Tele-Consultants, Inc. ( 2015 )


Menu:
  •                ARMED SERVICES BOARD OF CONTRACT APPEALS
    Appeal of --                                 )
    )
    Tele-Consultants, Inc.                       )      ASBCA No. 58129
    )
    Under Contract No. 000000-00-0-0000          )
    APPEARANCES FOR THE APPELLANT:                      Thomas 0. Mason, Esq.
    Francis E. Purcell, Jr., Esq.
    Cooley LLP
    Washington, DC
    APPEARANCES FOR THE GOVERNMENT:                     Ronald J. Borro, Esq.
    Navy Chief Trial Attorney
    Ellen M. Evans, Esq.
    Senior Trial Attorney
    OPINION BY ADMINISTRATIVE JUDGE MELNICK ON THE
    GOVERNMENT'S MOTION TO DISMISS OR ALTERNATIVELY FOR
    SUMMARY JUDGMENT
    Tele-Consultants, Inc. (TCI) was a subcontractor to a prime contractor
    providing program, engineering, and support services to the United States Navy. The
    prime contractor was terminated for default before paying $282,302 in alleged charges
    to TCI. TCI unsuccessfully sought payment from the Navy, which it then followed
    with submission of a certified claim. It now appeals the denial of that claim.
    Currently, the government has pending a motion to dismiss for failure to state a claim
    upon which relief may be granted, or alternatively for summary judgment. For the
    reasons, stated below, we deny the motion to dismiss but grant the motion for
    summary judgment.
    STATEMENT OF FACTS (SOF) FOR PURPOSES OF THE MOTION
    The following facts are undisputed:
    1. In September 2009, the Naval Undersea Warfare Center, Newport Division,
    issued Solicitation No. N00024-09-R-3231 for offers to enter into a task order to
    provide program and engineering management, as well as support services for various
    Navy activities. The resulting contract was to be cost-plus-fixed-fee. (R4, tab 1) The
    solicitation required government approval of subcontractors (R4, tab 1 at 36). 1 Cost
    and technical proposals from both the prime contractor offerors, and their potential
    subcontractors, were to be uploaded into the Navy's Seaport electronic portal (R4,
    tab 1 at 46, 48).
    2. In response to the solicitation, Advanced Solutions for Tomorrow (ASFT)
    submitted a proposal on 7 October 2009, identifying TCI as one of its subcontractors
    (supp. R4, tab 9). Accordingly, TCI submitted proposal materials of its own to the
    Navy (app. supp. R4, tab 4). On 15 June 2010, the Navy awarded Task Order N408
    under Contract No. NOOl 78-04-D-4003 to ASFT (R4, tab 2). The task order included
    work on Non-Propulsion Electronic Systems (NPES) (R4, tab 1 at 14). ASFT and TCI
    then entered into a subcontract to perform work for that prime contract (app. supp. R4,
    tab 77).
    3. It is standard procedure at the Naval Undersea Warfare Center, Newport for
    a non-government employee, whether contractor or subcontractor, to receive a
    computer, workspace, a badge, and an email address. A badge is necessary to enter
    the facility. (Supp. R4, tab 14, Abraham decl. ~ 7) Also, the task order required all
    personnel to comply with badge and security procedures required to gain access to any
    government site (R4, tab 1 at 22).
    4. In September 2010, Mr. Tom Isenbergh, a Navy Information System
    Specialist who served as a Tomahawk Weapons Control Systems Training Manager,
    contacted ASFT about funding a particular team of people "as a sub on the ... contract."
    ASFT responded that it "would be glad to transfer your team to the NPES contract by
    having them employed by one of the ASFT Team members." (App. supp. R4, tab 44)
    Mr. Isenbergh then provided the names of the relevant people, with pertinent
    information, to Mr. John Boucher ofTCI, explaining that the Navy was seeking quotes
    from "subs" (app. supp. R4, tab 48 at 1836). Mr. Boucher responded to Mr. Isenbergh
    with "costs for TCI and the pass-thru." He explained that "[t]here are options that may
    be available to us going forward that we can dispose of the pass-thru." (App. supp.
