Name Redacted ( 2016 )


Menu:
  •                 ARMED SERVICES BOARD OF CONTRACT APPEALS
    Appeal of --                                   )
    )
    ███████████████████████              )      
    ASBCA No. 60315
    )
    Under Contract No. HTC711-14-D-R033            )
    APPEARANCE FOR THE APPELLANT:                         ██████████████████
    President
    APPEARANCES FOR THE GOVERNMENT:                       Jeffery P. Hildebrant, Esq.
    Air Force Deputy Chief Trial Attorney
    Lt Col Mark E. Allen, USAF
    Jason R. Smith, Esq.
    Trial Attorneys
    OPINION BY ADMINISTRATIVE JUDGE D' ALESSANDRIS
    ON THE GOVERNMENT'S MOTION FOR SUMMARY JUDGMENT
    The United States Transportation Command (government) awarded ████████
    █████████████████ (███) a commercial trucking services contract in Afghanistan.
    SWT argues that the government breached the contract by failing to provide a fair
    opportunity to compete, improperly terminating the contract, and by breaching the
    implied duty of good faith and fair dealing. Pending before the Board is the
    government's motion for summary judgment, asserting that there are no disputed
    material facts and that ███ fails to establish any contractual violation. We grant the
    government's motion and deny the appeal.
    STATEMENT OF FACTS (SOF) FOR PURPOSES OF THE MOTION
    1. On 9 January 2014, the United States Transportation Command awarded
    Contract No. HTC711-14-D-R033 to ███ for commercial trucking services in
    Afghanistan (R4, tab 14). ███'s contract was one of 23 awarded under the National
    Afghan Trucking Program (NAT II) (R4, tab 34 at 1). The NAT II was a
    firm-fixed-price, multiple-award, indefinite-delivery, indefinite-quantity (ID IQ)
    contract (R4, tab 14 ). The contract had an original base period of 24 January 2014
    to 15 December 2014 with two one-year options and one six-month option (id. at 5-7).
    2. The contract contained Federal Acquisition Regulation (FAR) clause 52.216-22,
    INDEFINITE QUANTITY (OCT 1995), which provided, in relevant part:
    (a) This is an indefinite-quantity contract for the supplies or
    services specified, and effective for the period stated, in the
    Schedule. The quantities of supplies and services specified in
    the Schedule are estimates only and are not purchased by this
    contract.
    (b) Delivery or performance shall be made only as authorized
    by orders issued in accordance with the Ordering clause. The
    Contractor shall furnish to the Government, when and if
    ordered, the supplies or services specified in the Schedule up
    to and including the quantity designated in the Schedule as
    the "maximum." The Government shall order at least the
    quantity of supplies or services designated in the Schedule as
    the "minimum."
    (R4, tab 14 at 12)
    3. The contract also contained FAR clause 52.217-9, OPTION TO EXTEND THE
    TERM OF THE CONTRACT (MAR 2000), which provided, in relevant part, that the
    government "may extend the term of this contract by written notice to the Contractor"
    (R4, tab 14 at 12).
    4. The contract's Performance Work Statement stated that the government
    "will normally provide the contractor's [Program Manager] at least 96 hours notice of a
    mission requirement; however, the contractor shall be able to respond within 48 hours
    for urgent requirements" (R4, tab 14 at 80). The Performance Work Statement also
    required the contractor to attend a post-award conference; have contractor employees
    enrolled in the Synchronized Pre-Deployment and Operational Tracker (SPOT) and
    have a SPOT-generated Letter of Authorization (LOA) for its employees prior to
    employment; to work on holidays; and to maintain Defense Base Act (DBA) insurance
    (R4, tab 14 at 64-65, 67).
    5. By task order dated 17 January 2014, the contracting officer paid the
    contractually guaranteed minimum of 129,500 afghani (AFN) to ███ (R4, tab 16).
    The government had previously provided ███ the opportunity to invoice for the
    guaranteed minimum order (R4, tab 39 at 3). The contracting officer also issued contract
    Modification No. POOOOl to the contract, dated 17 January 2014, which notified ███
    that the NAT II award decision was being protested to the Government Accountability
    Office (GAO) and that "[t]he contractor is hereby notified to suspend performance until
    further notice. Only the Contracting Officer is authorized to allow performance to
    resume under this contract." (R4, tab 15 at 1)
    2
    6. By memorandum dated 30 April 2014, the contracting officer notified ███
    that it had been reaffirmed as an awardee under the NAT II contract and that the
    government expected "to complete a modification of your contract removing the
    Stop Work Order following the debriefing period" (R4, tab 21 at 3).
