Innoventor, Inc. ( 2017 )


Menu:
  •                ARMED SERVICES BOARD OF CONTRACT APPEALS
    Appeal of --                                 )
    )
    Innoventor, Inc.                             )      ASBCA No. 59903
    )
    Under Contract No. FA8224-l l-C-0043         )
    APPEARANCES FOR THE APPELLANT:                      Darrell W. Cook, Esq.
    Stephen W. Davis, Esq.
    Darrell W. Cook & Associates
    Dallas, TX
    APPEARANCES FOR THE GOVERNMENT:                     Jeffrey P. Hildebrant, Esq.
    Air Force Deputy Chief Trial Attorney
    Christopher S. Cole, Esq.
    Lt Col Kevin P. Stiens, USAF
    Trial Attorneys
    OPINION BY ADMINISTRATIVE JUDGE SWEET
    ON THE PARTIES' MOTIONS FOR PARTIAL SUMMARY JUDGMENT
    This is an appeal of a contracting officer's final decision (COFD) rejecting the
    claim of appellant Innoventor, Inc. (Innoventor) asserting that it was entitled to an
    equitable adjustment due to defective specifications, undisclosed information, a
    constructive change, and technical impossibility. Innoventor and the government have
    cross-moved for partial summary judgment on the constructive change theory only. We
    grant the government's motion and deny Innoventor's cross-motion.
    STATEMENT OF FACTS (SOF) FOR PURPOSES OF THE MOTIONS
    I.    The Contract
    1. On 19 April 2011, the United States Air Force issued Solicitation
    No. F A8224-l l-R-0027 for the general design and performance requirements to design
    and build the replacement for a Dynamic Brake Test Stand (DBTS) (R4, tab 4 at 4). As
    set forth in the solicitation, the DBTS was intended to be capable of testing the latest
    version of seven different components of such brake assemblies. These components are
    referred to as Units Under Test (or UUTs). (R4, tab 1 at 15)
    2. During the bidding process, one contractor inquired whether the Air Force
    would provide drawings of the legacy DBTS that the solicited DBTS would replace. The
    Air Force responded, "No, this is a design and manufacture effort for a new product. The
    Government does not have access to any of the drawings" of the legacy DBTS. (Supp.
    R4, tab 54 at 3) 1
    3. In response to the solicitation, Innoventor submitted a proposal. In its
    proposal, Innoventor asserted that it had experience delivering test stands to replace
    legacy test stands. (R4, tab 7 at 12-15)
    4. On 28 July 2011, the Air Force awarded Contract No. FA8224-11-C-0043
    (contract 0043) to Innoventor. Contract 0043 was a $357,628 fixed-price contract. (R4,
    tab 1 at I)
    5. Contract 0043 's purchase specification (PS) required that the DBTS "shall
    be capable of accurately testing" UUTs in accordance with various technical orders
    (TOs ), which provided test protocols and requirements for testing the UUTs (R4, tab 1
    at 7-8, 15, tabs lb-Id). One ofthe TOs with which the PS required the DBTS to
    comply was TO 33A2-2-51-1 (R4, tab 1 at 7).
    6. TO 33A2-2-51-1 provided instructions for the operation of pressure circuits of the
    DBTS. In describing that operation, the TO cautioned to "Monitor 33D STATIC TEST
    PRESSURE gauge (2) closely while making pressure adjustments. Pressure will increase
    sharply and may result in damage to the item being tested." (App. resp., ex. 8 at 686, 689)
    7. The PS required that the new DBTS's accuracy and functionality be the same
    as-or better than-the legacy DBTS's accuracy and functionality by stating that the
    primary requirement is that the DBTS "shall be designed to combine the functionality of
    the current Dynamic Brake Test Stand (see TO 33A2-2-40-1) with increased accuracy,
    reliability, and automation and hydraulic testing (see TO 16Al-17-4-3, Section 7.2.2) as
    specified herein" (R4, tab 1 at 9). The PS required "uniform functionality and accuracy"
    between the new DBTS and the legacy DBTS (R4, tab 2 at 16).
    8. The PS required that the new DBTS undergo and pass testing. The PS stated that:
    4.3 Final Machine Review: At least one month prior to
    the approved shipping date from the manufacture facility
    to the destination, a final machine build inspection review
    at the manufacture facility will be conducted. The review
    1
    It appears that the contractor posed the question during a 27 April 2011 site visit, and
    that the answer was provided to the attendees (supp. R4, tab 54). While Innoventor
    is listed on the sign-in sheet, its representatives did not sign the sign-in sheet.
    2
    will include a functional performance test cycle performed
    on [UUTs]. Items must pass all tests in applicable TOs.
    (R4, tab 1 at 16)
    9. The PS, as modified, 2 also stated that:
    4.17 Tests. The [DBTS] shall pass the following tests or
    shall be rejected ....
    4 .1 7.1 Operational Test. The [DB TS] shall be operated
    without connection to a UUT to determine functionality.
    Proper operation of all controls, pumps, adjusting
    mechanisms, valves, and other accessories shall be verified
    during the trial period. If the [DBTS] fails it shall not be
    connected to a UUT until it passes.
