First Division Design, LLC ( 2018 )


Menu:
  •                ARMED SERVICES BOARD OF CONTRACT APPEALS
    Appeal of --                                 )
    )
    First Division Design, LLC                   )      
    ASBCA No. 60049
    )
    Under Contract No. FA5270-13-P-013 l         )
    APPEARANCE FOR THE APPELLANT:
    APPEARANCES FOR THE GOVERNMENT:
    Mr. Craig F. Pierce
    Manager/Member
    Jeffrey P. Hildebrant, Esq.
    I
    "'
    Air Force Deputy Chief Trial Attorney
    Phillip E. Reiman, Esq.
    Maj Matthew Ramage-White, USAF
    Alexis J. Bernstein, Esq.
    Trial Attorneys
    OPINION BY ADMINISTRATIVE JUDGE KINNER
    Appellant, First Division Design, LLC (FDD), appeals the Air Force's decision to
    deny most of the costs FDD claims relating to the termination for convenience of its
    contract for floor tiles. Appellant principally contends that the Air Force is liable for
    delay in terminating the contract and for costs incurred during extended negotiations prior
    to termination. The contract was terminated because the Air Force had incorrectly
    accepted FDD's offer for floor tiles manufactured in China. The Air Force could not
    accept products manufactured in China pursuant to applicable trade restrictions.
    Both parties elected Board Rule 11 disposition. The government later filed a
    motion for summary judgment, however, it withdrew that motion, requesting that its
    brief be considered as the government's Rule 11 submission.
    FINDINGS OF FACT
    I. The 18th Contracting Squadron, Commercial Acquisitions Flight, at the Kadena
    Air Base in Okinawa, Japan (KAB ), issued a request for quotations (RFQ) on 6 August
    2013 to procure vinyl floor tiles (app. supp. R4, tab 1). The RFQ required offers to be
    submitted by 30 August 2013 (R4, tab 9 at 5). The RFQ stated that an award would be
    made to the responsible offeror whose offer conformed to the solicitation and would be
    most advantageous to the government (id. at 6).
    2. The solicitation was issued, and the subsequent contract awarded, using
    standard form 1449, Order for Commercial Items (R4, tab 1 at 1). The contract
    incorporated by reference Federal Acquisition Regulation (FAR) 52.212-4, CONTRACT
    TERMS AND CONDITIONS-COMMERCIAL ITEMS (JUL 2013) (id. at 5). Relevant portions
    of that clause are:
    (b) Assignment. The Contractor or its assignee may
    I
    f
    assign its rights to receive payment due as a result of
    performance of this contract to a bank, trust company, or
    other financing institution, including any Federal lending
    agency in accordance with the Assignment of Claims Act
    (31 U.S.C. [§] 3727). However, when a third party makes
    I
    payment (e.g., use of the Government wide commercial
    purchase card), the Contractor may not assign its rights to
    receive payment under this contract.
    (1) Termination for the Government's convenience.
    The Government reserves the right to terminate this
    contract, or any part hereof, for its sole convenience. In
    the event of such termination, the Contractor shall
    immediately stop all work hereunder and shall immediately
    cause any and all of its suppliers and subcontractors to
    cease work. Subject to the terms of this contract, the
    Contractor shall be paid a percentage of the contract price
    reflecting the percentage of the work performed prior to
    the notice of termination, plus reasonable charges the
    Contractor can demonstrate to the satisfaction of the
    Government using its standard record keeping system,
    have resulted from the termination. The Contractor shall
    not be required to comply with the cost accounting
    standards or contract cost principles for this purpose. This
    paragraph does not give the Government any right to audit
    the Contractor's records. The Contractor shall not be paid
    for any work performed or costs incurred which reasonably
    could have been avoided.
    (v) Incorporation by reference. The Contractor's
    representations and certifications, including those
    completed electronically via the System for Award
    Management (SAM), are incorporated by reference into
    the contract.
    2
    3. FDD made several inquiries by email regarding submission of samples and
    other aspects of the specification before submitting its offer (R4, tabs 2-4). A KAB
    contract specialist, Second Lieutenant (Lt) Dayton Gilbreath, responded to FDD's
    inquiries the same day (R4, tab 5 at 3-4). Mr. Craig Pierce, owner and manager of
    FDD, was nonetheless dissatisfied with Lt Gilbreath's responsiveness, characterizing        I
    I
    him as inexperienced or evasive and suggesting FDD might bring a "formal protest"
    (id. at 2). It is not clear how Mr. Pierce's annoyance with Lt Gilbreath could constitute
    grounds for a bid protest, but that exchange prompted a response from Master Sergeant
    (MS gt) Chad Obermiller. MS gt Obermiller identified himself as the contracting officer
    Il
    and assured Mr. Pierce the KAB would do "everything in our power to get you the
    requested information and to assist your company in any way that we can so long as we
    are legal to do so" (id.). In a reply email on 15 August 2013, Mr. Pierce discussed his
    concerns with the specification and explained that the tile in the solicitation "was
    manufactured in China, as will be the product we offer" (id. at 1). Mr. Pierce also
    discussed sending a sample from China.
    4. The KAB received eleven offers in response to the RFQ (supp. R4, tab 109).
    Eight offers were from American companies and three quotes were received from
    II
    companies in Japan (id.). On 30 August 2013, FDD submitted its offer to supply tile for
    $341,280.00 (R4, tab 9). On 8 September 2013, MSgt Obermiller sent FDD a notice of
    award of the purchase order by facsimile (R4, tabs 1, 12 at 3). FDD returned its
    acknowledgment of the order the same day (R4, tab 12 at 3).
    5. Vendor 9 on the bid abstract, OSC Solutions, filed three agency protests (R4,
    I
    tab 108 at 20). Its first two protests, on 8 August and 9 September, claimed the KAB
    violated a requirements contract with OSC by purchasing tile from another source (id.
    at 1-3, 7-11). In the protestor's third challenge, submitted 25 September 2013, it also
    asserted the award to FDD was invalid under FAR 25.502(b) (id. at 19-25). OSC               Ir
    explained that FAR 25 .502(b) required the contracting officer to consider only offers of
    U.S.-made or designated country end products in accordance with the World Trade
    l
    Organization Government Procurement Agreement (WTO GPA) (id. at 24). The WTO
    GPA limitations are applicable to any supply contract exceeding $202,000.00 (id. at 22).
    Because the purchase order required the delivery of tile manufactured in China for
    $341,280.00, OSC concluded that the "government is required to immediately cancel the
    award to [FDD] and award a contract to the lowest priced technically acceptable offer
    meeting the applicable procurement laws" (id. at 24 ).
    6. Each of the three agency protests filed by OSC were withdrawn but, before the
    second one was, Lt Gilbreath sent the following direction by email to FDD on
    17 September 2013: "Please stop all work for contract F A5270-13-P-O 131. We will have
    further guidance in the next 48-72 hours." (R4, tab 13) Contrary to the directions in
    FAR 52.233-3, which authorizes a stop-work order when the agency receives a protest, the
    email did not state that the stop-work order was issued pursuant to that clause, or in
    3
    response to the second   osc protest (id.)   FAR 52.233-3, PROTEST AFTER AWARD
    (AUG 1996), provides:
    Upon receipt of a notice of protest (as defined in
    FAR 33.101) or a determination that a protest is likely (see
    FAR 33.102(d)), the Contracting Officer may, by written
    order to the Contractor, direct the Contractor to stop
    performance of the work called for by this contract. The
    order shall be specifically identified as a stop-work order
    issued under this clause.
    7. There is no evidence that FDD suffered damages because the stop-work order
    lacked the additional language required by FAR 52.233-3, Protest after Award. To the
    contrary, Lt Gilbreath's stop-work order should have prevented FDD from incurring further
    expense in performance of an invalid purchase order. Despite Mr. Pierce's statement when
    acknowledging the award in an email on 9 September 2013 that "[ w ]e will begin immediate
    production this week" (R4, tab 12 at 1), FDD did not incur costs for performance of its
    contract between the award on 8 September and the stop-work order on 17 September.
    Contrary to Mr. Pierce's 17 September email response to Lt Gilbreath, after receiving the
    stop-work order, that "we have already begun production to meet shipping date" (app. supp.
    R4, tab 53 at 20), there is no evidence that FDD performed compensable tasks to support
    the production of tiles before the stop-work order was issued. Instead, prior to the
    stop-work order FDD conducted email discussions with its purchasing agent, Mountain
    Gear Inc. (Mt Gear), and the supplier, Mao Sheng Plastics (MSP), confirming pricing and
    executed an agreement to assign payment for the contract to Mt Gear (id. at 3-19). In the
    assignment of claims agreement, Mt Gear assumed responsibility for "the performance of
    any work of any of the items mentioned in said contract" (app. supp. R4, tab 6 at 3).