    7. By memorandum dated 14 May 2014, the contracting officer notified all
    NAT II contractors that three unsuccessful offerors of the NAT II contract had filed
    protests with the GAO and that performance would continue "to be suspended pending
    disposition of the protests" (R4, tab 22 at 1).
    8. ███ asserts that the government became aware that requirements for
    trucking services in Afghanistan were being sharply reduced and were projected to
    continue to decline in the NAT II option years around 22 August 2014 (app. resp. at 3).
    On 8 September 2014, a kick-off meeting took place for the NAT II contract (comp I. at 2).
    9. By memorandum dated 11 September 2014, the contracting officer notified
    ███ that the stop work order was being lifted on the NAT II contract and directed ███
    "to start preparing for performance in accordance with the terms and conditions of
    HTC711-14-D-R033." The contracting officer also noted that the official notice to
    proceed would be issued around 16 October 2014 along with a formal modification.
    (R4, tab 23)
    10. By letter dated 25 September 2014, the government informed ███ that the
    contract base period would only have a period of performance of two months ( 16 October
    2014 through 15 December 2014) and that only around seven NAT II contractors would
    have their contracts' option years exercised. The contracting officer offered ███ the
    opportunity to execute an immediate no-cost termination of its contract. (R4, tab 24)
    11. By email dated 26 September 2014, the contracting officer notified NAT II
    contractors that the modification to lift the stop work order had not been issued and that
    the stop work order was still in effect (R4, tab 25).
    12. By memorandum dated 7 October 2014, the contracting officer notified
    ███ that the government would not exercise the first option period on the contract
    (R4, tab 27). By a ten-page memorandum signed 22 November 2014, the contracting
    officer outlined determinations and findings in support of the NAT II contractors who
    had their option years exercised (R4, tab 34 ). The determination noted that the military
    was downsizing, reducing the need for commercial trucking services, that there was a
    similar decline in contracting personnel to administer the contracts, and that the contracts
    required high fixed costs for a 24-hour operations center and DBA insurance (id.). The
    determination concluded that awarding all options would "expose the contractors to
    unnecessary start-up costs with no real expectation of recovering their initial outlay"
    (id. at 3). The determination further reasoned that these financial risks could affect the
    viability of the contractors and become a force protection issue (id.).
    3
    13. The contracting officer issued no competitive task orders under the NAT II
    contracts during the base period (R4, tab 43 at 1).
    14. By email dated 8 July 2015, ███ submitted a certified claim demanding
    payment for expenses allegedly incurred during the performance of the contract in the
    amount of $5,547,248.98 (R4, tab 44).
    15. By memorandum dated 25 August 2015, the contracting officer issued a final
    decision denying ███'s certified claim (R4, tab 47). ███ timely appealed to this Board
    on 7 November 2015.
    DECISION
    ███ argues that the government "performed a breach of contract for failure to
    provide fair opportunity to compete and be considered for orders, improper termination,
    failure to perform in good faith, bad faith issuance of the minimum order guarantee and
    improper use of the Option to Extend Services" (compl. at 3). The government argues
    that there are no disputed material facts and that it is entitled to judgment as a matter of
    law because it paid the guaranteed minimum required by the contract and its actions were
    consistent with the terms of the contract.
    We will grant summary judgment only if there is no genuine issue as to any
    material fact, and the moving party is entitled to judgment as a matter of law.
    Celotex Corp. v. Catrett, 
    477 U.S. 317
    , 322 (1986). A material fact is one that may
    affect the outcome of the decision. Anderson v. Liberty Lobby, Inc., 
    477 U.S. 242
    ,
    248-49 ( 1986). The moving party bears the burden of establishing the absence of any
    genuine issue of material fact, and all significant doubt over factual issues must be
    resolved in favor of the party opposing summary judgment. Mingus Constructors, Inc.
    v. United States, 
    812 F.2d 1387
    , 1390-91 (Fed. Cir. 1987). Once the moving party has
    met its burden of establishing the absence of disputed material facts, then the non-moving
    party must set forth specific facts, not conclusory statements or bare assertions, to
    defeat the motion. Pure Gold, Inc. v. Syntex (U.S.A.), Inc., 
    739 F.2d 624
    , 626-27
    (Fed. Cir. 1984). The government has met its burden of establishing the absence of
    disputed material facts.