    4.19.2 Performance Tests. The [DBTS] shall perform all
    test cycles identified in TO 9H2-4-183-3 and 16Gl-137-3
    related to UUTs listed in Table 3.1 of this PS. The test
    cycles shall be performed by the Government operator (after
    onsite training) and verified by the Contractor technician.
    The UUT shall also be tested on existing test equipment to
    determine uniform functionality and accuracy. The tests
    will most likely be performed on the exact same
    components to ensure continuity between the tests.
    (R4, tab 2 at 15-16) "If the [DBTS] fails to pass any test in the requirements of this
    Purchase Specification it shall be rejected" (R4, tab 1 at 23).
    10. The PS incorporated by reference FAR 52.243-1, CHANGES-FIXED-PRICE
    (AUG 1987) (R4, tab 1 at 34 ). Under the PS, "Government personnel, other than the
    Contracting Officers [COs] and authorized Government Representative, may (with CO
    coordination) observe Contractor operations. However, these personnel may not
    interfere with Contractor performance or make any changes to the contract." Rather,
    "[a]ny matter concerning a change to the scope, prices, terms or conditions of this
    contract shall be referred to the Contracting Officer." (R4, tab 1 at 26)
    2   On 21 September 2011, the Air Force modified the 0043 contract to include
    milestone payments, to include a loan agreement for Government-Furnished
    Equipment, and to modify the PS (R4, tab 2 at 1).
    3
    II.    Performance
    11. At a kickoff meeting, the Air Force technical team presented a slide
    indicating that:
    You are hereby notified that this team DOES NOT have
    the authority to direct you in any way to alter your
    contractual obligations. Further, if the Government, as a
    result of the information obtained from today's discussion
    DOES desire to alter your requirements, changes will be
    issued in writing and signed by the contracting officer.
    You should take no action on any change unless and until
    you receive such a contract modification.
    (R4, tab 8 at 9)
    12. In the summer of 2013, Innoventor began testing the new DBTS using UUTs
    provided by the government. Charles Wolfersberger, Innoventor's Senior Mechanical
    Technical Lead Engineer, emailed Daniel Hansen, the Air Force's process engineer point
    of contact. In that email, Mr. Wolfersberger stated that "[w]e have tested 4 gear cases and
    have found two units with traces showing near identical input and output torque which
    suggests that the units do not pass the proof load test." (R4, tab 11 at 1-2)
    13. In September 2013, Mr. Hansen traveled to Innoventor's facility for the
    performance of the Initial Operational Testing & Evaluation (September 2013 IOT&E).
    The first UUT did not fit the test stand, and the DBTS "failed to run properly and
    destroyed the [second] UUT." Innoventor tested the remaining UUTs without incident.
    Moreover, "O of 5 UUTs passed tests." (R4, tab 14 at 2) However, Mr. Hansen could not
    make sense of all the test results.
    14. Mr. Hansen concluded that Innoventor was "not even close to prepared. Not a
    single task was successfully completed .... Based on our findings it is estimated that
    [Innoventor] has a slim hope of successfully completing this contract." Mr. Hansen
    recommended that the government deliver a cure notice, and allow Innoventor to attempt
    to correct the deficiencies. Another JOT &Ethen would be required. If Innoventor could
    not cure, Mr. Hansen recommended termination. (R4, tab 14 at 4)
    15. On 17 September 2013, Mr. Hansen sent Innoventor a list of action items
    that needed to be addressed on the DBTS. Among the items was the following:
    0 of 5 UUTs were successfully tested. It is unclear what
    your intended corrective action entails, but this is a serious
    concern. The contract clearly stated the [UUTs] shall be
    4
    tested in accordance with the applicable technical orders.
    If the test stand cannot meet this most critical design
    requirement then the test stand cannot be accepted.
    (R4, tab 15 at 4) (Emphasis omitted)
    16. On 19 November 2013, Mr. Wolfersberger emailed Mr. Hansen a report card on
    Innoventor's testing of five UUTs. The report card stated that the DBTS broke one UUT,
    and that the other four UUTs failed at least one test. Mr. Wolfersberger concluded that "I
    am hoping for a better looking report card with the new Class A assets." (R4, tab 18 at 1)3
    17. The Air Force sent Innoventor six Class A UUTs, which Innoventor received
    and tested in late November 2013 (gov't mot., attach. 4 at 1). In a 27 November 2013
    report card, Mr. Wolfersberger indicated that one UUT broke, three UUTs failed at least one
    test, and the remaining two UUTs received marginal or passing scores on all of the tests
    (R4, tab 19 at 1). 4
    18. In December 2013, Mr. Hansen again traveled to Innoventor for an IOT &E
    (December 2013 IOT&E). Innoventor resolved most of the action items. However, the
    DBTS damaged one UUT, and "none of the UUT's were passing the tests even though
    they were supposed to be 'A' condition assets." Thus, Mr. Hansen concluded that "[w]ith
    the exception of not having any of the UUTs pass testing, and the damage that was done to
    some of the UUTs, indications are that the test stand is functioning properly." Mr. Hansen
    decided that the Air Force would test the same UUTs on the legacy DBTS to determine
    the true condition of the UUTs. Mr. Hansen wrote that his recommendations:
    [D]epend heavily on the outcome of the testing we conduct
    this week on the UUTs with the legacy test stand here at
    Hill AFB. If testing reveals that the UUTs are faulty, then
    we should no longer suspect the new test stand of being
    3
    A Class A asset is a serviceable asset without qualification, which means that it is
    new, used, repaired, or reconditioned material which is serviceable and issuable
    to all customers without limitation or restriction (gov't mot., attach. 5).