    Manufacturing of the tiles did not begin before the stop-work order, because Mt Gear did
    not forward the deposit to MSP until 16 September (app. supp. R4, tab 53 at 16).
    Work Following the Stop-Work Order
    8. Following the stop-work order, neither FDD, nor its agent, Mt Gear, or the
    supplier, MSP, should have started work. Pursuant to subsection (a) of FAR 52.233-3,
    "Upon receipt of the [stop-work] order, the Contractor shall immediately comply with its
    terms and take all reasonable steps to minimize the incurrence of costs allocable to the
    work covered by the order during the period of work stoppage" (R4, tab 111 at 8). There is
    no evidence of how FDD complied with the stop-work order, or the FAR direction to take
    steps to minimize incurrence of costs. Rather than act to comply with the order, FDD
    attempted to perfect the assignment of claims agreement with its purchasing agent,
    Mt Gear (R4, tab 8). The afternoon following the stop work message from Lt Gilbreath.
    Mr. Pierce sent an email to the KAB expressing concern that he had not submitted his
    request for the assignment (id.). Mr. Pierce's email appeared to disregard the stop-work
    order. The contracting officer's response to Mr. Pierce's request for an assignment added
    4
    confusion to the direction the contractor was receiving. Without mention of WTO GP A
    requirements, or the stop-work order, MSgt Obermiller's email stated: "The only concern I
    have is that we are only allowed to issue an assignment of claims to a bank" (id.). Acting
    on that statement, Mr. Pierce and the president of Mt Gear withdrew the request for
    assignment to clear the way for their performance of the contract (R4, tabs 14-18). But
    Mr. Pierce could not reasonably have believed that his interest in an assignment was the
    reason for the stop-work order. In his prior message, Mr. Pierce had stated the KAB had
    no knowledge of his assignment request before the stop-work order was issued: "Dayton
    & Chad, it was just pointed out to me that you were not given a notice that a 'Financial,
    (
    Assignment of Claim' was to be issued" (R4, tab 8).
    9. In light of the stop-work order, KAB contracting officials should have been
    concerned by Mr. Pierce's succeeding messages in which he referenced work that FDD
    should not have been performing. FDD's 23 September 2013 email to KAB states: "The
    boxes/cartons are being printed with your PO number and our company and description"
    (R4, tab 18). The 24 September email states: "We are in full production and have not heard
    I
    .
    from either of you since the 'assignment of claim,' issue" (R4, tab 19). Even if Mr. Pierce
    somehow believed the stop work related to an assignment to Mt Gear, he had no basis to
    presume the stop-work order was lifted to permit FDD to prepare shipments or engage in
    full production.
    10. IfFDD was confused, MSgt Obermiller did not clarify the reason for the
    stop-work order until 25 September 2013, when he asked where the plank flooring would
    be manufactured (R4, tab 20). Referencing FDD's prior submissions (R4, tabs 5, 9 at 4),
    Mr. Pierce confirmed FDD was offering a product from China (R4, tab 23).
    MSgt Obermiller then informed Mr. Pierce that the KAB could not complete the purchase
    because it would violate the listing of foreign products required by FAR 52.2 l 2-3(g)(5)(ii)
    Trade Agreements Certificate (id.). The contracting officer's statement was not entirely
    accurate because a purchase from FDD would not violate the requirement for the list. rather
    it would run afoul of the prohibition on government acceptance of goods made in China.
    As defined in FAR 25.003. acceptable products under the contract had to be made in
    the United States or a designated country in accordance with the WTO GPA.
    FAR 52.212-3(g)(5) gives effect to that restriction by requiring product information from a
    bidder, that, if necessary, would alert the KAB to an unacceptable bid to deliver products
    manufactured in non-designated countries, such as China. Thus, it was FDD's
    responsibility, pursuant to FAR clause 52.212-3, to list foreign products that it would
    deliver if awarded the contract.
    11. Although FAR 52-212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-
    COMMERCIAL ITEMS, had been added by one of the three solicitation amendments
    (compl. ,i,i 7-9), as explained below the KAB never had a chance to consider a trade
    agreement certification, ostensibly, from FDD (app. supp. R4, tab 2). The trade
    agreement certifications required by FAR 52.212-3(g)(5), are part of the offeror's
    verification that its representations and certifications reported on the DoD Central System
    5
    for Award Management (SAM) website are current, accurate, complete, and applicable to
    the solicitation (app. supp. R4, tab 3; R4, tab 9 at 6). Prior to award, Lt Gilbreath warned
    FDD that it would be found "non-compliant" if it had not registered with SAM (R4, tab 10
    at 2). In response, FDD confirmed that it was "registered and current in SAM" (id. at 1).
    Notwithstanding that representation to Lt Gilbreath, FDD had chosen not to complete the
    trade certifications because the information "must be submitted to the government with
    individual offers/proposals" (app. br. at 13; app. supp. R4, tab 3 at 1). FAR 52.212-3
    instructed FDD that its offer verified the accuracy of its representations in SAM, and that
    it should "identify the applicable paragraphs at (c) through (u) of this provision that the
    offeror has completed for the purposes of this solicitation only, if any. " Had FDD
    complied with that instruction, it would have identified the product it offered as a product
    from China, under subparagraph (g)(5) (R4, tab 24 at 3). FDD apparently ignored that
    requirement (app. supp. R4, tab 3).
    12. To compound that omission, Mr. Pierce claimed the clauses pertaining to trade
    agreements were not applicable to the solicitation or the purchase order (R4, tabs 24-27).
    Mr. Pierce informed the contracting officer that subparagraph FAR 52.212-3(g)(5) is
    prefaced with the parenthetical instruction that trade agreement certifications only apply if
    clause FAR 52.225-3, BUY AMERICAN - FREE TRADE AGREEMENTS - ISRAELI TRADE ACT.
    is included in the solicitation (id.) From that assertion, Mr. Pierce argued that trade
    agreement certifications were not required because the Buy American clause had not been
    included in the solicitation. Mr. Pierce's analysis was incorrect because he misstated the
    FAR provision referenced in FAR 52.212-3(g)(5). The clause discussed by Mr. Pierce,
    FAR 52.225-3, does not apply to this overseas contract. See FAR 25.1 lOl(b). Thus,
    FAR 52.225-3 was properly excluded from the solicitation.
    13. Mr. Pierce corrected his mistaken reference in a succeeding message (R4,
    tab 27 at 3). The clause referenced in FAR 52.212-3(g)(5) which triggered FDD's
    responsibility to submit a trade agreement certification is FAR 52.225-5, Trade
    Agreements. Mr. Pierce asserted that FAR 52.225-5 also was not included in the
    solicitation (id.). FDD was incorrect because FAR 52.225-5 is in the list of clauses that
    may be included in the contract by reference under FAR 52.212-5 (R4, tab 1 at 8).
    14. Undaunted by the presence of the correct clause, Mr. Pierce continued emailing
    the contracting officer into October arguing that the KAB had incorrectly assembled the
    solicitation and was relying upon incorrect FAR provisions (R4, tabs 24-29).
    MSgt Obermiller responded to FDD's arguments and tried to address the confusion created
    by some of his prior messages, e.g., "[m]y response to the Assignment of Claims was
    unrelated to the suspension of work" (R4, tab 39 at 10). He explained that "we are still
    wanting to keep the contract" but the KAB had to receive a product from "a Designated
    Country [a]s defined in FAR 25.003" (id. at 7). By 4 October 2013, Mr. Pierce appeared to
    accept MSgt Obermiller's explanation and declared he would be able to deliver tile from a
    designated country very quickly (R4, tab 30). Despite that representation, Mr. Pierce
    continued to suggest ways to avoid the WTO GPA limitations (R4, tabs 31-35).
    6
    MSgt Obermiller similarly seemed determined to find a way to continue the purchase
    order with FDD (R4, tabs 36-39).                                                                I
    15. The contracting officer's expressed desire to continue the contract, apparently
    I
    did not satisfy Mr. Pierce, who made unspecified threats of legal action against
    MSgt Obermiller (R4, tab 39). In response, the contracting officer tried to assure Mr. Pierce   I
    that he and "my legal team are doing everything that we can to make this work" (id.).
