APPELLANT: Mr. David D. Cooper CEO
ARMED SERVICES BOARD OF CONTRACT APPEALS Appeal of-- ) ) United Healthcare Partners, Inc. ) ASBCA No. 58123 ) Under Contract No. FA4877-12-C-0002 ) APPEARANCE FOR THE APPELLANT: Mr. David D. Cooper CEO
ARMED SERVICES BOARD OF CONTRACT APPEALS
ARMED SERVICES BOARD OF CONTRACT APPEALS Appeal of-- Phoenix Management, Inc. Under Contract No. FA6648-12-C-0019 APPEARANCES FOR THE APPELLANT: ASBCA No. 59273 Johnathan M. Bailey, Esq. Kristin E. Zachman,
ARMED SERVICES BOARD OF CONTRACT APPEALS. Appeal of -- ) ) A. Montano Electrical Contractor ) ASBCA No. 56951 ) Under Contract No. 000000-00-0-0000 )
ARMED SERVICES BOARD OF CONTRACT APPEALS Appeal of -- ) ) A. Montano Electrical Contractor ) ASBCA No. 56951 ) Under Contract No. 000000-00-0-0000 ) APPEARANCE FOR THE APPELLANT: APPEARANCES FOR THE GOVERNMENT:
ARMED SERVICES BOARD OF CONTRACT APPEALS
ARMED SERVICES BOARD OF CONTRACT APPEALS Appeal of -- Automotive Management Services FZE Under Contract No. W52P1J-11-C-0014 APPEARANCE FOR THE APPELLANT: ASBCA No. 58352 James W. Kim, Esq. McDermott Will
ARMED SERVICES BOARD OF CONTRACT APPEALS
ARMED SERVICES BOARD OF CONTRACT APPEALS Appeal of -- ) ) Kellogg Brown & Root Services, Inc. ) ) Under Contract No. DAAA09-02-D-0007 ) APPEARANCES FOR THE APPELLANT: APPEARANCES FOR THE GOVERNMENT: ASBCA
ARMED SERVICES BOARD OF CONTRACT APPEALS
ARMED SERVICES BOARD OF CONTRACT APPEALS Appeal of -- ) ) Fairchild Industries, Inc. ) ASBCA No. 46197 ) Under Contract No. F33657-79-C-0502 ) APPEARANCES FOR THE APPELLANT: David J. Hensler, Esq. S. Gregg
UNITED STATES COURT OF APPEALS FOR THE THIRD CIRCUIT. No. 10-3272. In re: JOHN W. HOWARD, Debtor. ROBERT O. LAMPL, Appellant
UNITED STATES COURT OF APPEALS FOR THE THIRD CIRCUIT No. 10-3272 In re: JOHN W. HOWARD, Debtor NOT PRECEDENTIAL ROBERT O. LAMPL, Appellant VANASKIE, Circuit Judge. On Appeal from the United States District
INSURANCE REQUIREMENTS FOR FEDERAL CONTRACTORS
INSURANCE REQUIREMENTS FOR FEDERAL CONTRACTORS This document is provided to supply you with information regarding insurance requirements on Government contracts. Please be advised that the samples are
ARMED SERVICES BOARD OF CONTRACT APPEALS
ARMED SERVICES BOARD OF CONTRACT APPEALS Appeals of -- ) ) Gold Tree Technologies, Inc. ) ASBCA Nos. 54158, 54159 ) Under Contract Nos. N00600-02-M-1171 ) N00600-02-M-1363 ) APPEARANCE FOR THE APPELLANT:
Mr. Scott Tse President & CEO
ARMED SERVICES BOARD OF CONTRACT APPEALS Appeal of-- ) ) SplashNote Systems, Inc. ) ASBCA No. 57403 ) Under Contract No. F A8650-04-C-1615 ) APPEARANCE FOR THE APPELLANT: APPEARANCES FOR THE GOVERNMENT:
Environmental Quality Management, Inc.