    4
    The November 2013 tests were different from, and in addition to the IOT&Es, in that
    Air Force personnel did not attend the November 2013 tests. It is unclear whether
    the UUT that the 19 November 2013 report card indicated was broken was the
    same UUT that broke during the September IOT & E (compare R4, tab 14, with
    R4, tab 18). However, it is clear that the UUT that the 27 November 2013 report
    card indicated was a new break (i.e., occurred during the 27 November 2013
    testing) because the Air Force sent new UUTs for the 27 November 2013 tests
    (gov't mot., attach. 4 at 1), and Innoventor got through three tests before the new
    UUT broke (R4, tab 19 at 1).
    5
    faulty. If the test results are not similar to those of the
    [Innoventor] test stand then we'll need more time to
    resolve the issues. That process will likely require more
    information that we currently do not have. [Innoventor]
    has designed and built the test stand to meet the
    requirements with the information they were given. I felt
    that there was information that the government was unable
    to provide to [Innoventor] that would be helpful, but it was
    information that we did not have and it was uncertain
    whether it was required.
    (R4, tab 20 at 2-3)
    19. On 5 December 2013, Mr. Hansen signed a document indicating that "[w]e
    agree that the Dynamic Brake Test Stand IOT &E activities have been satisfactorily
    completed" (app. resp., ex. 6 at 3). Mr. Hansen claims he signed the document for
    Innoventor's internal purposes, and that he thought the tests were complete enough to
    seek progress payments, but that the DBTS remained deficient because it did not meet
    the contractual requirements (gov't reply, attach. 14 at 1).
    20. Mr. Wolfersberger traveled to Hill Air Force Base to observe the testing of the
    UUTs that had been tested on Innoventor's DBTS and on the legacy DBTS. On
    10 December 2013, Mr. W olfersberger sent an email summarizing the first day of testing,
    during which the Air Force tested two UUTs. The first UUT-which had passed three out of
    eight tests using Innoventor's DB TS-passed seven out of eight tests on the legacy DBTS.
    The second UUT passed two out of the eight tests on both DBTSs. (Supp. R4, tab 120 at 1)
    21. Mr. Hansen forwarded that email to other Air Force personnel. In the
    forwarding email, Mr. Hansen stated that, while "it appears as though the two [DBTSs]
    are further apart[,] [i]n reality, I think the results on the two [DBTSs] are very
    reasonable and maybe a little closer than I even expected." Mr. Hansen also stated that
    modifying the Innoventor DBTS to reduce inertia-which the parties were discussing-
    "should lessen the likelihood of breaking a" UUT. (App. resp .. , ex. 1 at 429)
    22. After the completion of testing on the legacy DBTS, Mr. Hansen sent an
    email discussing the results vis-a-vis Innoventor's DBTS on 12 December 2013.
    Mr. Hansen summarized that "I'll just say this up front - the results are VERY similar
    to those we collected with the Innoventor test stand last week." (Supp. R4, tab 121 at
    1, see also 
    id. at 2
    (reiterating that "Innoventor test stand and Hill's legacy test stand
    produced very similar results.")) Mr. Hansen stated that, ifthe legacy DBTS "inertia
    is much smaller than [Innoventor' s] inertia it may explain why their test stand has
    broken [UUTs] at such a high rate. If there is a drastic difference we'll likely make
    modifications to the input and output shafts to reduce their inertia." (Id. at 2)
    6
    23. The 12 December 2013 email also stated that "[ w ]e got halfway through
    testing at Hill when the gearcase broke a gear tooth and cracked the housing just like"
    the UUT that Innoventor's DBTS had broken (supp. R4, tab 121 at 2). In a declaration
    submitted in support of the government's summary judgment motion, Mr. Hansen
    suggests that the UUT might have been damaged during the prior week's testing on
    Innoventor's DBTS. Historically, the UUTs damaged by the legacy DBTS were "very
    minimal." The single instance of the legacy DBTS damaging an UUT of which
    Mr. Hansen was aware occurred in 2008. (Gov't reply, attach. 15 at 1)
    24. On 13 December 2013, Mr. Hansen sent an email to other Air Force
    personnel and Mr. Wolfersberger reiterating that he was "seeing consistent results" on
    most of the tests. However, Mr. Hansen stated that he and Innoventor were "trying to
    figure out why their test stand is cracking [UUTs] at a higher rate." In particular, they
    were looking at inertia and spring rates. (App. resp., ex. 1 at 431)
    25. On 18 December 2013, Mr. Wolfersberger sent Mr. Hansen an email
    stating that, "[t]he more I look into this, the more important that spring rate is to this
    test. The spring will have the effect of lengthening the time it takes to decelerate the
    spinning components and will therefore lower the torques and stresses imposed on the
    UUT. This is a huge 'discovery.'" Mr. Hansen responded, "[ o]ur previous engineer,
    Jay Ostler, had brought this up due to the requirement he found in the A TP-1 guess
    we shouldn't have dismissed it. We're working through the issues in a manner that
    makes sense to us, and it just happens that the focus can now be shifted to include the
    spring rate." Mr. Wolfersberger also stated that tuning a spring-mass system was a
    "sorcerer's art," and that "the best approach will be to match the legacy stand's
    characteristics as much as practical. I do not feel comfortable deviating much from the
    spring rates that we have determined." (R4, tab 22 at 1)
    26. Mr. Hansen then emailed Innoventor, stating that "I spoke with my
    contracting officer about what it would take to modify the contract for the spring rate
    design changes." Mr. Hansen asked for a quote on what it would take to make the
    modification. (App. resp., ex. 2 at 440)
    27. On 6 January 2014, Mr. Hansen emailed Mr. Wolfersberger a proposed
    modification. In the cover letter, Mr. Hansen stated that:
    As part of the modification to address the spring rate the
    contracting officer is requiring me to modify the purchase
    specification to align with our changes, as well as provide
    a narrative of why these changes are necessary. I have
    attached a modified PS and would like some feedback
    7
    from you. I don't think the CO would like the idea of me
    getting your feedback, but I think it makes the most sense
    if you agree that it is clearly stated.