    R4, tab 49) On 4 October 2010, Mr. Isenbergh sent an email to David Hickey, the
    contracting officer's representative (COR) on the ASFT contract, as well as other
    Navy personnel, and copying both Mr. Boucher and Mr. Dennis Craft of ASFT. The
    email requested "funding for TCI on the ASFT NPES contract." (App. supp. R4, tab
    55) TCI personnel then worked on tasks authorized by Navy personnel, and TCI
    submitted information about its performance of the ASFT task order (Boucher decl.
    ~~ 15-17 (attached to appellant's opposition to the government's motion to dismiss for
    lack of jurisdiction)).
    1
    References to page numbers in the Rule 4 file are to those in the bottom right
    comer.
    2
    5. On 27 January 2011, Mr. John Corbett, another Navy manager, sent
    Mr. Boucher an email seeking a "spend plan vs actual expenditures graph," which he
    had expected from TCI previously in a meeting with the COR. Mr. Corbett also
    explained that the information was necessary because of the COR's prior emphasis on
    funding limits and need for regular reports. Mr. Boucher responded with the
    information. (App. supp. R4, tabs 68-69)
    6. On 14 February 2011, the COR instructed Mr. Boucher to remove all TCI
    employees from the work site and stop billing under the ASFT contract. The next day,
    ASFT sent an email to TCI ordering it to stop work under the subcontract. (Boucher
    decl. i! 22) On 25 February 2011, TCI's Executive Vice President, Michael Girard,
    sent a letter to Denise Abraham, Deputy Department Head at the time of the ASFT
    contract. Mr. Girard explained that TCI was a subcontractor to ASFT. TCI
    understood ASFT had been ordered to stop work, and requested that the government
    consider retaining TCI to assume performance as the prime contractor. (App. opp'n,
    Renshaw decl., ex. 2) On 28 February 2011, Mr. Girard sent a memorandum to
    Mr. Brian O'Donnell of the Navy, noting it had incurred over $200,000 in costs on its
    subcontract with ASFT and "requesting that [the Navy] take an active role to resolve
    the issues TCI has on this task order." Mr. Girard said that ASFT had failed to execute
    an outstanding modification, and ended asking how "the Government intend[ ed] on
    enabling TCI to invoice and receive payment on costs incurred since ASFT does not
    appear to operating [sic] at this time." (Id., ex. 3)
    7. On 4 March 2011, the Navy terminated a series of ASFT task orders for
    default, including N408 (supp. R4, tab 16).
    8. On 29 September 2011, TCI's counsel submitted a letter to the Navy
    requesting an "equitable adjustment regarding TCI's performance as a subcontractor
    to" ASFT. The letter explained that ASFT had failed to pay TCI $282,302 that it
    claimed ASFT owed it. It acknowledged that "TCI lacked privity with the Navy with
    respect to its performance under the Subcontract." However, "TCI performed services
    supporting the Navy's mission," and "[t]he Navy benefited from these services," while
    "aware of TCI's performance as a subcontractor to ASFT." As "the ultimate recipient
    of these services, the Navy should issue an equitable adjustment to TCI in the amount
    of $282,302." (R4, tab 5 at 1) The letter stressed that "[t]he absence of a contract
    between the Navy and TCI for the work performed under the Subcontract should not
    serve as an obstacle" (id. at 3).
    9. On 19 December 2011, TCI' s president submitted a certified claim to the
    contracting officer, seeking "reimbursement for its performance as a subcontractor to"
    ASFT in the amount of $282,302. Like the prior request for equitable adjustment, the
    president's certified claim conceded that "TCI lacked privity with the Navy," but
    sought payment on the basis that the Navy had benefited from the services.