United States Government Accountability Office Washington, DC 20548 Decision Comptroller General of the United States DOCUMENT FOR PUBLIC RELEASE The decision issued on the date below was subject to a
In re the Marriage of: SUSAN MARIE TRASK, Petitioner/Appellant, WADE MARTIN HANDLEY, Respondent/Appellee. No. 1 CA-CV 14-0543 FC
NOTICE: NOT FOR OFFICIAL PUBLICATION. UNDER ARIZONA RULE OF THE SUPREME COURT 111(c), THIS DECISION IS NOT PRECEDENTIAL AND MAY BE CITED ONLY AS AUTHORIZED BY RULE. IN THE ARIZONA COURT OF APPEALS DIVISION
As the Defense Contract Audit Agency slowly
Reprinted from Government Contract Costs, Pricing & Accounting Report, with permission of Thomson Reuters. Further use without the permission of West is prohibited. For further information about this publication
IN THE COURT OF APPEALS OF INDIANA
FOR PUBLICATION ATTORNEYS FOR APPELLANT: DAVID L. TAYLOR THOMAS R. HALEY III Jennings Taylor Wheeler & Haley P.C. Carmel, Indiana ATTORNEY FOR APPELLEES: DOUGLAS D. SMALL Foley & Small South Bend, Indiana
NORTHROP GRUMMAN SYSTEMS CORPORATION
All of the additional terms and conditions set forth below are incorporated in and made part of this Order. Any conflict between any of the conditions contained in this addendum and those appearing on
DISMISSED WITH PREJUDICE: August 28, 2012 CBCA 2453, 2560 PRIMETECH, DEPARTMENT OF HOMELAND SECURITY,
DISMISSED WITH PREJUDICE: August 28, 2012 CBCA 2453, 2560 PRIMETECH, v. Appellant, DEPARTMENT OF HOMELAND SECURITY, Respondent. Chizoma Onyems, President of Primetech, Rancho Cucamonga, CA, appearing for
Carahsoft Technology Corporation; Allied Technology Group
United States Government Accountability Office Washington, DC 20548 Decision Comptroller General of the United States DOCUMENT FOR PUBLIC RELEASE The decision issued on the date below was subject to a
GRANTED: June 20, 2013 CBCA 2709 IAP WORLD SERVICES, INC., DEPARTMENT OF THE TREASURY,
GRANTED: June 20, 2013 CBCA 2709 IAP WORLD SERVICES, INC., Appellant, v. DEPARTMENT OF THE TREASURY, Respondent. David J. Craig of IAP World Services, Inc., Cape Canaveral, FL, counsel for Appellant. Marianna
1.0 General. Inspection, Testing, and Maintenance 1 of 8
1.0 General 1.1 Scope This specifications covers the minimum requirements for the inspection, testing, and maintenance of the existing Notifier fire alarm systems at Bergen Community College (BCC) campus
UNITED STATES COURT OF APPEALS FOR THE THIRD CIRCUIT. Case Nos. 06-2262 and 06-2384 CON-WAY TRANSPORTATION SERVICES, INC. Appellant No.
UNITED STATES COURT OF APPEALS FOR THE THIRD CIRCUIT Case Nos. 06-2262 and 06-2384 NOT PRECEDENTIAL CON-WAY TRANSPORTATION SERVICES, INC., Appellant No. 06-2262 v. REGSCAN, INC. CON-WAY TRANSPORTATION
Avue Technologies Corp., Carahsoft Technology Corp.