    Whatever MSgt Obermiller's motivations, he sincerely sought a means to complete the             l
    t•
    purchase order (e.g., R4, tab 106 at 41). MSgt Obermiller continued email discussions with
    Mr. Pierce between 9 and 31 October 2013 regarding price and shipping (R4, tabs 3 1-42 ).
    f
    16. At the end of the month, Mr. Pierce informed MSgt Obermiller he was                 I
    finalizing shipping details (R4, tab 43). In response, on 1 November 2013,
    MS gt Obermiller reminded Mr. Pierce "[ w ]e are still working through the WTO GP A
    issue" and hoped to have a definitive answer the following week (id.). ,                        I
    17. That answer appeared to come on 18 November 2013, when MSgt Obermiller
    informed Mr. Pierce that the KAB had made the decision that it could only proceed with
    procurement of goods from a "compliant country" (R4, tab 46). Mr. Pierce responded the
    next day (R4, tab 47). Contrary to the representation that FDD would deliver a product
    I
    f
    from a designated country (R4, tab 30), Mr. Pierce informed the KAB that a source did not
    exist that met the contract specification for the contract price. He instead proposed a price
    increase of $70,096.22. Mr. Pierce explained that a modification of the contract price
    would also free the government of unspecified charges, fees and legal issues. (Id.) Five
    days later, Mr. Pierce sent a follow-on email to tell MSgt Obermiller that the contract was
    100% his responsibility and "you should have done your job" to apply WTO GPA to the
    solicitation (R4, tab 48). The email went on to speculate that possibly all the bidders "may
    have been non-compliant with the WTO GP A" because there was "no abstract or
    debriefing how you achieved your decision" (id.). Mr. Pierce warned the contracting
    officer that: "Time is up, please accept the order that is about to ship or modify the
    contract to increase the amount by $70,096.22, for a total of $411,376.22." Alternatively,
    Mr. Pierce advised the contracting officer that he could proceed with a termination for
    convenience and the "contracting office will be responsible for all cost, incurred by First
    Division Design LLC, all our subcontractors, freight forwarders, lost profit and of course
    legal fees." The email included a deadline in which the contracting officer was to choose a
    "direction" or provide contact information for the legal department, director of contracting
    and the base commander "and unfortunately ... we must start proceedings." (Id.)
    18. Despite its threats, FDD's position was not consistent with the facts. FDD could
    only have had an "order that is about to ship" if it ignored the stop-work order and the
    information it received in the email discussions with the contracting officer (R4, tab 8). It
    had been told by the contracting officer that adjusting the contract price would require
    re-solicitation of the requirement (R4, tab 32). And, if FDD could not provide the
    requirement at the contract price, the KAB would have to terminate the contract (R4,
    7
    tabs 23-24 at 3, tabs 28-29, 34, 46). Perhaps Mr. Pierce's correspondence ignored those
    circumstances because much of the contracting officer's correspondence appeared to
    similarly disregard the regulatory framework of the solicitation, as did MS gt Obermiller·s
    response to Mr. Pierce's 19 November 2013 threatening email. Ignoring his prior statement
    that a post award change to the specification or price would require re-solicitation (R4. tab
    32), the contracting officer invited Mr. Pierce to consider a more moderate price increase
    than that proposed by FDD (R4, tab 50). MSgt Obermiller's suggestion appears to have
    been based upon his belief that he could obtain KAB funding for a reformed contract at
    $402,000 (id.). Mr. Pierce declared $402,000 to be an acceptable price and MSgt Obermiller
    said he was working with the customer "to secure the additional funding" (R4, tabs 49-51 ).
    19. Despite MSgt Obermiller's desire to work with Mr. Pierce, the KAB determined
    it could not pursue restructuring the contract. MSgt Obermiller informed Mr. Pierce by
    email, 20 December 2013, that completing a modification of the purchase order would
    violate procurement regulations (R4, tab 53 ). Other than to say the modification would
    require "negotiations with all vendors" the message did not provide the reason why
    executing the modification would be improper (id.).
    20. What MSgt Obermiller's email explained, was that only two options existed in
    the procurement (R4, tab 53). FDD could perform, if it was able to "supply an item from
    a qualified country at the current contract price." Or, the KAB would terminate the
    contract. (Id.) Rather than accept the opportunity to complete the contract by delivering
    tiles "in accordance with the WTO GPA," as he told the contracting officer he would on
    4 October 2013 (R4, tab 30), Mr. Pierce chose contract termination (R4, tab 54).
    Mr. Pierce also asked what regulation was being violated, and made unsupported claims
    that the tile FDD offered was produced and "waiting to ship for 45 days," and production
    was begun on a "WTO GPA product" as well (id.). MS gt Obermiller informed Mr. Pierce
    that production by FDD suppliers would have been accomplished at FDD's risk because
    the stop-work order had not been lifted and no modification of the purchase order had
    been executed (R4, tab 55).
    21. MSgt Obermiller also informed Mr. Pierce that a modification would violate
    FAR 15.306(b)(l) (R4, tab 55). This is a peculiar reference because FAR subpart 15.3
    describes the policies and procedures an agency should use for selection of a source in
    negotiated acquisitions. Presumably, the KAB considered a modification to revise the
    product and price offered by FDD a violation of that restriction. Aside from the
    determination that materially modifying the purchase order was impermissible, the KAB
    made no mention of FDD's inability to comply with the WTO GPA restrictions. which
    KAB said would make termination necessary.
    22. MSgt Obermiller and Mr. Pierce continued to correspond by email through
    January 2014 (R4, tabs 56-60). In his messages, Mr. Pierce insisted the order was ··on its
    way" and FDD had to deliver because a termination notice had not been issued (e.g., R4,
    tab 59). Mr. Pierce also contacted the commander of the KAB contracting office,
    8
    Lt Col Calvin C. Hodgson, to inform him that FDD had "endured improper procedures"
    I
    with this contract, and that all the errors were committed by the KAB (R4, tab 63 at 4 ).
    In reply, Lt Col Hodgson explained that cancellation of the purchase order would be
    pursued in accordance with FAR 13.302-4, or by termination pursuant to FAR 12.403
    (id. at 3). Lt Col Hodgson also assigned a new contracting officer to the contract,
    Mr. Charles Julian (id.).
    Termination Contracting Officers
    23. Mr. Julian issued the termination for convenience notice 12 February 2014
    (R4, tab 67). FDD submitted its initial termination settlement proposal 11 March            !
    requesting $300,844.15, based upon an invoice from Mt Gear, for $258,411.49 and
    $42,432.66 for unspecified administrative expenses allegedly incurred by FDD
    (R4, tab 69). Mr. Julian questioned whether FDD had attempted to mitigate any of its
    alleged costs (R4, tab 68). He also questioned Mr. Pierce's conflicting representations
    I
    i
    regarding amounts owed to the subcontractor and the supplier (id.). As reflected in         f
    Mr. Julian's 3 April 2014 letter, he and Mr. Pierce apparently continued discussions
    through March 2014 (R4, tab 71 ). Based upon "conversations and correspondence'· with       f
    Mr. Pierce, Mr. Julian understood that the tile had been manufactured and remained
    stored in the manufacturer's warehouse. With that understanding, Mr. Julian
    recommended ways for FDD to mitigate whatever costs it had incurred by negotiating a
    sale of the tile. (Id.) He requested a response from FDD in ten days explaining "how you
    have mitigated or are mitigating your costs." Mr. Julian explained that the contracting
    officer would use that information to determine the amount to be paid to FDD. (Id.)
    I
    FDD's 9 April 2014 response provided conflicting answers to Mr. Julian's requests (R4,
    tab 72). FDD informed Mr. Julian that "all contract related costs have been avoided"
    because the contract was terminated, and "no manufacturing or related contract costs''
    were incurred after the termination. But FDD could not mitigate the costs it had incurred
    because the KAB had employed "improper procedures." FDD claimed its purchasing
    agent, Mt Gear, had lost confidence in both FDD and the KAB. FDD explained that the
    I
    manufacturer, MSP, would not make contact with FDD because its contract was with
    Mt Gear. FDD suggested this situation could have been avoided if the KAH had issued
    the termination "in a timely manner." (Id.) FDD did not explain how additional
    expenses could have been avoided or reduced by a "timely" termination notice when
    FDD was restricted from incurring costs beginning 17 September by the stop-work order.