    (R4, tab 24 at 1) The cover letter continued that:
    I can't come out and specifically say something like "the
    test stand shall have a spring rate of 30,000 in-lbs/rad" or
    "the inertia of the system shall be 0.2348 in-lbs-sec/\2" -
    mostly because I'm not convinced that we're sure what it
    should be. I also should avoid putting specifics in there
    because the contracting office does not like that type of
    requirement. The government almost always tries to
    provide the requirement and not the design criteria. This
    can be considered either, depending on who's defining it.
    As a side note, I know you guys are working towards
    replicating the inertia and spring rate found on the legacy
    equipment- that's fine. That's probably the right answer,
    but I'm not going to say it is the right answer for certain.
    (R4, tab 24 at 1)
    28. The proposed modification attached to Mr. Hansen's letter included the following:
    4.3    Final Machine ReYiewlnitial Operational Test &
    Evaluation (JOT&E). At least one month prior to
    the approved shipping date from the manufacture
    facility to the destination an JOT &Efinal machine
    build inspection revie'N at the manufacture facility
    will be conducted. The reviewIOT &E will include
    a functional performance test cycle performed on
    Government furnished components (Listed in 3 .4)
    determined at the meeting identified in section 4.2.
    Items must pass all tests in applicable TOs. In
    addition to passing the specific TO tests, the
    Government must be satisfied that the [DBTSJ is
    100% functional and is capable of performing all of
    said tests in a safe manner - safe with respect to
    personnel and safe with respect to the condition of
    the UUTs. Since the [DBTSJ shall replicate the
    testing capabilities of the original Dynamic Break
    Test Stand the [DBTSJ shall not damage UUTs as a
    result of testing. The Government Project Manager
    8
    will have the authority to determine whether the
    [DBTS] design is performing the tests in an
    acceptable manner. This includes parameters which
    are otherwise undefined in the technical data, such
    as system inertia and spring rate.
    (R4, tab 24 at 11) 5
    29. In response to the proposed modification, Innoventor submitted a proposal to
    adjust the spring rate for $163,230 in February 2014 (R4, tab 25 at 12). Innoventor also
    submitted a request for equitable adjustment (REA), asserting that, due to "instability of
    expectations," it was entitled to $893,358 in extra costs it incurred through December 2013
    (id. at 1, 13 ). Innoventor never fully defined the term "instability of expectations," which we
    take to mean changes in the contract's performance specifications during performance (
    id. at 2
    ).
    30. On 18 February 2014, the CO sent an email to Innoventor stating that the
    REA was incorrectly being invoked because the government had not issued a
    modification directing a change. Moreover, the CO stated that:
    I cannot accept a proposal for a submitted change as the
    government has not provided any amended purchase
    specification for you to propose to. The engineer does not
    have the authority to amend the purchase specification and
    ask for proposals when making changes to the contract.
    Any issue that could change the 'scope' or falls outside
    what was part of the original contract must be worked
    through the contracting officer.
    (R4, tab 26 at 1)
    31. On 27 March 2014, Mr. Hansen sent an email to other Air Force personnel
    providing a history of contract 0043. Mr. Hansen stated that "[t]he PS written by 309
    CMXG/ENH is not perfect and there are some potential gray areas of interpretation."
    (R4, tab 3 at 172-73) Mr. Hansen also stated that Innoventor failed the September
    2013 IOT&E. Regarding the December 2013 IOT&E, Mr. Hansen stated that
    "[c]ontract requirements met, other than the test stand is cracking gear teeth on some
    gearboxes being tested." Mr. Hansen stated that Innoventor was proposing to fix the
    problem for $163,230, but that the changes could be done for much less-about
    $20,000-because Innoventor' s "test stand is quite good and the required changes,
    5   The edits in the above quotation-i.e., the underlined proposed additions and the
    strike-through proposed deletions-are the Air Force's proposed modifications
    to the 0043 contract.