    3
    Additionally, the president argued that TCI was entitled to compensation from the
    Navy because ASFT had failed to take action to settle TCI's outstanding termination
    costs after ASFT was terminated for default. (R4, tab 6) Also, like the equitable
    adjustment request, the certified claim stressed that the "absence of a contract between
    the Navy and TCI...should not serve as an obstacle to ...payment" (id. at 4). On
    15 February 2012, the contracting officer denied the claim (R4, tab 7).
    10. In a letter to the contracting officer dated 28 March 2012, TCI's counsel
    requested reconsideration of the final decision. Citing FAR 49 .108, TCI sought the
    Navy to act under the FAR provisions "that permit the government to resolve
    subcontractor termination settlement proposals." The request included a Standard
    Form 1437 Settlement Proposal for Cost- Reimbursement Type Contracts. It
    contained various itemized costs totaling $283,004.48, plus additional attachments.
    (App. supp. R4, tab 85)
    PRIOR PROCEEDINGS & CURRENT MOTION
    On 11 May 2012, TCI appealed the denial of its claim to this Board. The
    complaint contends that ASFT was the government's purchasing agent. It suggests
    ASFT awarded the subcontract to TCI in that capacity, which established privity of
    contract between TCI and the government and created a government obligation to pay
    TCI' s invoices. TCI also alleged that the government breached a duty to cooperate in
    the resolution of the ASFT contract by failing to resolve TCI's claims related to that
    contract. The government initially answered and sought dismissal for lack of
    jurisdiction on the ground that it lacks privity of contract with TCI. In response, TCI
    generally retreated from its theory that ASFT acted as the government's purchasing
    agent. Instead, it alleged that the facts support the existence of an implied-in-fact
    contract between TCI and the government requiring TCI to perform the services for
    which it seeks payment. On 4 February 2013, the Board denied the government's
    motion to dismiss, ruling that a claimant need only allege the existence of a contract to
    establish the Board's jurisdiction. Whether a contract was actually formed and
    breached related to the merits of the appeal, which was not before the Board at that
    time. Tele-Consultants, Inc., ASBCA No. 58129, 13 BCA ii 35,234. On 19 March
    2014, the Board received the government's present request for dismissal for failure to
    state a claim upon which relief can be granted, or for summary judgment. 2
    2
    After the government filed this motion, TCI filed a motion to dismiss the appeal
    under Board Rule 30. As part of its response to that motion, the government
    requested that the Chairman of the Board refer its present motions to the
    Board's Senior Deciding Group for decision. See Armed Services Board of
    Contract Appeals Charter, 48 C.F.R. ch. 2, appx. A ii 4 (2013). The Chairman
    has denied that request.
    4
    DECISION
    I.     Motion to Dismiss for Failure to State a Claim
    To overcome a motion to dismiss for failure to state a claim, a complaint must
    allege facts plausibly suggesting, not merely consistent with, a showing of entitlement
    to relief. Am. Gen. Trading & Contracting, WLL, ASBCA No. 56758, 12-1 BCA
    if 34,905 at 171,640. The government's motion does not analyze the pleadings under
    this standard. Instead, it criticizes the Board's previous denial of the government's
    motion to dismiss for lack of jurisdiction, saying it "has been unable to reconcile" it
    with prior decisions. Thus, the government's 19 March 2014 motion to dismiss for
    failure to state a claim is actually an untimely request for reconsideration of the
    Board's 4 February 2013 denial of the government's motion to dismiss for lack of
    jurisdiction. See Board Rule 20 (formally Rule 29) (requiring a motion for
    reconsideration 30 days from receipt of the underlying decision by the party seeking
    reconsideration). Accordingly, the government's motion to dismiss for failure to state
    a claim is denied.
    II.    Motion for Summary Judgment
    Summary judgment should be granted if it has been shown that there are no
    genuine issues of material fact and the moving party is entitled to judgment as a matter
    oflaw. Celotex Corp. v. Catrett, 
    477 U.S. 317
    , 322 (1986). Summary judgment is
    appropriate against a party that "fails to make a showing sufficient to establish the
    existence of an element essential to that party's case, and on which that party will bear
    the burden of proof at trial" because "failure of proof concerning an essential element
    of the nonmoving party's case necessarily renders all other facts immaterial." 
    Id. at 322-23.
    A.     Purchasing Agent
    The government's motion contends that TCI can produce no evidence that the
    ASFT contract required it to act as the Navy's purchasing agent. TCI does not contest
    that suggestion now, and our review of the task order fails to reveal such a
    requirement.