    24. Rubyann Prout, Director of Business Operations, for KAB informed FDD by
    email on 5 May, that she was assuming responsibility for the termination settlement (R4,
    tab 77 at 4). Ms. Prout referenced Mr. Julian's prior discussions regarding FDD's costs
    and assured Mr. Pierce the KAB wished to close out the matter once it received FDD's
    claim (id.). Mr. Pierce informed Ms. Prout that Mr. Julian's suggestion that FDD sell the
    tile was "not viable" because a bank would not offer a loan on the "specialized
    inventory-without a billable invoice" and a distributor would not stock that amount of
    tile (id. at 1). Mr. Pierce provided calculations presumably to show the resale price
    9
    exceeds the value of the tile plus shipping cost. He also attached a somewhat revised
    settlement proposal for $307,320.32. (Id.) Mr. Pierce did not explain why FDD would
    be concerned with a bank loan for the tile inventory if it was selling the product. Nor did
    he explain why a distributor would not stock the amount of tile in the contract, much less
    portions of the contract amount. Nor, did Mr. Pierce provide support for these
    assumptions from the market, or explain the basis for these assumptions.
    25. Ms. Prout sent Mr. Pierce a memorandum on 9 May 2014 requesting
    documentation to support FDD's settlement proposal (R4, tab 78). Ms. Prout noted that
    FD D's proposal was unusually high in light of the stop-work order issued 17 September.
    and, without a settlement with Mt Gear, FDD's only costs were the $2,600 it had
    identified as termination costs (id. at 2). Ms. Prout posed seven questions seeking an
    explanation of specific cost items in FDD's proposal and specific facts regarding the
    actions of FDD and Mt Gear (id.). First FDD was asked what costs it included in the
    $43,432.66 it labeled "initial costs" in its latest proposal (R4, tab 79). FDD's response
    was that $43,432.66 was the total cost, (excluding "reasonable profit") incurred for a list
    of "bullet items" (id.). The bullet items are a list of generic terms, such as "costs incurred
    in performance," "price preparation for Korea (as per MSgt Obermiller)," and "research
    fees" without associated dollar amounts (id. at I). Ms. Prout asked how FDD calculated
    the $2,600 identified as "costs of termination settlement" in its first proposal (R4, tab 78).
    FDD responded that it added that number to its settlement costs "for administrative, legal
    and consulting fees-for answering redundant questions which have been answered
    previously" (R4, tab 79 at I). Administrative and legal fees were included in the generic
    list of terms in FDD's response to the first question as well (id.). In response to
    Ms. Prout's question what was done after receipt of the stop-work order, FDD would only
    state that it did not receive the termination for convenience notice until 12 February 2014
    (id. at 2). FDD added "Clarification: 'Stop Work Order' applies only to construction
    contracts. You should know this?" (Id.) FDD was presumably arguing a stop-work order
    could not have been issued based upon its reading of the text of the fixed-price
    termination for convenience clause, FAR 52.249-2, which it reproduced in its response,
    noting that the clause specifically includes the words "Stop work." Lastly, in response to
    Ms. Prout's question what amount FDD paid or was obligated to pay Mt Gear, FDD
    responded: "$262,287.66 at present." (Id.)
    26. Mr. Pierce's posturing was not responsive to the specific questions posed by
    Ms. Prout. She reiterated her questions in a second memorandum on 14 May 2014,
    explaining the importance of mitigating costs with Mt Gear, and warning FDD that it
    would only be paid for costs it actually incurred (R4, tab 81). Ms. Prout noted that "[w]e
    are not in a position to appreciate fully your relationship with Mt Gear nor its relationship
    with the manufacturer" (id.). Ms. Prout told FDD that it should follow the claim process
    in FAR 33.207 when it was ready to file a claim (id.). Without responding to the
    questions in the 14 May memorandum, on 22 May 2014, FDD re-sent its response to the
    9 May memorandum, and its response to the questions posed in Mr. Julian's 18 March
    request (R4, tab 82). But Mr. Pierce also said he would supply Ms. Prout with a revised
    10
    I
    t
    t
    Settlement Proposal the following day (id. at l ). The KAB did not receive that proposal       f
    from FDD. On 10 July 2014, Ms. Prout sent a memorandum again asking for
    clarification of FD D's alleged costs (R4, tab 84). Ms. Prout also advised how FDD could
    submit a claim and provided the language for claim certification (id.). Notwithstanding
    I
    Ms. Prout's reiteration of the regulatory basis for the stop-work order in her several
    memoranda, Mr. Pierce responded with a demand that the KAB provide him those
    regulations, presumably seeking either the same citations or reproduction of the text of
    applicable FAR provisions (R4, tab 85). Mr. Pierce asked for these regulations because
    "I will not allow you to 'sweep under the carpet', the delayed and improper procedure
    regarding this contract" (id.).
    27. On 15 July 2014, Mr. Pierce informed Ms. Prout that he expected "a revised.
    signed and certified modification of billing from MT Gear to FDD" (R4, tab 86). That
    modified billing is presumably the 31 July 2014 invoice from Mt Gear included in
    appellant's supplement to the Rule 4 file although there is no evidence it was provided to
    the KAB (app. supp. R4, tab 19). The invoice included: a prepaid non-refundable deposit.
    $52,518.45; margin on manufacturers non-refundable amount, $34,874.73; anticipated job
    profits (incurred costs included), $62,469.27; interest on prepaid deposit at 5.25% for
    12/15/13 - 8/15/2014, $1,835.63. The invoice does not include an explanation how FDD
    would be liable to Mt Gear for the amounts for margin, anticipated profit or interest on the
    deposit, even assuming there was a subcontract relationship between FDD and Mt Gear.
    28. The KAB had not requested an invoice from Mt Gear, rather it sought
    documentation of FD D's obligation to pay such an invoice. Lacking substantive responses
    from FDD, the KAB continued email correspondence through August 2014 regarding
    FDD's position that a valid stop-work order had not been issued, and the KAB's request
    that FDD submit a claim to bring the termination settlement to a close (R4, tabs 87-92).
    29. FDD nonetheless maintains these arguments in its claim (R4, tab 96 at 2); and
    before this Board (app. br. at 15, 23). Mr. Pierce certified FDD's settlement claim
    1 February 2015 (R4, tab 96 at 10). Ms. Prout, acting as contracting officer, denied the
    majority ofFDD's termination for convenience claim by final decision 22 April 2015
    (R4, tab 98). The contracting officer determined that FDD was entitled to $11,944.99 for
    some work performed and settlement related costs (id. at 11). On 1 July 2015, Mr. Pierce
    notified Ms. Prout that FDD had filed a notice of appeal with this Board (R4, tab 99).
    He also requested payment of the amount granted in the final decision (id.). Ms. Prout
    informed Mr. Pierce that FDD's request for payment had to be made through the process in
    the Wide Area Work Flow clause (R4, tab 100). A modification was issued to the contract
    for $11,944.99, which was paid to FDD on 4 August 2015 (R4, tabs 101-02).
    11
    I•f
    The Subcontractor and Supplier
    30. In October 2013, Mr. Pierce had contacted other suppliers looking for a
    company that could supply a conforming product from a designated country (R4, tab I 06
    at 2-3, 6, 8-9). Among others, Mr. Pierce contacted the Top-Joy International Trading
    (Shanghai) Co., Ltd. which manufactures flooring. Mr. Eric Zeng of Top-Joy responded
    "we don't have manufacturing plant for vinyl plank in WTO GPA country." (Id. at 22)
    31. In his 9 April 2014 revised settlement proposal, Mr. Pierce unequivocally          f
    l
    asserted to Mr. Julian, that FDD had no contractual relationship with MSP (R4, tab 72).
    He insisted MSP would not communicate with FDD without a contractual relationship
    (id.). Yet, there had been a continuous stream of email communication between
    Mr. Pierce and Alex Lu, representative of MSP. The evidence of Mr. Pierce's
    communication with Mr. Lu revealed Mr. Pierce did not inform MSP of the stop-work
    order. (R4, tab I 06 at 4-6) Rather, it was Mr. Lu who informed Mr. Pierce on 9 October
    2013, that "mass production" was suspended when MSP received "advice of
    cancellation." Despite that suspension of work by MSP, on 16 October, Mr. Lu informed
    Mr. Pierce that "we made all 14400 cases vinyl flooring." MSP also apparently intended
    to continue work. (Id. at 9) On 28 October, Mr. Lu informed Mr. Pierce "It has been
    40 days since our contract # MS 130910 come into effect. I am afraid that we have to
    terminate this contract by the deadline of 18, Nov., 2013. However, we hope to finish
    this contract before the deadline." (Id. at 24)
    32. Despite his contacts with Mr. Lu, Mr. Pierce expressed to MSP confusion
    regarding MSP's progress with the work. Mr. Pierce asked Mr. Lu on 30 October 2013,
    43 days after MSP should have been instructed to cease work and ensure no further costs
    were incurred, "What is the production status? One e-mail states 5000 cases packaged,
    another says all 14,400 are finished. Which is it. Cases produced at this time?"