    9
    although they have significant impacts, are relatively minimal." Thus, Mr. Hansen
    indicated, the plan was to have Innoventor deliver the DBTS "as-is," pay the contract
    price of $356,378, and make the necessary changes in-house. (R4, tab 3 at 173)
    32. In the summer of 2014, Innoventor generated an Acceptance Test
    Procedures form. On the form, it appears that Mr. Hansen initialed that the DBTS
    passed various operational and safety characteristics. Nothing on the form indicates
    that the DBTS did not break UUTs. (App. resp., ex. 7 at 377-411)
    33. In a memorandum from 2014, Mr. Hansen stated that the test requirements
    are defined by certain RPM and a certain torque measurement on the input and output
    of the UUTs, but "[t]here are no other design or test criteria available." He continued:
    Even though the speed and torque sensors indicated
    measurements within the acceptable ranges, several
    [UUTs] have cracked gears while being tested on
    [Innoventor] 's test stand. All engineering
    personnel. .. believe that the combined spring rate of the
    test stand components is too high (too rigid) and that is
    causing a faster/harder impact when the brake engages.
    We have attempted to resolve the deficiency with
    [Innoventor] but they have responded with a Request for
    Equitable Adjustment.... Their claims are unsupported.
    RECOMMENDATION
    309 CMXG/ENH believes that it is in the best interest of
    the government to continue with the project knowing that
    the spring rate of the test stand is the most likely cause for
    damage to units under test. It is proposed that we accept
    the test stand "as-is" and correct the deficiency using our
    own resources. [Innoventor] will still be responsible for
    all other remaining deliverables. The government will pay
    the remainder of the full contract price for the test stand.
    309 CMXG/ENH believes this is the quickest path
    towards resolution and completion of this test stand. This
    will also allow us to distance ourselves from [Innoventor],
    a company with repeated delays and failures.
    (R4, tab 29 at 1)
    10
    III.      Claim History
    34. On 8 September 2014, Innoventor submitted a certified claim to the CO for
    $1,138,552. Innoventor claimed defective specification, undisclosed information, a
    constructive change, and technical impossibility. The amount sought in the claim
    increased relative to the REA because Innoventor added 2014 costs, and applied overhead
    to costs by each calendar year. (R4, tab 46)
    · 35. On 8 January 2015, the CO issued a COFD, denying the
    claim. In addressing the constructive change claim, the CO stated that:
    The requirement has always been to replicate the test
    results of the legacy test stand.... The Government
    believes the legacy test stand was designed with careful
    consideration to the operating conditions and test
    parameters that are no longer openly stated in the
    .documentation available. In other words, even though
    parameters such as inertia are unknown, they can be
    calculated through reverse-engineering efforts to replicate
    the characteristics of the legacy test stand.
    (R4, tab 53 at 9)
    36. Innoventor then filed this timely appeal dated 20 March 2015 with the Board.
    37. Innoventor and the Air Force cross-moved for partial summary judgment
    on entitlement under the constructive change theory.
    DECISION
    I.       The Standards for Summary Judgment6
    Summary judgment will be granted if a moving party has shown that there are no
    genuine issues of material fact and it is entitled to judgment as a matter of law. Celotex
    Corp. v. Catrett, 
    477 U.S. 317
    , 322 (1986). A non-movant seeking to defeat summary
    judgment by suggesting conflicting facts must set forth specific facts showing that there
    is a genuine issue for trial. Anderson v. Liberty Lobby, Inc., 
    477 U.S. 242
    , 248 (1986).
    Thus, if the non-moving party carries the burden of proof at trial for elements of its case
    and fails to provide such proof, the moving party is entitled to summary judgment.
    Dairyland Power Coop. v. United States, 
    16 F.3d 1197
    , 1202 (Fed. Cir. 1994). In
    6
    Board Rule 7(c)(2) provides that we look to FED. R. CIV. P. 56 for guidance on
    dealing with motions for summary judgment.
    11
    deciding summary judgment motions, we do not resolve controversies, weigh evidence,
    or make credibility determinations. Liberty 
    Lobby, 477 U.S. at 255
    . Moreover, we draw
    all reasonable inferences in favor of the non-movant. 
    Id. Where, as
    here, the parties have
    filed cross-motions for summary judgment, we evaluate each motion on its own merits,
    taking care to draw all reasonable inferences against the party whose motion is under
    consideration. Mingus Constructors, Inc. v. United States, 
    812 F.2d 1387
    , 1391 (1987);
    ECCI-C Metag, JV, ASBCA No. 59031, 15-1BCAii36,145 at 176,419.
    II.    The Government's Motion for Summary Judgment
    The government is entitled to judgment as a matter of law on the constructive
    change theory because there is no evidence suggesting an authorized government
    representative required Innoventor to perform work not required under the terms of
    contract 0043. In order to recover for a constructive change, a contractor must
    prove that:
    ( 1) [T]he CO compelled the contractor to perform work not
    required under the terms of the contract, (2) the person
    directing the change had contractual authority unilaterally
    to alter the contractor's duties under the contract, (3) the
    contractor's performance requirements were enlarged, and
    (4) the added work was not volunteered, but resulted from
    the direction of the government's officer.
    Dan Rice Constr. Co., ASBCA No. 52160, 04-1 BCA ii 32,595 at 161,262. Here,
    Innoventor appears to claim that the government changed its performance
    requirements by directing it to replicate the legacy DBTS's performance and test
    results (app. resp. at 24-25). The government is entitled to judgment as a matter of law
    on that theory because there is no evidence suggesting that the government changed
    Innoventor's performance requirements, let alone that anyone with authority to do so
    directed any such changes.