United States Government Accountability Office Washington, DC 20548 Comptroller General of the United States Decision Matter of: File: Avue Technologies Corp., Carahsoft Technology Corp. Date: November
Sub. H.B. 9 * 126th General Assembly (As Reported by H. Civil and Commercial Law)
Aida S. Montano Bill Analysis Legislative Service Commission Sub. H.B. 9 * 126th General Assembly (As Reported by H. Civil and Commercial Law) Reps. Oelslager, Flowers, Buehrer, White, Trakas BILL SUMMARY
ARMED SERVICES BOARD OF CONTRACT APPEALS
ARMED SERVICES BOARD OF CONTRACT APPEALS Appeal of -- ) ) Dehdari General Trading & Contracting EST. ) ASBCA No. 53987 ) Under Contract No. F38604-99-AJ016 ) APPEARANCE FOR THE APPELLANT: Mr. Mahmoud Dehdari
Bond Form Commentary and Comparison
Bond Form Commentary and Comparison AIA Document A310 2010, Bid Bond, and AIA Document A312 2010, Performance Bond and Payment Bond INTRODUCTION Since the first publication of The Standard Form of Bond
v. Civil Action No. 10-865-LPS
IN THE UNITED STATES DISTRICT COURT FOR THE DISTRICT OF DELAWARE GIAN BIOLOGICS, LLC, Plaintiff, v. Civil Action No. 10-865-LPS BIOMET INC. and BIOMET BIOLOGICS, LLC, Defendants. MEMORANDUM ORDER At Wilmington
Florida Division of Emergency Management ITB-DEM-14-15-023 Disaster Recovery Services Questions and Answers (ANSWERS IN BOLD)
Florida Division of Emergency Management ITB-DEM-14-15-023 Disaster Recovery Services Questions and Answers (ANSWERS IN BOLD) 1) How can the Division attempt to procure Disaster Recovery Services valued
AT ARUSHA. Taxation Cause No.2 of 2012. (Originating from Appeal No. 1 of 2012) (Appellate Division) PLAXEDA RUGUMBA..
IN THE EAST AFRICAN COURT OF JUSTICE AT ARUSHA Taxation Cause No.2 of 2012 (Originating from Appeal No. 1 of 2012) (Appellate Division) PLAXEDA RUGUMBA..APPLICANT VERSUS THE ATTORNEY GENERAL OF THE REPUBLIC
United States Court of Appeals
In the United States Court of Appeals No. 13-1186 For the Seventh Circuit IN RE: JAMES G. HERMAN, Debtor-Appellee. APPEAL OF: JOHN P. MILLER Appeal from the United States District Court for the Northern
RURAL UTILITIES SERVICE
Rural Development United States Department of Agriculture RURAL UTILITIES SERVICE RUS Bulletin 1738-2 Rural Broadband Access Loan and Loan Guarantee Advance and Construction Procedures Guide Page 1 According
SURETY. and Title: (Any additional signatures appear on the last page of this Performance Bond.)
Performance Bond Document A312 2010 CONTRACTOR: (Name, legal status and address) SURETY: (Name, legal status and principal place of business) OWNER: (Name, legal status and address) CONSTRUCTION CONTRACT
Position Classification Standard for Industrial Property Management Series, GS-1103. Table of Contents
Position Classification Standard for Industrial Property Management Series, GS-1103 Table of Contents SERIES DEFINITION... 2 EXCLUSIONS... 2 OCCUPATIONAL INFORMATION... 3 TITLES... 4 PART I - INDUSTRIAL
AIA Document A312 - Electronic Format. Performance Bond
AIA Document A312 - Electronic Format Performance Bond THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. AUTHENTICATION
Table of Contents. Section G: Contract Administration Data Mod: AA20: (Verizon) 10/05/09-GS11T08BJD6001
Section Table of Contents Section G: Contract Administration Data Mod: AA20: (Verizon) 10/05/09- Page G.1 Contract Administration 1 G.1.1 Government Points of Contact 1 G.1.1.1 Procuring Contracting Officer
CHAPTER 11 APPEALS AND DISPUTES
CHAPTER 11 APPEALS AND DISPUTES In this Chapter look for... 11. General 11.1 Deleted 11.2 Administrative Appeals 11.3 Disputes 11.4 Alternative Dispute Resolution (ADR) 11. General. The Virginia Public
Department of Banking, Insurance, Securities & Health Care Administration Vermont Insurance Division
Department of Banking, Insurance, Securities & Health Care Administration Vermont Insurance Division REGULATION 79-2 Fair Claims Practices (Agents, Adjusters, etc.) Sept. 1, 1979 S 1 Authority 8 V.S.A.,
IN THE UNITED STATES DISTRICT COURT FOR THE WESTERN DISTRICT OF TENNESSEE WESTERN DIVISION
IN THE UNITED STATES DISTRICT COURT FOR THE WESTERN DISTRICT OF TENNESSEE WESTERN DIVISION RAY BRUNSON AND MARY BRUNSON, Plaintiffs, vs. No. 07-2320-MaV STATE FARM FIRE AND CASUALTY, COMPANY, Defendant.