    (R4, tab 106 at 27) According to Mr. Lu, Mr. Pierce's confusion was due to his references
    to different parts of the product: 5,000 square meters of tile had been finished, all 14,400
    paper cartons had been finished and the film used in manufacture of the tiles had been
    made (id.). Mr. Pierce attempted to convey that breakdown to MS gt Obermiller in his
    18 November email:
    We must offset MS Flooring's cost of the pvc, film,
    If
    customized boxes, inspections and freight forwarders, for
    the initial order from China, as specified in our bid
    response and still make a profit. A modification adding
    $70,096.22 to the contract will allow a very modest profit,
    without a loss. This will free the US Gov't of any
    additional charges, fees or legal issues.
    At present we favor a factory out of Taipei. All sea cargo
    will be US Flagged, and all the proper documentation will
    12
    I
    be supplied. Documentation to include all current
    Japan/US Import & Export mandates, manufacturing                                  I
    origin, material contents, WA WF requirements and
    mandatory freight documentation.
    i
    (R4, tab 106 at 39) The shipping plan Mr. Pierce offered in that email reflected the
    plan discussed with Mr. Lu, to falsely deliver the MSP non-compliant products via
    Taipei (id. at 27). Perhaps, Mr. Pierce was attempting to increase FDD profits by
    I
    J
    making the false shipment under the purchase order.
    33. Mr. Lu informed Mr. Pierce that work on the order would be suspended                f
    temporarily on 14 November 2013, 58 days after the 17 September stop-work order
    (R4, tab 106 at 36). The costs MSP incurred after the stop-work order were not the              l
    (
    responsibility of the KAB. Instead, on 2 December, FDD's supplier encouraged
    Mr. Pierce to find another customer for the tile to mitigate the loss of the deposit that
    MSP would retain (id. at 42). Mr. Lu's recommendation was similar to the advice                 I.
    Mr. Pierce had received from Mr. Julian and Ms. Prout. Mr. Lu's recommendation to sell
    the tiles conflicts with Mr. Pierce's statements to Mr. Julian. Mr. Lu also stated that it
    would be difficult to sell a large volume of single color custom made deco film (id.).
    That information from Mr. Lu was very different from Mr. Pierce's assertion to
    I
    <
    l
    Mr. Julian that it would be difficult to re-sell the completed tile.
    34. Contrary to his statements to the contracting officers in April 2014 that he
    had no contractual relationship with MSP, Mr. Pierce pursued settlement with Mr. Lu in
    December 2013. According to a summary of emails that FDD submitted for this litigation,
    Mr. Pierce asked for delivery of the completed tile, cartons and film (R4, tab 106 at 44).
    Also contrary to Mr. Pierce's statements, Mr. Lu explained that no money was owed to
    MSP, and a refund was due on the deposit MSP received from Mt Gear (id.). Because
    MSP's total production cost for completed tiles, $7,227.80, finished cartons, $5,579.69, and
    unused film, $38,057.29, totaled $50,864.78, Mt Gear could recover a refund of $1,653.67
    (Deposit, $52,518.45 -Production cost, $50,864.78 = Refund, $1,653.67) (id. at 44-45).
    MSP's total production cost equaled 15 percent of the KAB purchase order price.
    35. Also contrary to his April 2014 representations to Mr. Julian, Mr. Pierce
    discussed selling the completed tiles in the United States in December 2013 (R4, tab 106
    at 4 7). The owner of Mt Gear asked Mr. Pierce if he could help sell the flooring in MSP' s
    possession. Mr. Pierce responded that he had discussed sale of the tile with a potential
    distributor. "Talked with Philip the vinyl flooring distributor from Ohio. He suggested
    selling it to the flooring distributors here in the Inland Empire." (Id.) The distributor did
    not raise any of the concerns Mr. Pierce described to Mr. Julian as reasons the flooring
    could not be sold to mitigate FDD costs (id.).
    13
    Settlement Claim
    36. In its claim, FDD asserts it "endured extreme economical duress" as a result of
    the improper award of the purchase order (R4, tab 96 at 1-2). The untimely termination of
    the contract added to that duress. FDD divides the costs to be recovered between FDD and
    Mt Gear. Costs claimed for FDD include estimated hours expended by Mr. Pierce:
    38.5 hours between 5 and 30 September 2013, $5,875; 46 hours between 30 September
    2013 and 12 February 2014, $6,900; 161 hours for settlement preparation costs between
    12 February and the date of the claim, $24,150; and 29 hours for termination settlement
    costs with Mt Gear, which consisted of "mitigation, legal, financial, research & admin
    fees," $4,350. (Id. at 3) The dollar total for each period was derived from a presumed
    hourly rate for Mr. Pierce of$150. Added to Mr. Pierce's hourly labor costs were $13,500
    for amounts paid to Strategic Sourcing Consultant; and $59,035 for one third of FD D's
    anticipated profit of$88,642.12. FDD's claimed costs total $113,810. Mt Gear's costs of
    $151,698.08 include the non-refundable deposit to MSP, interest on the deposit, costs for
    I
    "accounting, clerical, administration, research & legal fees preparatory & termination
    expenses." (Id.) FDD included 33 pages of documents as the support for the total claim of
    $265,508. The documents include copies of email correspon~ence between Mr. Pierce and
    the KAB. (Id. at 4-7, 11-38) Also included is an invoice for Strategic Sourcing Consultant
    and a statement from Mt Gear (id. at 8-9). None of the documents are records relating to
    Mr. Pierce's compensation and none explain the tasks listed in any claimed time period.
    There is no evidence that FDD employs a standard record keeping system or that its alleged
    costs were maintained in such a system. There is no record or explanation of the
    relationship between FDD and Mt Gear, nor of the amounts on Mt Gear's statement.
    3 7. After this appeal was filed, government counsel requested assistance from
    DCAA in the evaluation of FD D's claim (R4, tab 105 at 1). DCAA did not conduct an
    audit (id.). DCAA collected information from FDD regarding its discussion with
    Mt Gear about resale of the tile (id. at 5). DCAA concluded that FDD had an opportunity
    to reduce or avoid the cost of the tile by accepting the product and reselling it to another
    customer (id.). DCAA reviewed the cost elements of the claim and concluded that FDD
    does not utilize a standard record keeping system or possess records to support the
    claimed costs (id. at 6-17). FDD has no record of payment to Mt Gear for the deposit to
    MSP (id. at 7). FDD could not produce a contract with Strategic Source Consultant, or
    I   any work product from the consultant, which was described by FDD as "not well versed
    in government sales" (id. at 13-4).
    l                                         DECISION
    The government improperly awarded the purchase order to FDD for goods
    I
    unacceptable under the WTO GP A. Arguably, the contracting officer did not have                f
    authority to make an award to FDD because its offer was non-responsive to the
    solicitation. FAR 14.408-l(a)(3); Johnson Mgmt. Grp. CFC, Inc. v. Martinez, 308 F.3d           I
    1245 (Fed. Cir. 2002) (Contracting officer is not authorized to deviate from requirements
    14
    'I.
    .
    r
    of procurement regulations, any deviation is beyond authority of the contracting officer.).
    The failure of a contracting officer to comply with statutory requirements in making an
    award can render the contract a nullity. United States v. Amdahl Corp., 
    786 F.2d 387
    .
    392 (Fed. Cir. 1986). The award may be canceled without liability to the government if
    the KAB made the award contrary to the trade agreement regulations as a result ofFDD's
    actions, or if FDD was on direct notice that the procedures being followed were violating
    those requirements. 
    Id.
     at 393 (citing Prestex, Inc. v. United States, 
    320 F.2d 367
    . 373
    (Ct. Cl. 1963 ); Schoenbrod v. United States. 410 F .2d 400, 404 (Ct. Cl. 1969); Toyo
    Menka Kaisha, Ltd. v. United States, 
    597 F.2d 1371
    , 1376-77 (Ct. Cl. 1979)).
    Contrary to FD D's insistence that every error in the solicitation and award of the
    purchase order was the responsibility of the KAB,* it ignored the applicable trade
    restrictions for this contract (finding 12). It also incorrectly asserts "[n]owhere in the FFP
    contract was there any reference (language or legal citation) to World Trade Organization
    - Government Procurement Agreement compliance requirements" (app. br. at 2, 12).