    I.     Failure to Provide a Fair Opportunity to Compete For Task Orders
    We start with ███'s first argument that the government "breach[ed] [a] contract
    for failure to provide fair opportunity to compete and be considered for orders." This
    argument fails because there were no competitive task orders issued under the NAT II
    contract during the base period (SOF ii 13). ███ was given the opportunity to invoice
    for the contract minimum order guarantee during the base period (SOF ii 5), satisfying the
    government's contractual obligation under the IDIQ contract. RJO Enterprises, Inc.,
    
    ASBCA No. 50981
    , 03-1 BCA ii 32,137 at 158,908 (because it was an IDIQ contract the
    4
    government "was obligated to purchase no more than the contractual minimum
    quantity").
    II.    Improper Termination
    ███ next alleges that the government improperly terminated the contract. Since
    there was no actual termination of the contract, S WT appears to be alleging a de facto
    termination through the government's suspension of work and failure to exercise the
    contract's first option. This argument fails as well because the suspension of work and
    termination for convenience clauses provide no relief when no work was ordered under
    an IDIQ contract and the contractor has been paid the minimum contract value. See
    Beneco Enterprises, Inc., 
    ASBCA No. 46405
    , 96-2 BCA ,-i 28,531 at 142,468 (concurring
    majority). In Beneco, the appellant, like ███ here, sought costs allegedly incurred
    during a suspension of work due to a post-award bid protest. The Board denied the
    appeal because no work was ordered under the IDIQ contract so no performance was
    suspended. The Board noted that appellant's only relief was through the Minimum
    Contract Value clause. 
    Id.
    III.   Good Faith and Fair Dealing and Bad Faith
    ███ next alleges that the government breached the implied duty of good faith
    and fair dealing. Implied in every contract is a duty of good faith and fair dealing in
    its performance and enforcement. Lakeshore Eng 'g Servs., Inc. v. United States,
    
    748 F.3d 1341
    , 1349 (Fed. Cir. 2014); Metcalf Constr. Co. v. United States,
    
    742 F.3d 984
    , 990 (Fed. Cir. 2014). It is well settled that the covenant of good faith and
    fair dealing "imposes obligations on both contracting parties that include the duty not to
    interfere with the other party's performance and not to act so as to destroy the reasonable
    expectations of the other party regarding the fruits of the contract." Centex Corp. v.
    United States, 
    395 F.3d 1283
    , 1304 (Fed. Cir. 2005). "What is promised or disclaimed
    in a contract helps define what constitutes 'lack of diligence and interference with or
    failure to cooperate in the other party's performance."' Metcalf Constr., 742 F.3d at 991
    (quoting Malone v. United States, 
    849 F.2d 1441
    , 1445 (Fed. Cir. 1988)). "[T]he nature
    of that bargain is central to keeping the duty focused on 'honoring the reasonable
    expectations created by the autonomous expressions of the contracting parties."' 
    Id.
    (quoting Tymshare, Inc. v. Covell, 
    727 F.2d 1145
    , 1152 (D.C. Cir. 1984)). The
    implied duty of good faith and fair dealing cannot create duties inconsistent with the
    express provisions of the contract. Bell/Heery v. United States, 
    739 F.3d 1324
    , 1335
    (Fed. Cir. 2014).
    ███ initially alleges that the government breached the implied duty of good
    faith and fair dealing by failing to exercise the contract's first option. However, the
    government has broad discretion when exercising options. In Plum Run, Inc.,
    
    ASBCA No. 46091
     et al., 97-2 BCA ,-i 29,193 at 145,230, we held that the government
    possesses discretion in exercising options and that a contractor can only prevail by
    5
    establishing bad faith, abuse of discretion, or arbitrary or capricious action. The
    contract's Option to Extend the Term of the Contract clause itself presupposes discretion,
    employing the word "may" (SOF ii 3). ███'s citation to Community Consulting
    International, 
    ASBCA No. 53489
    , 02-2 BCA ii 31,940 (compl. at 5), is factually
    distinguishable because that case involved allegations that the appellant was not fairly
    considered for task orders. Here, no competitive task orders were issued during the base
    period (SOF ii 13).