    B.     Implied-In-Fact Contract
    An implied-in-fact contract is "founded upon a meeting of the minds, which,
    although not embodied in an express contract, is inferred, as a fact, from conduct of
    the parties showing, in the light of the surrounding circumstances, their tacit
    understanding." City of Cincinnati v. United States, 
    153 F.3d 1375
    , 1377 (Fed. Cir.
    1998) (quoting Baltimore & Ohio R.R. Co. v. United States, 
    261 U.S. 592
    , 597
    5
    (1923)). The elements that must be proven by the claimant are mutuality of intent,
    consideration, and lack of ambiguity in offer and acceptance. Furthermore, the
    government representative purporting to bind it must have been authorized to do so.
    City of 
    Cincinnati, 153 F.3d at 1377
    .
    The government contends that TCI cannot produce evidence of an implied-in-fact
    contract with the Navy. It argues that none of the evidence on file, or discovery
    responses from TCI, show that anyone possessing contracting authority bound the Navy,
    or evidence a mutual intent by the parties to contract. The government also maintains
    that the work TCI alleges was the subject of the implied-in-fact contract was already the
    subject of its contract with ASFT and therefore barred from inclusion within the scope of
    an implied-in-fact contract. Because TCI is the party that bears the burden of proving the
    implied-in-fact contract, to defeat the government's motion it must proffer evidence of
    the contract's elements. 
    Celotex, 477 U.S. at 322-23
    (requiring summary judgment to be
    entered against a party that "fails to make a showing sufficient to establish the existence
    of an element essential to that party's case, and on which that party will bear the burden
    of proof at trial").
    1.     Mutuality of Intent
    TCI contends that the actions of Mr. Isenbergh and Mr. Corbett demonstrate an
    intention by the Navy to contract directly with TCI. However, the evidence presented
    shows Mr. Isenbergh contacting ASFT about funding his desired team "as a sub on the
    ... contract." ASFT responded that it "would be glad to transfer [Mr. Isenbergh's] team
    to the NPES contract by having them employed by one of the ASFT Team members."
    Mr. Isenbergh then explained to Mr. Boucher ofTCI that the Navy was seeking quotes
    from "subs." When Mr. Isenbergh ultimately sought funding to pay for TCl's
    employment of that team, he communicated his request to the ASFT contract COR,
    copying Mr. Boucher and an ASFT official, explaining that he was seeking "funding
    for TCI on the ASFT NPES contract." (SOF ~ 4) Separately, Mr. Corbett, another
    Navy manager, simply requested Mr. Boucher to provide spending information (SOF
    ~ 5). None of this evidence can fairly be construed as indicating any intent on the part
    of the Navy individuals involved to contract directly with TCI for its services.
    The only other evidence of contractual intent contradicts TCI' s claim. ASFT
    and TCI identified TCI to the Navy as ASFT's subcontractor and they executed a
    subcontract between themselves. (SOF ~ 2) TCl's Executive Vice President
    acknowledged in correspondence with the Navy that it had subcontracted with ASFT
    and sought assistance from the Navy obtaining payment (SOF ~ 6). Both TCl's
    counsel and president conceded in correspondence with the Navy that TCI was a
    subcontractor to ASFT, lacked privity with the Navy, and that there was an absence of
    a contract between TCI and the Navy (SOF ~~ 8-9). Accordingly, TCI has failed to
    6
    make a showing sufficient to establish a genuine issue of fact as to the existence of a
    mutual intent to contract with the Navy.
    2.     Consideration
    TCI suggests that, as consideration for its hiring the five individuals desired by
    Mr. Isenbergh, the Navy provided TCI employees with office space, access cards, and
    email addresses. It cites the declaration of its president, Mr. Curtis Renshaw, as
    support for that contention. However, Mr. Renshaw does not declare that office space,
    access cards, and email addresses were provided by the Navy in return for TCI
    providing the services of the five persons (Renshaw decl. if 11). Indeed, the only
    evidence of the government's purpose for providing those items is that it is standard
    procedure to do so, and that badges are required by the ASFT task order for personnel
    to gain access to the government's site (SOF if 3).