MOTION FOR SUMMARY RELIEF DENIED: September 28, 2012 CBCA 2407 SHAW AREVA MOX SERVICES, LLC, DEPARTMENT OF ENERGY,
MOTION FOR SUMMARY RELIEF DENIED: September 28, 2012 CBCA 2407 SHAW AREVA MOX SERVICES, LLC, v. Appellant, DEPARTMENT OF ENERGY, Respondent. Mark J. Meagher and Joseph G. Martinez of McKenna Long & Aldridge,
ARMED SERVICES BOARD OF CONTRACT APPEALS
ARMED SERVICES BOARD OF CONTRACT APPEALS Appeal of -- ) ) MTD Transcribing Service ) ASBCA No. 53104 ) Under Contract No. 00-0000-00-0-0000 ) APPEARANCE FOR THE APPELLANT: Ms. JoAnn H. Bassin Owner APPEARANCES
Decision. Matter of: A&T Systems, Inc. File: B-410626. Date: December 15, 2014
United States Government Accountability Office Washington, DC 20548 Decision Comptroller General of the United States DOCUMENT FOR PUBLIC RELEASE The decision issued on the date below was subject to a
Decision. Sygnetics, Inc. Matter of: B-404535.5. File: Date: August 25, 2011
United States Government Accountability Office Washington, DC 20548 Comptroller General of the United States Decision Matter of: File: Sygnetics, Inc. Date: August 25, 2011 Tony Tarkowski for the protester.
28 CFR Ch. I (7 1 11 Edition)
0.75 the interpretation of Executive Order 10501 of November 5, 1953, as amended, and of regulations issued thereunder in accordance with section 11 of that order; and the interpretation of Executive Order
ARMED SERVICES BOARD OF CONTRACT APPEALS
ARMED SERVICES BOARD OF CONTRACT APPEALS Appeal of -- ) ) Cygnus Corporation, Inc. ) ASBCA No. 53618 ) Under Contract No. 277-96-2031 ) APPEARANCE FOR THE APPELLANT: APPEARANCE FOR THE GOVERNMENT: Hilary
7.4.1 Be required to make exhaustive or continuous on-site reviews;
SUPPLEMENTARY CONDITIONS TO THE CANADIAN STANDARD FORM OF CONTRACT FOR ARCHITECTURAL SERVICES DOCUMENT SIX 2006 EDITION RAIC 6 2006 FRASER HEALTH PROJECTS The following Supplementary Conditions are specific
Lawrence University Procurement Policy for Federally Sponsored Projects
Lawrence University Procurement Policy for Federally Sponsored Projects PURPOSE Federal grants are taxpayer dollars entrusted to Lawrence University for the advancement of public good. It is incumbent
COST ESTIMATING METHODOLOGY
NCMA DINNER MEETING TRAINING COST ESTIMATING METHODOLOGY 1 David Maldonado COST ESTIMATING METHODOLOGY TABLE OF CONTENT I. Estimating Overview II. Functional Estimating Methods III. Estimating Methods
Workers Compensation: A Response To the Recent Attacks on the Commission s Authority to Suspend A Claimant s Benefits
Workers Compensation: A Response To the Recent Attacks on the Commission s Authority to Suspend A Claimant s Benefits by Charles F. Midkiff Midkiff, Muncie & Ross, P.C. 300 Arboretum Place, Suite 420 Richmond,