    Other offerors appear to have understood that only products from the United States or a
    designated country would be acceptable. At least one other offeror recognized that an
    award to FDD violated regulations, because the WTO GP A restricted this procurement to
    *   The government nonetheless asserts the stop-work order was issued pursuant to that
    provision (gov't br. at 3, ,i 7; R4, tab 98 at 1). FDD argues that the stop-work order
    was invalid because the contract does not contain a stop-work clause and
    Lt Gilbreath did not possess authority to issue such an order (app. br. at 4; app. reply
    br. at 5). FDD also argues that the 17 September stop-work order was improperly
    issued because it was in response to the earlier protest, that was based upon the
    protestor's requirements contract, not the 25 September protest which argued FDD's
    offer was unacceptable because the tile would be manufactured in China (app. br.
    at 5; app. reply br. at 4-5). Neither of FD D's exceptions to Lt Gil breath's email
    invalidate the stop-work order. Despite the technical deficiencies in the text of the
    order, the KAB had issued a stop-work order in substantive compliance with
    FAR 52.233-3. FAR ~2.233-3 was incorporated by reference under FAR 52.212-5,
    CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR
    EXECUTIVE ORDERS-COMMERCIAL ITEMS (AUG 2013) (R4, tab 1 at 1, 5). The
    contract specialist issued the stop-work order in response to a protest. FDD had no
    reason to assume the contract specialist was acting outside his authority or without
    direction from the contracting officer. Lt Gilbreath was identified in the RFQ as
    the primary point of contact for the solicitation (app. supp. R4, tab 1 at 3).
    Lt Gilbreath's email was an explicit direction to FDD to cease contract work. That
    direction was no less explicit because information required to be included in the
    order, FAR 52.233-3, was missing. Regardless that the protestor later withdrew the
    protest, or submitted another more applicable protest, at a minimum, FDD was
    obligated to comply with the order until questions concerning its validity were
    resolved.
    15
    products manufactured in the United States or a designated country. (Finding 5) FDD
    should have known of that restriction because it received the amendment of the
    solicitation incorporating FAR 52.212-3(g)(5)(i), which required a trade agreement
    certificate for this contract (finding 11; R4, tab 27 at 2). FDD informed the contract
    specialist that it had completed the certifications required in the SAM, but it did not
    Ii
    supply a Trade Agreement Certificate (R4, tab 27). The contracting officer explained that.
    if FDD had completed the trade agreement certificate, the KAB would have known FDD
    was offering an unacceptable product from a non-designated country (R4. tab 32 at 3 ).
    That may be true. but the contracting officer did not need to rely on a Trade
    Agreement Certificate to identify the country of origin for the tiles FDD promised to
    deliver. FDD had explicitly informed the KAB in its bid, by email. and with delivery of
    samples from China, that the tiles it offered would be manufactured in a non-designated
    country (finding 3). The contracting officer acknowledged as much (R4. tab 32 at 3 ).
    ("I understand that the government should have been able to conclude that the item \Vas
    coming from China. thereby we accept a portion of the blame."'). Having made the award.
    explored ways with the contractor to avoid the WTO GP A requirement. and terminated
    pursuant to the terms of the contract, the government did not consider the contract illegal or
    a nullity (findings 4, 25). To be null, illegality must be plain, and if a succession of
    contracting officers believed the contract to be valid, the illegality of the agreement \Vas not
    so obvious as to "impose the binding stamp of nullity" on the agreement. Accord
    Honeywell Int'/, Inc., 
    ASBCA No. 57779
    , 13 BCA, 35,380 at 173,612.
    FDD also considered the purchase order to be a binding agreement, but blames
    government contracting officials for the errors that continued the contract until the
    February termination (app. br. at 33-35). There is far less significance to those errors than
    FDD assumes. Fault is an irrelevant consideration in a termination for convenience.
    FAR l 2.403(b ). A termination-for-convenience is authorized whenever the contracting
    officer determines that it is in the best interests of the government. John Reiner & Co. , ..
    United States, 
    325 F.2d 438
    ,442 (Ct. Cl. 1963 ). Whether the contracting officer's
    determination arises from changes to the government's requirements or from a
    government mistake, as the case here, those reasons generally have nothing to do with the
    termination settlement costs due the contractor, because the government has the right to
    terminate at will. 
    Id.
     In the absence of bad faith or clear abuse of discretion the
    contracting officer's election to terminate is conclusive. 
    Id.
     A failure to follow the
    procedures of the FAR (except, possibly, with respect to the termination itself) does not
    broaden FD D's rights of recovery. 
    Id. at 444
    . FDD has not shown that it has been injured
    by the failure to pursue FAR procedures in the award or the issuance of the stop-work
    order and such mistakes are immaterial to FDD's recovery. 
    Id.
     Contrary to FDD's
    arguments, none of the KAB 's technical errors, real or perceived, caused FDD to incur
    additional termination costs (app. br. at 27).
    FDD nonetheless relies upon alleged errors by the KAB to support accusations
    that the KAB acted with bad faith (app. br. at 5 n.l, at 22 n.2, at 36-37) and breached the
    16
    I
    duty of good faith and fair dealing (app. hr. at 10, 36). FDD argues that it received bad     I
    I
    direction from the KAB termination contracting officers and DCAA (app. br. at 10, 27;
    app. reply at 8). FDD makes no attempt to identify the improper guidance it allegedly
    received from the KAB (app. hr. at 9). To the contrary, "FDD continued to negotiate for
    I
    months" (id. at 18). And, FDD failed to follow the advice it did receive, encouraging it
    to submit a claim (finding 30). None of the contracting officers asked for anything
    beyond that expected in a commercial item termination. Whatever significance there is
    to the parties' pre-claim discussions, FDD has not identified recoverable costs from its
    long delay in submission of its claim.
    r
    I
    FDD's complaints regarding the DCAA audit are similarly hollow especially since
    DCAA was only involved after the appeal was filed. DCAA did not conduct an audit
    (finding 42). Even if it was advised that the KAB wanted that assistance, FDD
    voluntarily discussed its claim with DCAA representatives. Mr. Pierce consistently
    ir
    (
    argued to the KAB, and in its briefs, that termination of a commercial items contract
    employs different procedures than a standard termination for convenience (e.g., app.
    reply hr. at 6). It is implausible that Mr. Pierce did not understand that FDD did not have
    to agree to work with DCAA. And, FDD relies upon the results of the DCAA audit in its
    brief. (App. hr. at 29) FDD was not damaged by DCAA's participation (id. at 8). FDD
    similarly complains that the KAB relied upon financial principles described in
    FAR 49.002 to determine potentially recoverable costs for FDD (app. reply hr. at 7, 9, 12;
    R4, tab 98 at 9). Although not intended to govern termination of commercial item
    contracts, FAR subpart 49 provides administrative guidance which may be followed by
    an agency unless it is inconsistent with the requirements and procedures in FAR 12.403,
    and the clause at FAR 52.212-4. The KAB did not employ concepts in conflict with
    commercial item contracts, but appropriately sought FAR guidance to evaluate FDD's
    poorly documented claim.
    FDD argues that the KAB failed to adhere to a duty to cooperate (app. br. at 36).
    Whatever mistakes or errors FDD suffered, even if due to incompetence of government
    personnel, do not reflect a failure to cooperate. Mr. Pierce voluntarily participated in
    extended discussions with MSgt Obermiller as they hopelessly pursued a means to avoid
    the WTO GP A restrictions. If anything, MS gt Obermiller' s error was his attempts to
    cooperate with FDD to continue the contract. FDD's contrary argument, that its attempts
    to arrive at quick and fair settlement were thwarted by the KAB, reflects nothing more than
    its dissatisfaction that the KAB eventually refused to entertain alternatives to compliance
    with the WTO GP A. That can hardly be said to be lack of cooperation with the contractor.
    Even if "FDD ... does not understand why the contract was not Terminated by Convenience
    once the 18CON realized its error, instead of delaying FDD, for over five months" (app.
    reply hr. at 4), the discussions with the contracting officer did not increase FDD's costs.
    We need not consider these arguments regarding duty to cooperate further because
    they lack any evidentiary support and were not presented in FDD's claim. Military
    Aircraft Parts, 
    ASBCA No. 60290
    , 16-1 BCA ,i 36,257 at 176,884 (Independent claims are
    17
    not necessarily merged into the termination of the same contract under which the claim
    arose and may be appealed separately from the termination for convenience appeal.).
    FDD's termination settlement claim appears to raise two other issues. First, FDD
    asserts it suffered duress from the inappropriate award of the purchase order and untimely
    termination of the contract. (Finding 41) FDD fails to identify how, either the award or
    the later termination of the purchase order, caused economic duress, much less identify
    any economic damages suffered as a result of such duress. A claim of duress requires
    proof that FD D's assent to an action was not voluntary, and that it was procured by an act
    of the government which violated "notions of fair dealing by virtue of its coercive effect ..
    and allowed no alternative. West Electronics, Inc .. ASBCA No. 34976R. 99-1 BCA
    ~ 30,337 at 150,024 ( citing Systems Technology Associates, Inc. v. United States. 