    A.     There is No Evidence Suggesting that the Government Changed
    Innoventor's Performance Requirements
    There is no evidence suggesting that the government changed Innoventor' s
    contract's performance requirements because contract 0043 unambiguously required that
    the new DBTS pass the tests and function at least as well as the legacy DBTS. "In order
    to decide whether a constructive change has occurred, we examine the pertinent contract
    language ... to interpret the contract requirements." Lamb Eng'g & Constr. Co., ASBCA
    No. 53304 et al., 06-1 BCA ii 33, 178 at 164,417. Where the provisions of a contract are
    "clear and unambiguous, they must be given their plain and ordinary meaning, and we
    12
    may not resort to extrinsic evidence to interpret them." Coast Fed. Bank, FSB v. United
    States, 
    323 F.3d 1035
    , 1040 (Fed. Cir. 2003) (en bane) (citations omitted).
    "An ambiguity exists when a contract is susceptible to more than one
    reasonable interpretation." E.L. Hamm & Assocs., Inc. v. England, 
    379 F.3d 1334
    ,
    1341 (Fed. Cir. 2004). As we have held:
    Determining whether ... differing interpretations are
    reasonable begins with an examination of the plain
    language of the contract, construing the contract so as "to
    effectuate its spirit and purpose giving reasonable meaning
    to all parts of the contract." In order to fall within the
    "zone of reasonableness," a party's interpretation must be
    logically consistent with the contract and the parties'
    objectively ascertainable intentions.
    ECCJ-C Me tag, 15-1 BCA ~ 36, 145 at 176,418 (citations and quotations omitted).
    Here, the only interpretation of contract 0043 that is logically consistent with the
    contract language and the parties' objectively ascertainable intentions is that the new
    DBTS had to pass the tests and function at least as well as the legacy DBTS. Contract
    0043 plainly stated that the new DBTS "shall pass the following tests or shall be
    rejected" (SOF ~ 9). It also stated that the primary requirement for Innoventor's DBTS is
    that it "shall be designed to combine the functionality of the current Dynamic Brake Test
    Stand ... with increased accuracy, reliability, and automation and hydraulic testing" (SOF
    ~ 7 (emphasis added)). Moreover, contract 0043 required "uniform functionality and
    accuracy" between Innoventor's DBTS and the legacy DBTS (SOF ~ 9 (emphasis
    added)). Thus, contrary to Innoventor's suggestion, contract 0043 unambiguously
    required that the new DBTS pass the tests and function uniformly with the legacy DBTS.
    Also contrary to Inn oventor's suggestion, there is no genuine issue of material
    fact but that the new DBTS failed the September 2013 IOT&E test. As Mr. Hansen
    reported, "O of 5 UUTs passed tests," and "[n]ot a single task was successfully
    completed" (SOF ~~ 13-14 ). There is no contradictory evidence suggesting that
    Innoventor's DBTS passed the September 2013 IOT&E. Therefore, at a minimum,
    any costs incurred to modify Innoventor's DBTS so that it could pass the follow-up
    December 2013 IOT&E test cannot be recovered under a constructive change theory
    because Innoventor incurred those costs to meet the contract's requirement that
    Innoventor's DBTS pass the tests.
    There is evidence that, at a minimum, raises a genuine issue of material fact as to
    whether Innoventor's DBTS passed the December 2013 IOT&E test in the sense that its
    13
    accuracy in testing the UUTs under the TOs was comparable to that of the legacy DBTS.
    In particular, Mr. Hansen stated that (1) the IOT &E had been "satisfactorily completed";
    (2) "the two [DBTSs] are very reasonable"; (3) the "results [for the legacy DBTS test] are
    VERY similar to those we collected" during the December 2013 IOT&E; and (4) he was
    "seeing consistent results" between the December 2013 IOT&E and the tests on the legacy
    DBTS. (SOF iii! 19-24)
    However, contract 0043 also required uniform functionality (SOF ii 7). "Uniform"
    means "conforming to one ... unvarying standard; not different at different times or
    places ... applying to all within a class; sameness." BLACK'S LAW DICTIONARY, 1530 (6th
    ed. 1990). "Function" means "to perform, execute [or] administrator. The nature and
    proper action of anything." 
    Id. at 673.
    Thus, in order to comply with the contract's
    uniform functionality requirement, Innoventor's DBTS had to perform the same as the
    legacy DBTS. The undisputed evidence shows that Innoventor's DBTS was not
    performing the same as the legacy DBTS because Innoventor's DBTS was breaking UUTs
    at a much higher rate than the legacy DBTS. In the 12 December 2013 email, Mr. Hansen
    complained that Innoventor's DBTS "has broken [UUTs] at such a high rate" (SOF ii 22).
    Likewise, in his 13 December 2013 email, Mr. Hansen stated that they were "trying to
    figure out why [Innoventor's] test stand is cracking [UUTs] at a higher rate" (SOF ii 24).
    And in his 27 March 2014 email, Mr. Hansen stated that the "[c]ontract requirements
    [were] met, other than the test stand is cracking [UUTs]" (SOF ii 31). Mr. Hansen's 2014
    memorandum also stated that "several [UUTs] have cracked gears while being tested on
    [Innoventor]'s test stand" (SOF ii 33). Because the undisputed evidence shows that
    Innoventor's DBTS was breaking UUTs at a higher rate than the legacy DBTS, there was
    not uniform functionality between the DBTSs.