and Immigration Services Thank you, U~S. Citizenship (b)(6) FILE: DATE: ftb \ j 2.013 OFFICE: TEXAS SERVICE CENTER Beneficiary:
U.S. Department or Homeland Security U. S. Citizenship and Immigration Services Administrative Appeals Office (AAO) 20 Massachusetts Ave. N.W., MS 2090 Washington, DC 20529-2090 U~S. Citizenship and Immigration
BEFORE THE APPEALS BOARD FOR THE KANSAS DIVISION OF WORKERS COMPENSATION
BEFORE THE APPEALS BOARD FOR THE KANSAS DIVISION OF WORKERS COMPENSATION KIMBERLY OWEN ) Claimant ) VS. ) ) Docket No. 1,050,199 MARKIN GROUP ) Respondent ) AND ) ) STATE FARM FIRE & CASUALTY COMPANY )
Decisions. Software Development Costs Lacked Sufficient Nexus To Government Contract
Reprinted from The Government Contractor, with permission of Thomson Reuters. Copyright 2009. Further use without the permission of West is prohibited. For further information about this publication, please
Commonwealth of Kentucky Court of Appeals
RENDERED: AUGUST 30, 2013; 10:00 A.M. NOT TO BE PUBLISHED Commonwealth of Kentucky Court of Appeals NO. 2012-CA-000815-MR JOSEPH B. ZEHNER, M.D. APPELLANT APPEAL FROM LOGAN CIRCUIT COURT v. HONORABLE TYLER
Consummate Computer Consultants Systems, LLC
United States Government Accountability Office Washington, DC 20548 Decision Comptroller General of the United States DOCUMENT FOR PUBLIC RELEASE The decision issued on the date below was subject to a
IN THE COMMONWEALTH COURT OF PENNSYLVANIA
IN THE COMMONWEALTH COURT OF PENNSYLVANIA Garri Aminov, : Petitioner : : v. : : Workers' Compensation : Appeal Board (Herman E. Ewell), : No. 311 C.D. 2013 Respondent : Submitted: June 7, 2013 BEFORE:
Information for Worker s Compensation Clients
Information for Worker s Compensation Clients Overview of the Worker s Compensation Act Indiana Worker s Compensation cases are governed by a State law known as the Worker s Compensation Act. The legislature
INSTRUCTION NUMBER 7640.02 August 22, 2008
Department of Defense INSTRUCTION NUMBER 7640.02 August 22, 2008 IG DoD SUBJECT: Policy for Follow-up on Contract Audit Reports References: See Enclosure 1 1. PURPOSE. This Instruction: a. Reissues DoD
MODEL REQUEST FOR PROPOSALS (RFP) TEMPLATE Generalized for professional services. www.cdrfg.com
MODEL REQUEST FOR PROPOSALS (RFP) TEMPLATE Generalized for professional services www.cdrfg.com CDR Fundraising Group 2015 This sample RFP is made available by the CDR Fundraising Group as a public service.
Project Management Procedures
1201 Main Street, Suite 1600 Columbia, South Carolina 29201 Project Management Procedures Start Up The grant becomes effective upon return of one copy of the grant award executed by the Chief Executive