    TCI also contends that the funding sought by Mr. Isenbergh, and that was the
    subject of Mr. Corbett's information request, reflects consideration for its contract as
    well. However, Mr. Isenbergh characterized that funding to be "for TCI on the ASFT
    NPES contract." He did not indicate that the Navy ever paid any consideration
    directly to TCI, or intended to do so, as part of a contract with it. (SOF if 4)
    Significantly, TCI presents no evidence that anyone in the Navy promised to pay TCI
    directly for its performance. Accordingly, TCI has failed to make a showing sufficient
    to establish the existence of consideration.
    3.     Offer and Acceptance
    TCI argues that Mr. Boucher's cost proposal for the five individuals' services
    was an offer to contract directly with the government. It says that the Navy accepted
    when Mr. Isenbergh directed funding toward TCI's retention of the individuals'
    services. Mr. Boucher proposed "costs for TCI and the pass-thru" explaining "[t]here
    are options that may be available to us going forward that we can dispose of the
    pass-thru" (SOF if 4). His reference to costs and options that would dispose of the
    pass-thru could be construed as an invitation for discussion on the subject of a direct
    contractual relationship. But, "[a]n offer is the manifestation of willingness to enter
    into a bargain, so made as to justify another person in understanding that his assent to
    that bargain is invited and will conclude it." RESTATEMENT (SECOND) OF CONTRACTS
    § 24 (1981); see also Chattier v. United States, 
    632 F.3d 1324
    , 1330 (Fed. Cir. 2011).
    TCI's reference to "options that may be available" does not manifest a bargain that can
    be concluded through assent. Even if it could be construed as an offer to contract
    directly, there is nothing in Mr. Isenbergh's request for funds that can be viewed as an
    acceptance of that offer. As already noted, the funding Mr. Isenbergh sought for TCI
    was for the ASFT task order. (SOF if 4) It simply does not indicate that it constitutes
    7
    an acceptance of an offer to contract directly with TCI. Accordingly, TCI has failed to
    make a showing sufficient to establish the existence of an offer and acceptance.
    4.     Authority to Contract
    The government is not bound by the acts of agents outside the scope of their
    actual authority, and contractors dealing with the government take the risk of accurately
    ascertaining the limits of that authority even when government agents are unaware of it.
    See Fed. Crop Ins. Corp. v. Merrill, 
    332 U.S. 380
    , 384 (1947); Harbert/Lummus
    Agrifuels Projects v. United States, 
    142 F.3d 1429
    , 1432 (Fed. Cir. 1998). TCI suggests
    that Mr. Isenbergh, Mr. Corbett, and Mr. Hickey (the COR on the ASFT contract)
    possessed actual authority to bind the government to an implied-in-fact contract with it.
    All three of those individuals have submitted declarations stating that they do not have
    contracting officer warrants, and have not been delegated authority to enter contracts on
    behalf of the government (supp. R4, tab 14). TCI's unsupported response is that
    Mr. Isenbergh and Mr. Corbett "represented themselves to TCI as possessing the
    authority to direct the hiring of specific employees and allocate contract funds for such
    performance." TCI also contends that Mr. Hickey possessed knowledge of their
    funding activities through the modifications of the ASFT contract and by ordering TCI
    to stop working. (App. hr. at 13)
    TCI has not produced any evidence that either Mr. Isenbergh or Mr. Corbett
    possessed authority to contract on behalf of the government. The only evidence that
    has been produced regarding Mr. Isenbergh is that he inquired of ASFT whether it
    could provide through one of its subcontractors five individuals he wished retained, he
    explained his desire for that arrangement to TCI, received price quotes from it, and
    ultimately requested others in the Navy to provide funding for TCI on the ASFT task
    order (SOF ii 4). The only evidence presented for Mr. Corbett is that he asked TCI for
    financial data (SOF ii 5). Nothing in this evidence establishes a genuine issue of fact
    as to whether either person possessed contracting authority. Similarly, Mr. Hickey's
    knowledge of ASFT contract modifications, and his communication to TCI that it
    should remove its workers and stop billing, is not evidence of contracting authority
    either. Accordingly, TCI has failed to present any evidence that someone with actual
    authority bound the government to an implied-in-fact contract with it.