    699 F.2d 1383
    , 1388 (Fed. Cir. 1983 )). FDD did not show these elements for either the award of
    the purchase order or its termination. FDD chose to accept the award and chose
    termination when it was unwilling to deliver a product from a designated country. There
    are no facts showing coercive action of the government violating notions of fair dealing.
    To the contrary, FDD complains that the government should have terminated its contract
    sooner (app. br. at 37). Alternatively, FDD argues that the government insisted on either
    termination or delivery from a designated country, which it could not perform within the
    contract price (app. reply br. at 5-6). The fact that FDD was faced with nvo unpleasant
    alternatives does not make its decision any less voluntary; FDD made an infonned choice.
    Covington v. Dep 't of Health & Human Servs .. 
    750 F.2d 937
    , 941-42 (Fed. Cir. 1984).
    Mere stress of business conditions will not constitute duress where the government is not
    responsible for such conditions. Program & Constr. Mgmt. Grp., Inc .. 
    ASBCA No. 47048
    , 
    94-3 BCA 127
    .127 at 135,226. FDD's position is further undermined by its
    internally conflicting arguments. It argues that the contracting officer "expected FDD to
    perform the contract and expected FDD to perform the non- WTO contract as though it
    were a WTO compliant contract" (app. br. at 6), but also acknowledges that the KAB
    could not "ignore the WTO law" and that the KAB "should have Terminated the Contract
    for Convenience" "immediately upon finding its mistake" (id. at 36).
    FDD's second claim is similarly undermined by conflicting arguments. FDD
    claims its performance was delayed by email communications from KAB officials
    (finding 41; app. br. at 7, 18-20, 22-26). Its assertion of delay directly conflicts with its
    I
    acknowledgement that the KAB could not accept the product it offered (app. br.
    at 22-26). Allegations of delay are therefore misplaced, because the work was halted by
    a stop-work order that could not be lifted. In order to receive compensation, whether
    time or money, from a delay in performance, a contractor must prove the delay was
    caused by the government and establish its effect upon performance. Trepte
    Construction Company, 
    ASBCA No. 38555
    , 90-1 BCA ,-i 22,595. Notwithstanding the
    stop-work order, FDD was free to continue work any time it intended to deliver a WTO
    acceptable product. FDD is unable to identify additional time or cost caused by the
    alleged delay. Mr. Lu informed Mr. Pierce that Mt Gear's deposit covered all of MSP's
    costs (finding 37). FDD has supplied no evide?ce of costs it incurred, much less Mt Gear
    f
    18
    ,l
    f
    or MSP, for workers in standby waiting to produce and deliver a compliant product.
    Because the contracting officer did not possess authority to accept delivery of the product
    offered by FDD (findings 20, 22; app. br. at 37), there was no work delayed and nothing
    was produced or delivered by FDD.
    In its Rule 11 brief, FDD re-characterizes its termination settlement claim as two
    prongs under FAR 12.403( d)(l) which governs compensation for termination for
    convenience of commercial items contracts (app. br. at 28). Its calculations under the two
    prongs are substantially different than the amounts in its claim (compare R4, tab 97 at 4,
    with app. hr. at 29-30). FD D's reformulation of the claim is based on its later developed
    understanding of Board precedent (app. br. at 30; app. reply br. at 8). Our cases have
    interpreted the entitlement formula in FAR 52.212-4( 1) of a commercial items contract to
    be the mandatory method to determine fair compensation in a convenience termination.
    using actual rather than estimated costs. Dellew Corporation, 
    ASBCA No. 58538
    , 15-1
    BCA, 35,975 at 175,782. Specifically, the termination settlement amount recoverable by
    a contractor is defined in the third sentence of FAR 52.212-4( I) which provides:
    Subject to the terms of this contract, the Contractor shall be
    paid a percentage of the contract price reflecting the
    percentage of the work performed prior to the notice of
    termination, plus reasonable charges the Contractor can
    demonstrate to the satisfaction of the Government using its
    standard record keeping system, have resulted from the
    termination.
    The first prong of that clause allows FDD to receive a percentage of the contract
    price reflecting the percentage of the work performed prior to the notice of termination.
    As reflected in its "manufacturing production schedule" chart, FDD calculates that the
    percentage of the work performed prior to termination equates to $277,716.58 (app.
    br. at 30). The chart misstates the percentage of work performed before the stop-work
    order, because only MSP performed work related to the production of tiles, and none of
    it prior to the stop-work order (finding 8). Even if MSP performed work before the
    stop-work order, MSP's cost is not recoverable by FDD. Mr. Pierce informed the KAB
    contracting officer that FDD did not have a contract with MSP (finding 23). MSP was
    contracted to produce tiles by Mt Gear, apparently as purchasing agent for FDD (app.
    reply br. at 8). But FDD has not established that it entered a contractual agreement with
    Mt Gear. Rather than produce such an agreement, FDD relies upon the FAR provision
    regarding partnering to support its contention that it is indebted to Mt Gear. (Id.) That
    regulation merely recognizes that a prime contractor may enter an agreement with
    another company for it to act as a subcontractor. FAR 9.601. FDD did not offer any
    documentation of its alleged relationship with Mt Gear. Thus, even if work had been
    authorized, there is no evidence of FD D's liability for costs incurred by Mt Gear or MSP,
    or any obligation for Mt Gear or MSP to supply the manufactured tiles to FDD. The only
    "contract performance" that occurred prior to the stop-work order was internal email
    19
    discussions between FDD, Mt Gear, and MSP. Between 8 and 17 September 2013,
    manufacturing work was not performed. (Finding 8) The stop-work order effectively
    terminated the contract, because no work was authorized following the stop-work order.
    up to the issuance of the termination notice. FDD therefore recovers nothing under the
    first prong and is limited by the plain language of FAR 52.212-4(1) to recovery under the
    second prong. SWR, Inc., 
    ASBCA No. 56708
    , 15-1 BCA ~ 35,832 at 175,232.
    FDD claims $379,751.28 as termination expenses under prong 2 of the termination
    clause (app. br. at 29). Costs recoverable under prong 2 of FAR 52.212-4 are settlement
    expenses and costs resulting from the termination. Dellew, 15-1 BCA ,i 35,975 at 175,783.
    These actual costs were required to be adequately documented to the satisfaction of the
    KAB (finding 2). Ms. Prout worked diligently to find amounts in FDD's claim that were
    sufficiently supported to allow payment to FDD (R4, tab 98). Her effort to construct
    support for an amount that FDD should recover goes too far. However, findings of fact by
    a contracting officer are not binding in any subsequent judicial proceeding. TPI Int'!
    Airways, Inc., 
    ASBCA No. 46462
    , 96-2 BCA ,i 28,373 at 141,695 (citing Melvin Wilner
    d/b/a Wilner Construction Co. v. United States, 
    24 F.3d 1397
    , 1401 (Fed. Cir. 1994)). A
    judicial proceeding following a contracting officer's decision proceeds de nova, which
    precludes reliance upon the contracting officer's decision. 
    Id.
     Once an action is brought
    before the Board, the parties start with a clean slate. 
    Id.
    An unsupported claim document that is submitted by a party seeking money is not
    proof of the claim that the party asserts. SWR, 15-1 BCA ,i 35,832 at 175,230 (citing
    Roberts Int'! Corp., 
    ASBCA No. 15118
    , 71-1 BCA ,i 8869 at 41,221; accord Industrial
    Refrigeration Service Corp., VABCA No. 2532, 91-3 BCA ,i 24,093 at 120,594 (mere
    allegations are insufficient to satisfy proof burden)). Instead of documentation of actual
    costs from a standard record keeping system, FDD offers only vague estimates of time
    Mr. Pierce spent sending emails. Although FDD certified its claim, its cost calculations are
    unsworn allegations. As established in SWR, testimony of costs incurred without support
    from the contractor's standard record keeping system, is not sufficient to find recoverable
    costs. SWR, 15-1 BCA ,i 35,832 at 175,230. FDD's allegations are far less reliable. As in
    SWR, reliance upon such evidence contravenes the express language of the convenience
    termination clause of FDD's contract. 
    Id.
     Under the clause, a contractor is entitled to
    payment of charges it can "demonstrate to the satisfaction of the Government using its
    standard record keeping system," not any charges asserted under oath by a company
    official, much less mere allegations. 
    Id.
     (citing Industrial Refrigeration Service, 91-3 BCA
    ,i 24,093 at 120,594 (comprehensive documentation complying with cost principles will not
    be required, but contractor must meet burden of proving costs were incurred)).