24 CFR PART 85 85.36 Procurement. States. Procurement standards.
85.36 Procurement. (a) States. When procuring property and services under a grant, a State will follow the same policies and procedures it uses for procurements from its non-federal funds. The State will
Chapter VI Court Costs of Indigent Persons Fund. Assigned Counsel Manual Table of Contents CPCS Home Page
VI. COURT COSTS OF INDIGENT PERSONS FUND G.L. c. 261, 27A G Assigned Counsel Manual Table of Contents CPCS Home Page I. INTRODUCTION A. General Guidelines for Obtaining Funds for Defense Costs B. Expert
U.S. Citizenship and Immigration Services
U.S. Department of Homeland Security U.S. Citizenship and Immigration Service: Administrar.ive Appeals Office (AAO) 20 Massachusetts Ave., N.W., MS 2090 Washington, DC 20529-2090 U.S. Citizenship and Immigration
Job Grading Appeal Decision Under Section 5346 of Title 5, United States Code
U.S. Office of Personnel Management Office of Merit Systems Oversight and Effectiveness Classification Appeals and FLSA Programs Chicago Oversight Division 230 South Dearborn Street, DPN 30-6 Chicago,
Case 1:13-cv-24473-DPG Document 105 Entered on FLSD Docket 04/30/2015 Page 1 of 9 UNITED STATES DISTRICT COURT SOUTHERN DISTRICT OF FLORIDA
Case 1:13-cv-24473-DPG Document 105 Entered on FLSD Docket 04/30/2015 Page 1 of 9 ATLANTIC CASUALTY INSURANCE COMPANY, vs. Plaintiff, SCALTEC USA CORP., and LEE ELLIS BLUE, UNITED STATES DISTRICT COURT
Project Procurement Management
Project Procurement Management Outline Introduction Plan Purchases and Acquisitions Plan Contracting Request Seller Responses Select Sellers Contract Administration Contract Closure Introduction Procurement
IN THE COMMONWEALTH COURT OF PENNSYLVANIA
IN THE COMMONWEALTH COURT OF PENNSYLVANIA All Staffing, Inc., : Petitioner : : No. 325 F.R. 2006 v. : : Argued: June 23, 2010 Commonwealth of Pennsylvania, : Respondent : BEFORE: HONORABLE BONNIE BRIGANCE
OFFER BY WPP GROUP PLC ("WPP")
THE TAKEOVER PANEL 2001/15 OFFER BY WPP GROUP PLC ("WPP") FOR TEMPUS GROUP PLC ("TEMPUS") 1. The Takeover Panel met on 31 October to hear an appeal by WPP against the Panel Executive's refusal to allow
Signature Performance, Inc.
United States Government Accountability Office Washington, DC 20548 Decision Comptroller General of the United States DOCUMENT FOR PUBLIC RELEASE The decision issued on the date below was subject to a
FEDERAL PROPERTY MANAGEMENT PROCEDURE GUIDE
FEDERAL PROPERTY MANAGEMENT PROCEDURE GUIDE Purpose The Federal Property Management Procedure Guide provides basic procedures for the management of federal property under North Dakota State University
DEFENSE CONTRACT AUDIT AGENCY DEPARTMENT OF DEFENSE 8725 JOHN J. KINGMAN ROAD, SUITE 2135 FORT BELVOIR, VA 22060-6219
DEFENSE CONTRACT AUDIT AGENCY DEPARTMENT OF DEFENSE 8725 JOHN J. KINGMAN ROAD, SUITE 2135 FORT BELVOIR, VA 22060-6219 IN REPLY REFER TO PSP 730.8.B.1/2010-003 February 18, 2011 11-PSP-003(R) MEMORANDUM
Department of Health and Human Services DEPARTMENTAL APPEALS BOARD. Civil Remedies Division
Department of Health and Human Services DEPARTMENTAL APPEALS BOARD Civil Remedies Division Scott Christie, Psy.D. (OI File No. H-12-42635-9) Petitioner, v. The Inspector General. Docket No. C-14-88 Decision
Department of Defense INSTRUCTION
Department of Defense INSTRUCTION NUMBER 7640.02 April 15, 2015 IG DoD SUBJECT: Policy for Follow-Up on Contract Audit Reports References: See Enclosure 1 1. PURPOSE. This instruction reissues DoD Instruction
to Consolidate, ECF No. 13,1 filedon August 21, 2014. Therein, Sprinkle argued that this Court