    In response, Innoventor points to the fact that the legacy DBTS also broke a
    UUT during testing (SOF ii 23). While the government suggests that the UUT could
    have been broken during testing on Innoventor's DBTS a week earlier, for purposes of
    deciding the government's summary judgment motion, we must draw the reasonable
    inference that the legacy DBTS broke the UUT. However, even drawing that inference,
    that merely would establish that the legacy DBTS broke two UUTs over several years.
    (SOF ii 23) Innoventor's DBTS undisputedly broke four UUTs over several months
    (SOF iiii 13, 16-18). Thus, the undisputed evidence confirms Mr. Hansen's conclusion
    that Innoventor's DBTS was breaking UUTs at a higher rate than the legacy DBTS.
    Innoventor also argues that the Air Force retroactively tried to change the
    contract's requirements because the version of TO 33A2-2-51-1 in effect during the
    IOT &Es, permitted damage to UUTs, but the 2014 proposed modification would have
    altered that fact by prohibiting such damage (app. resp. at 3-4, 30, 35; app. reply at 5).
    As an initial matter, TO 33A2-2-51-1 merely warned that damage may result to the
    14
    UUT if pressure increases sharply as a result of failing to properly monitor the 33D
    static test pressure gauge. It does not say that such damage is acceptable. (SOF ii 6)
    In any event, Innoventor's argument is beside the point. As discussed above,
    the problem with Innoventor's DBTS was not that it broke a UUT. Rather, the
    problem was the lack of uniform functionality because Innoventor's DBTS broke
    UUTs at a significantly higher rate than the legacy DBTS. Regardless of whether the
    unaccepted 2014 proposed modification would have prohibited damage to the UUTs,
    the PS in effect during testing required uniform functionality and accuracy between the
    new DBTS and the legacy DBTS.
    Innoventor further complains that the Air Force was unsure of the design
    specifications during performance (app. resp. 31-32; app. reply at 7-8). That
    complaint ignores the fact that contract 0043 provides performance specifications, not
    design specifications. "A design specification describes the details of performance
    while a performance specification only sets forth the end results leaving the contractor
    the discretion to determine the details of performance to achieve those end results."
    Brinderson Corp., ASBCA No. 30938, 86-3 BCA ii 19,107 at 96,590-91; see also
    Stuyvesant Dredging Co. v. United States, 
    834 F.2d 1576
    , 1582 (Fed. Cir. 1987).
    Here, contract 0043 did not describe the details of performance. Rather, it only set
    forth the end result-requiring that the new DBTS be designed to combine the
    functionality of the legacy DBTS with increased accuracy, reliability, and automation
    and hydraulic testing-leaving Innoventor the discretion to determine the details of
    performance to achieve those end results (SOF ~ 7). Indeed, in response to a question
    during the bidding process, the Air Force stated that "this is a design and manufacture
    effort" (SOF ii 2, see also SOF ii 27 ("[T]he contracting office does not like [design
    specifications]. The government almost always tries to provide the requirement and
    not the design criteria.")).
    Nor is there evidence suggesting that the Air Force imposed design
    specifications-such as inertia or spring rates-when contract 0043 only contained
    performance specifications. As we have held:
    To be compensable ... the change must be one that the
    Government ordered the contractor to make. The
    Government's representative, by his words or his deeds,
    must require the contractor to perform work which is not a
    necessary part of his contract. This is something which
    differs from advice, comments, suggestions, or opinions
    which Government engineering or technical personnel
    frequently offer to a contractor's employees.
    15
    Quality Plus Equip., Inc., ASBCA No. 46932, 96-2 BCA ~ 28,595 at 142,759
    (emphasis added) (citation omitted).
    Here, there is no evidence suggesting that the Air Force required-as opposed
    to advised, suggested, or opined-that Innoventor meet any design specifications.
    Innoventor relies upon Mr. Hansen's statement that "[a]s a side note, I know you guys
    are working towards replicating the inertia and spring rate found on the legacy
    equipment-that's fine. That's probably the right answer, but I'm not going to say it
    is the right answer for certain." (SOF ~ 27 (emphasis added); see also app. resp. at
    32). As the emphasized language indicates, that statement was, at most, advice,
    comment, suggestion, or opinion on Innoventor's decision to replicate the DBTS's
    inertia and spring rate. Mr. Hansen's statement cannot reasonably be read as requiring
    that Innoventor replicate the legacy DBTS's inertia and spring rate. 7
    Innoventor also relies upon the COFD to demonstrate that the government
    compelled Innoventor to reverse engineer the legacy DBTS (app. resp. at 18). The fact
    that the CO issued the COFD after performance precludes a finding that the COFD
    constituted an order compelling Innoventor to perform work not required under the
    terms of the contract (SOF ~ 35). Moreover, the COFD did not require Innoventor to
    replicate the legacy DBTS. Rather, the COFD stated that the new DBTS had to
    "replicate the test results of the legacy stand" (id. (emphasis added)). The COFD merely
    stated that replicating the test results "can be" accomplished through reverse engineering
    (id.). The word "can" is permissive, not mandatory. Alloc, Inc. v. Int'! Trade Comm 'n,
    
    342 F.3d 1361
    , 1378 (Fed. Cir. 2003). Therefore, the COFD merely was advising,
    suggesting, or opining that Innoventor could have reverse engineered the legacy DBTS,
    instead of requiring that Innoventor had to reverse engineer the legacy DBTS.