    Alternatively, TCI contends that its alleged implied-in-fact contract received
    institutional ratification from the Navy. "Institutional ratification may occur giving
    rise to a contract where a government agency accepts benefits followed by a promise
    of payment by the agency or approval of payment by a senior agency official with
    authority to obtain reimbursement for the one providing those benefits." Cate!, Inc.,
    ASBCA No. 54627, 05-1 BCA iJ 32,966 at 163,299. TCI suggests those conditions
    exist here because Mr. Isenbergh and Mr. Corbett "expressly negotiated the
    engagement of the five TCI employees to perform support services and the amount of
    8
    funding necessary to pay those services." Additionally, Mr. Hickey directed TCI to
    stop work, and the contracting officer was aware of TCI' s performance as a
    subcontractor under the ASFT contract and the benefits received by the Navy.
    However, as already noted, there is no evidence that Mr. Corbett negotiated anything.
    And the only evidence respecting Mr. Isenbergh is that he sought TCI's performance
    in the context of its status as a subcontractor to ASFT. There is no evidence he
    promised payment to TCI directly for its services, or that he possessed authority to
    obtain reimbursement for it. Indeed, Mr. Isenbergh declared he lacked authority to
    obligate funds under a contract (supp. R4, tab 14, Isenbergh decl.). Thus, this is not
    like Silverman v. United States, 
    679 F.2d 865
    (Ct. Cl. 1982), where the agency ratified
    the contract by receiving performance after a senior government official with authority
    promised a subcontractor that it would be paid. Furthermore, the fact Mr. Hickey
    instructed TCI to stop work and that the contracting officer was aware of TCI's
    activities as a subcontractor to ASFT is not evidence of a promise to pay TCI directly
    for its performance. In sum, TCI has failed to present any evidence that it entered an
    implied-in-fact contract that was institutionally ratified.
    TCI has failed to make a showing sufficient to establish the existence of any of
    the elements of an implied-in-fact contract between itself and the government.
    C.     Navy Alleged Obligation to Process Termination Settlement
    TCI's opposition to the government's motion also contains a separate section
    claiming the Navy should have directly sought and paid a termination settlement
    proposal from TCI under FAR 49.108-7 and 49.108-8. FAR 49.108 is entitled
    "Settlement of subcontract settlement proposals." FAR 49 .108-1 begins by saying
    "A subcontractor has no contractual rights against the Government upon the
    termination of a prime contract." FAR 49 .108-7 does not alter that status. It merely
    permits the government, when in its interest, to execute an agreement with a prime
    contractor and subcontractor to pay the prime funds that will be forwarded to the
    subcontractor as part of an overall settlement of the prime contract. FAR 49 .108-8 is
    even less relevant since it expressly applies to terminations for convenience, which did
    not occur here. It typically requires prime contractors to assign to the government, as
    directed, all right, title, and interest under any subcontract terminated due to the
    termination of the prime contract. The clause expressly states that the government is
    not obligated to pay the settlement proposals of subcontractors, but shall settle the
    proposal when it is in its interest. None of these provisions grant TCI any entitlement
    as a subcontractor to direct payment from the Navy.
    9
    CONCLUSION
    The government's motion to dismiss for failure to state a claim is denied. TCI
    has failed to carry its burden of producing evidence of an implied-in-fact contract with
    the Navy. Its termination settlement proposal arguments do not relieve it of that
    burden or otherwise have merit. Accordingly, the government's motion for summary
    judgment is granted.
    Dated: 3 February 2015
    MARK A. MELNICK
    Administrative Judge
    Armed Services Board
    of Contract Appeals
    I concur                                          I concur
    a:~
    Administrative Judge
    ~·
    RICHARD SHACKLEFORD
    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. 58129, Appeal of
    Tele-Consultants, Inc., rendered in conformance with the Board's Charter.
    Dated:
    JEFFREY D. GARDIN
    Recorder, Armed Services
    Board of Contract Appeals
    10