    FDD cannot recover the $151,698.08 claimed as a debt to Mt Gear (app. br. at 29,
    item A). FDD alleges it incurred this debt from the termination of the purchase order
    based upon its teaming agreement with Mt Gear (app. reply br. at 6-7). As noted above,
    there is no evidence that FDD has entered a teaming agreement with Mt Gear or that it is
    responsible to Mt Gear for this amount. Nor can recoverable costs be found in the cost
    20
    breakdown provided in Mt Gear's invoice. (App. supp. R4, tab 19) There is no evidence
    that FDD has paid Mt Gear for its $52,518 deposit to MSP, or is otherwise indebted to
    Mt Gear. There is no explanation of the $34,875 for "margin on deposit" requested by
    Mt Gear, or why FDD is responsible for that amount. The $62,469 of anticipatory profit
    I
    for Mt Gear's potential work is an unallowable cost. FAR 49.108-3. (Id.) There is no
    basis upon which the KAB should pay FDD interest upon a deposit paid to a supplier.
    FAR 33.208. In addition, it is unclear whether the price of the completed tiles was
    iI
    recovered through sale of the floor tiles as planned by Mt Gear (finding 38). FDD does
    not acknowledge that MSP was fully compensated for its work, or that a refund was due
    on the deposit MSP received from Mt Gear.
    FDD may not recover $59,838.66 as profit (app. br. at 29, item B). In SWR, the
    contractor recovered profit on its fair compensation, but not upon settlement expense
    or indirect costs. SWR, 15-1 BCA 'if 35,832 at 175,233. The contracting officer
    awarded FDD $406.30 of its claimed profit to reflect the portion of the amounts FDD
    claimed for work between 30 September 2013 and 12 February 2014, and for
    II
    settlement preparation costs which she found FDD reasonably demonstrated to her
    satisfaction (R4, tab 98 at 10). FDD could not have incurred costs to perform the
    contract during that time period, because it was instructed not to perform or incur costs
    after 17 September. Mr. Pierce's efforts between 17 September and 12 February were
    entirely indirect costs directed towards settlement, either offering the KAB alternatives
    to reform the contract or performing "legal research, financial, FAR/DAR research &
    admin fees." (R4, tab 97 at 4) FDD has not shown that it incurred costs in connection
    with the terminated work. Nor has it provided a breakdown of Mr. Pierce's work to
    permit allocating profit to the portion of his time devoted to "preparing to perform
    terminated, unperformed contract work." SWR, 15-1 BCA 'if 35,832 at 175,233.
    FDD may not recover the amount of the loan it received from Mr. Pierce (R4,
    tab 105 at 9). FDD claims Mr. Pierce provided a loan which was divided into $46,958.88
    for each of the four KAB contracts FDD was performing at that time (app. br. at 30,
    item C). That amount is neither an expense nor a debt incurred by FDD for performance
    of the contract. The cost of financing performance of a contract is unallowable.
    FAR 31.205-20.
    FDD asserts it is entitled to payment for Mr. Pierce's estimated labor hours during
    the time between award of the contract and the date of termination (app. br. at 29-31, items
    D-H; R4, tab 97 at 4). FDD similarly seeks payment based on Mr. Pierce's estimated labor
    hours for his work related to settling with Mt Gear (app. br. at 29, 31, item I). FDD uses
    $150 per hour to calculate the amount claimed for Mr. Pierce's labor (app. br. at 29; R4,
    tab 97 at 4). FDD relies upon rates established by the Bureau. of Labor Statistics to
    formulate an approximation of Mr. Pierce's compensation. These costs are without support
    from a standard record keeping system. They are unrecoverable because the termination
    settlement claim should be based upon actual costs. Dellew, 15-1 BCA 'if 35,975 at
    175,782. FDD has not provided the Board any documentation to support the $150 per hour
    21
    I
    labor rate used in the claim (R4, tab 105 at 10-12). FDD has no documentation of
    Mr. Pierce's rate of compensation because he is not paid a salary (app. br. at 30 n.6).
    Mr. Pierce takes compensation from the profit earned by FDD (R4, tab 105 at 11 ). FDD
    I
    also has no documentation of the time expended by Mr. Pierce. Instead, FDD relies upon
    collections of email traffic during these periods to show the work performed by Mr. Pierce.
    (App. supp. R4, tabs 52-56) The email records may show that Mr. Pierce spent time
    communicating with KAB officials and others. They do not, however, reflect hours
    recorded in a standard record keeping system, nor provide support for the labor rate applied
    to the hours assumed by FDD. Campus Management Corporation, ASBCA Nos. 59924,
    59925, 17-1 BCA ,i 36,727 at 178,875 (testimony under oath by a company officer without
    any documentation does not suffice to prove costs).
    FDD claims $13,500 for the consulting work of Strategic Sourcing Consultant
    (SSC), and $1,639.96 for travel expenses (app. br. at 29, items J, K, at 32). FDD has no
    record of an agreement with SSC, because, according to Mr. Pierce, the agreement was
    verbal (R4, tab 106 at 13 ). The only record of any work performed by SSC is
    Mr. Pierce's summary of his discussion with Mr. Rudd, as told to DCAA (R4, tab 105
    at 13). They discussed general topics related to the contract or FDD's claim Mr. Rudd
    made a "suggestion for filing the Final Settlement." He also provided consulting firm
    recommendations. Mr. Pierce summed up SSC's credentials as "not well versed in
    government sales," excellent research abilities and cheaper than "the $500 per hour rates''
    of lawyers. (Id.) FDD supports its claim with an invoice (R4, tab 97 at 9). On its
    invoice, SSC billed FDD for 30 hours work reviewing the contract, 30 hours work
    reviewing correspondence between FDD and the KAB "applicable to TOC'' and 30 hours
    work reviewing regulations pertaining to settlement proposal preparation (id.). The
    conversation described by Mr. Pierce does not support the 90 hours reported in the
    invoice. Without documentation of an agreement, work product or the meeting, these
    charges are unrecoverable. SWR, 15-1 BCA ,i 35,832 at 175,230 (an unsupported claim
    document that is submitted by a party seeking money is not proof of the claim that the
    party asserts). The travel costs are documented with expense records (app. supp.
    R4, tabs 26, 26a). However, those expenses are unrecoverable without adequate
    documentation to support recovery of the SSC consulting charge.
    FDD claims $9,383.19 for "Unavoidable office exp[ enses]" (app. br. at 29,
    item 12). This is supported by five pages listing lease, phone and utility payments (app.
    supp. R4, tab 21a). The payments cover between August 2013 and February 2015 (app.
    supp. R4, tabs 21-24). There is no supporting documentation for the listed charges. Nor
    does FDD provide an explanation how these indirect charges are allocated to the purchase
    order. There is insufficient information to ascertain how these charges are recoverable as
    fair compensation to FDD for the nine days in which performance was authorized on the
    purchase order. SWR, 15-1 BCA ,i 35,832 at 175,230 (an unsupported claim document
    that is submitted by a party seeking money is not proof of the claim that the party asserts).
    22
    FDD's last claim item is for $100 for flooring samples it provided to the KAB as
    part of its bid (app. br. at 29, item L). Such pre-contract costs that are incurred pursuant to
    competitive bidding are costs of doing business and belong in overhead or G&A pools.
    Orbas & Associates, 
    ASBCA No. 50467
    , 97-2 BCA ,-i 29, I 07 at 144,851. FD D's
    overhead expenses are not recorded in a standard record keeping system. Although a tile
    sample was delivered, it was unnecessary. In Mr. Pierce's pursuit of a location to which
    samples were to be sent, the contract specialist and the contracting officer, informed him
    that samples were not required. (R4, tabs 4, 5 at 2) This unnecessary bid preparation
    expense is not recoverable as a cost resulting from the termination of the purchase order.
    CONCLUSION
    Appellant has failed to prove recoverable costs in accordance with the terms of
    the termination for convenience provision of its contract. Appellant's appeal is denied.
    Dated: November 13, 2018
    Administrative Judge
    Armed Services Board
    of Contract Appeals
    I concur                                           I concur
    RICHARD SHACKLEFORD
    ,:/
    -J-.ltE.,.-'-:-1rrfi---PR"'-O-U_T_Y________ .____ _
    I
    Administrative Judge                               Administrative Judge
    Acting Chairman                                    Vice Chairman
    Armed Services Board                               Armed Services Board
    of Contract Appeals                                of Contract Appeals
    23                                                           I
    f
    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. 60049
    , Appeal of First
    Division Design, LLC, rendered in conformance with the Board's Charter.
    Dated:
    JEFFREY D. GARDIN
    Recorder, Armed Services
    Board of Contract Appeals
    I
    24
    Il