    To demonstrate that the contract was ambiguous, lnnoventor also relies upon a
    statement by Mr. Hansen in an internal email that the PS is "not perfect and there are
    some potential gray areas of interpretation" (app. resp. at 34 (quoting R4, tab 3 at 173,
    ~ 5)). It cannot reasonably be inferred from that general statement that Mr. Hansen
    believed that the PS was unclear about whether the PS required uniform functionality
    because, in that same email, Mr. Hansen stated that the "[c]ontract requirements
    [were] met, other than the test stand is cracking gear teeth on some gearboxes being
    tested" during the December 2013 IOT&E (id.) (emphasis added). In any event,
    extrinsic evidence of internal debates within an agency about the meaning of a contract
    7
    Mr. Hansen's statement in the 18 December 2013 email that "I guess we shouldn't
    have dismissed" an earlier suggestion by Mr. Ostler about the spring rate is
    even less helpful because that merely shows that the Air Force engineering
    personnel were working with Innoventor in an attempt to help it lower the rate
    at which its DBTS broke UUTs (SOF ~ 25; see also app. resp. at 5).
    16
    provision cannot override the plain language of the contract. Raytheon Co., ASBCA
    No. 57576 et al., 15-1 BCA ~ 36,043 at 176,056.
    B.    There is Evidence Suggesting that the Person Directing any Changes had
    Authority To Do So
    Alternatively, there is no evidence suggesting that the person directing any changes
    had authority to alter Innoventor's duties under contract 0043. When a contract expressly
    provides that only the CO has the authority to change a contract, other government
    employees do not possess actual express or implied authority to change the contract. Winter
    v. Cath-dr/Balti JV, 
    497 F.3d 1339
    , 1345-46 (Fed. Cir. 2007). Here, contract 0043
    expressly provided that "[a]ny matter concerning a change to the scope, prices, terms or
    conditions of this contract shall be referred to the Contracting Officer" (SOF ~ 10).
    Likewise, at the kickoff meeting, the technical team reiterated to Innoventor that it did not
    have the authority to change the contract (SOF ~ 11 ). Therefore, Mr. Hansen did not have
    the authority to alter Innoventor's duties.
    Nor does the 6 January 2014 email raise a genuine issue of material fact as to
    whether the CO directed the purported changes to the contract requirements for which it
    seeks to recover (app. resp. at 37). In the 6 January 2014 email, Mr. Hansen stated that,
    "[a]s part of the modification to address the spring rate the contracting officer is requiring
    me to modify the purchase specification to align with our changes" (SOF ~ 27). That
    statement does not evidence the CO ordering Innoventor to perform additional work
    because the government rejected Innoventor's proposed modification to address the
    spring rate for $163,230 (SOF ~ 29). Because the government never issued the proposed
    modification that the CO had ordered, Innoventor did not perform additional work to
    address the spring rate pursuant to the proposed modification. Instead, the government
    accepted the DBTS without the adjustments to the spring rate, and the government
    performed the spring rate adjustments itself (SOF ~~ 31, 33).
    Innoventor' s argument improperly conflates the unissued proposed modification
    to address the spring rate with the purported constructive changes for which Innoventor
    seeks to recover. The 6 January 2014 email states that the CO ordered the unissued
    proposed modification to address the spring rate is separate from the REA for the
    purported additional work as a result of the purported "instability of expectations" that
    forms the basis of the constructive change claim (SOF ~~ 27, 29). The 6 January 2014
    email does not address the purported additional work as a result of the purported
    "instability of expectations," much less provide proof that the CO ordered any such
    work (SOF ~ 27). On the contrary, in the 18 February 2014 email in response to the
    REA, the CO stated that he did not order any additional work as a result of purported
    unstable expectations (SOF ~ 30). Thus, there is" no evidence suggesting that the CO
    ordered the purported additional work for which Innoventor seeks to recover.
    17
    III.   Innoventor's Cross-Motion for Summary Judgment
    Innoventor is not entitled to judgment as a matter of law because, as discussed above,
    contract 0043 unambiguously required that Innoventor's DBTS pass the tests and function
    at least as well as the legacy DBTS, which requirements were not satisfied. Moreover, there
    is no evidence suggesting that anyone with authority required any changes.
    CONCLUSION
    The government's motion for summary judgment is granted. Innoventor's
    cross-motion for summary judgment is denied. Judgment is entered in the government's
    favor on the constructive change theory.
    Dated: 11 July 2017
    JAMES R. SWEET
    Administrative Judge
    Armed Services Board
    of Contract Appeals
    I concur                                         I concur
    RICHARD SHACKLEFORD
    Administrative Judge                             Administrative Judge
    Acting Chairman                                  Acting Vice Chairman
    Armed Services Board                             Armed Services Board
    of Contract Appeals                              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. 59903, Appeal of
    Innoventor, Inc., rendered in conformance with the Board's Charter.
    Dated:
    JEFFREY D. GARDIN
    Recorder, Armed Services
    Board of Contract Appeals
    18