    Moreover, the government justified its decision not to exercise the first option
    year to some but not all NAT II contractors in a ten-page determinations and findings
    memorandum (SOF ii 12). The determination noted that the military was downsizing,
    reducing the need for commercial trucking services, that there was a similar decline in
    contracting personnel to administer the contracts, and that the contracts required high
    fixed costs for a 24-hour operations center and DBA insurance (id.). The determination
    concluded that awarding all options would "expose the contractors to unnecessary
    start-up costs with no real expectation of recovering their initial outlay" (id.). The
    determination further reasoned that these financial risks could affect the viability of the
    contractors and become a force protection issue (id.). Thus the failure to award option
    years to ███ was not done in bad faith nor was it an abuse of discretion or arbitrary or
    capricious. Therefore, the government provided S WT "fair opportunity" to compete and
    be considered for orders. In light of the government's discretion in determining whether
    to exercise an option and the lack of an obligation to do so, ███ could only have
    reasonably assumed that the contract would be for the base period. ███ alleges that the
    government failed to properly follow the evaluation criteria for exercising option years.
    This is not a reasonable belief. ███ does not point to any clause in the contract which a
    reasonable person could interpret to mean the government restricted its discretion to
    exercise options. Thus, ███ has not shown that there was a breach of the implied duty
    of good faith and fair dealing when the government declined to exercise the contract's
    option.
    ███ next asserts that the government required it to do specific tasks such as
    attending a post-award conference, working on a holiday, and incurring expenses for
    DBA insurance, SPOT authorization and SPOT-generated LOAs. ███ also states that
    the contracting officer encouraged ███ to "remain in a state of ready with trucks and
    personnel in anticipation of starting performance" despite knowing that mission needs
    would be significantly reduced (app. resp. at 3). However, the terms of the contract
    require the contractor to perform these tasks (SOF ii 4). ███ does not explain how the
    government's actions constitute a breach of the implied duty of good faith and fair
    dealing, given that the actions it complains of are provided for in the contract. As such,
    there was no breach of the implied duty of good faith and fair dealing.
    Since the nature of the bargain is central to honoring the reasonable expectations of
    the parties, we next turn to the bargain itself. ███ was awarded one of the contracts
    under the NAT II program. The NAT II program was a firm-fixed-price, multiple-award,
    6
    IDIQ (SOF ii 1). The government paid ███ the contract minimum order guarantee
    (SOF ii 5). The government had discretion under the contract as to whether to exercise the
    contract's option (SOF ii 3). Thus, the government honored the reasonable expectations of
    the parties and did not breach the implied duty of good faith and fair dealing.
    Finally, ███ also alleges that the government acted in bad faith.* It is well
    established that government officials are presumed to act in good faith. Road and
    Highway Builders, LLC v. United States, 
    702 F.3d 1365
    , 1368 (Fed. Cir. 2012). To prove
    that a government official acted in bad faith, a contractor "must show a 'specific intent to
    injure"' by clear and convincing evidence. 
    Id. at 1369
     (quoting Am-Pro Protective
    Agency, Inc. v. United States, 281F.3d1234, 1240 (Fed. Cir. 2002)). In deciding a
    motion for summary judgment, we must determine whether a reasonable fact finder could
    find by clear and convincing evidence that the government acted in bad faith. Am-Pro,
    281 F.3d at 1239-41. ███ has not alleged any facts to show that the government had a
    "specific intent" to injure ███ in any of its allegations. Moreover, even if the
    allegations were sufficient to demonstrate an intent to injure, they are just allegations and
    are not supported by citation to any evidence pursuant to Board Rule 7(c). Thus, a
    reasonable fact finder could not find by clear and convincing evidence that the
    government acted in bad faith.
    We have considered appellant's remaining arguments and find they have no merit.
    The government's motion for summary judgment is granted. Accordingly, the appeal is
    denied.
    Dated: 21November2016
    DAVID D' ALESSANDRIS
    Administrative Judge
    Armed Services Board
    of Contract Appeals
    (Signatures continued)
    * It is unclear whether or not appellant is alleging bad faith or a breach of good faith and
    fair dealing. We will read appellant's assertion as alleging both, using the same
    arguments.
    7
    I concur                                     I concur
    ~~ffet(--                                     ~
    RICHARD SHACKLEFORD
    Administrative Judge                          Administrative Judge
    Acting Chairman                               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. 60315
    , Appeal of █████████
    ██████████████████, rendered in conformance with the Board's Charter.
    Dated:
    JEFFREY D. GARDIN
    Recorder, Armed Services
    Board of Contract Appeals
    8