Case 2:14-cv-00251-LRL Document 21 Filed 09/23/14 Page 1 of 7 PageID# 98 UNITED STATES DISTRICT COURT FOR THE EASTERN DISTRICT OF VIRGINIA Norfolk Division UNITED STATES OF AMERICA, for the use ofsprinkle
T.C. Memo. 2007-53 UNITED STATES TAX COURT. LLOYD T. ASBURY, ATTORNEY AT LAW, P.A., Petitioner v. COMMISSIONER OF INTERNAL REVENUE, Respondent
T.C. Memo. 2007-53 UNITED STATES TAX COURT LLOYD T. ASBURY, ATTORNEY AT LAW, P.A., Petitioner v. COMMISSIONER OF INTERNAL REVENUE, Respondent Docket No. 13589-05. Filed March 6, 2007. Lloyd T. Asbury (an
Flexible Circuits Inc. Purchase Order Standard Terms and Conditions
Flexible Circuits Inc. Purchase Order Standard Terms and Conditions 1. Acceptance- This writing, together with any attachments incorporated herein, constitutes the final, complete, and exclusive contract
CASE 0:11-cv-00412-MJD-FLN Document 96 Filed 07/11/13 Page 1 of 5 UNITED STATES DISTRICT COURT DISTRICT OF MINNESOTA
CASE 0:11-cv-00412-MJD-FLN Document 96 Filed 07/11/13 Page 1 of 5 UNITED STATES DISTRICT COURT DISTRICT OF MINNESOTA In re Mirapex Products Liability Litigation Case No. 07-MD-1836 (MJD/FLN) This document
APPEAL FROM THE CIRCUIT COURT OF TEXAS COUNTY. Honorable William E. Hickle REVERSED AND REMANDED IN PART AND AFFIRMED IN PART
SHELTER INSURANCE COMPANY, Plaintiff-Appellant, vs. No. SD33552 JEANIE VASSEUR, Filed: May 19, 2015 MATTHEW VASSEUR, by and thru his Guardian ad Litem, ADAM VASSEUR, CHARLOTTE VASSEUR, JACKIE STRYDOM,
6. Q: A: No, however it is anticipated that the PM firm will need to understand FEMA and HUD CDBG compliance as part of the scope of services. 7.
HHC Program Manager Request for Proposals (RFP) for Consulting Services Project # 6161 Questions & Answers Date: October 1, 2015 1. Q: In CR#2017007 would schedule outsourcing be considered as an appropriate
IN THE NEBRASKA COURT OF APPEALS. MEMORANDUM OPINION AND JUDGMENT ON APPEAL (Memorandum Web Opinion)
IN THE NEBRASKA COURT OF APPEALS MEMORANDUM OPINION AND JUDGMENT ON APPEAL (Memorandum Web Opinion) CITY OF LINCOLN V. DIAL REALTY DEVELOPMENT NOTICE: THIS OPINION IS NOT DESIGNATED FOR PERMANENT PUBLICATION
STATE OF LOUISIANA COURT OF APPEAL, THIRD CIRCUIT 04-1437 **********
STATE OF LOUISIANA COURT OF APPEAL, THIRD CIRCUIT 04-1437 TERREL CAMEL AND DINA CAMEL VERSUS GREGORY HARMON AND CANDACE HARMON ********** APPEAL FROM THE FIFTEENTH JUDICIAL DISTRICT COURT PARISH OF LAFAYETTE,
UNITED STATES DISTRICT COURT EASTERN DISTRICT OF MISSOURI EASTERN DIVISION
UNITED STATES DISTRICT COURT EASTERN DISTRICT OF MISSOURI EASTERN DIVISION CINCINNATI INSURANCE COMPANY, Plaintiff, v. No. 4:01 CV 726 DDN VENETIAN TERRAZZO, INC., Defendant. DECLARATORY JUDGMENT Pursuant
388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email [email protected] ADDENDUM NO. 1
388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email [email protected] May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation
NABL NATIONAL ACCREDITATION
NABL 160 NABL NATIONAL ACCREDITATION BOARD FOR TESTING AND CALIBRATION LABORATORIES GUIDE for PREPARING A QUALITY MANUAL ISSUE NO. : 05 AMENDMENT NO : 00 ISSUE DATE: 27.06.2012 AMENDMENT DATE: -- Amendment
In the Court of Appeals of Georgia
WHOLE COURT NOTICE: Motions for reconsideration must be physically received in our clerk s office within ten days of the date of decision to be deemed timely filed. http://www.gaappeals.us/rules/ March
Decision. Matter of: DJW Consulting, LLC. File: B-408846.3. Date: December 18, 2013
United States Government Accountability Office Washington, DC 20548 Decision Comptroller General of the United States DOCUMENT FOR PUBLIC RELEASE The decision issued on the date below was subject to a
