Phoenix Management, Inc. ( 2015 )


Menu:
  •               ARMED SERVICES BOARD OF CONTRACT APPEALS
    Appeal of--                                 )
    )
    Phoenix Management, Inc.                    )      ASBCA No. 59273
    )
    Under Contract No. FA6648-12-C-0019         )
    APPEARANCES FOR THE APPELLANT:                     Johnathan M. Bailey, Esq.
    Kristin E. Zachman, Esq.
    Bailey & Bailey, P.C.
    San Antonio, TX
    APPEARANCES FOR THE GOVERNMENT:                    Lt Col James H. Kennedy III, USAF
    Air Force Chief Trial Attorney
    Capt Amy K. Siak, USAF
    Carrie W. Fogle, Esq.
    Sarah L. Stanton, Esq.
    Trial Attorneys
    OPINION BY ADMINISTRATIVE JUDGE FREEMAN ON THE
    GOVERNMENT'S MOTION FOR SUMMARY JUDGMENT
    This appeal arises under an Air Force base operations contract (hereinafter
    Contract 0019). The contractor, Phoenix Management, Inc. (PMI), appeals a
    contracting officer's final decision denying its claims for declaratory relief and
    equitable price adjustment for the government's failure to disclose superior knowledge
    and defective estimate of the workload requirements. The government moves for
    summary judgment on the grounds that PMI has not shown any loss from the alleged
    failure to disclose or the alleged defective estimate. We find genuine issues of
    material fact in dispute and deny the motion.
    STATEMENT OF FACTS (SOF) FOR PURPOSES OF THE MOTION
    1. Contract 0019 was solicited on 10 November 2011 and awarded to PMI
    on 26 September 2012. The contract required PMI to provide specified operating
    services at Homestead Air Reserve Base, Florida, for an initial ten-month period
    from 1November2012 to 31August2013 with four consecutive one-year options
    exercisable by the government for continued performance thereafter. (R4, tab 1 at 1,
    4, 19,27-28,35,43)
    2. Contract line item number (CLIN) 0006, entitled "Operation of Real
    Property Maintenance (RPM)," was a firm-fixed-price CLIN in the amount of $39,241
    per month for the ten months of the initial term of the contract (R4, tab 1 at 6). Tab F
    of the Contract 0019 Performance Work Statement (PWS) specified the RPM work
    (R4, tab 21 at 1, 5). Section FS .18 of tab F specified the work to be performed on the
    base fire detection, protection and suppression systems (hereinafter "the fire systems")
    as follows:
    FS.18 Fire Detection, Protection, and Suppression
    Systems: The SP [Service Provider] shall maintain,
    inspect, and test all fire detection/integrated mass
    notification and fire suppression system,
    controllers, pumps, engines, and water supply tanks IA W
    UFC 3-601-02, UFC 4-021-01 and where applicable
    NFPA 72. (See F-TE-2h for quantities and locations).
    FS.18.1 The SP shall repair all defects or malfunctions as
    an emergency or urgent service call under the Labor for
    Service Call CLIN of the contract.
    FS.18.2 The SP shall perform all R WP [recurring work
    program] maintenance, inspections, tests, and repairs using
    NICET certified individuals, certified in the appropriate
    classification and proficient on fire detection, protection,
    and suppression systems. Technicians must be supervised
    by a state certified fire inspector or NICET certified
    technician. All R WP maintenance, inspections, tests, and
    repairs shall be coordinated with the Fire Department.
    Submit a written report of all inspection and test findings
    to the Fire Department and BCE within five workdays after
    monthly inspections in accordance with F-TE-3, F48.
    (R4, tab 21 at 130)
    3. Pursuant to section FS.18.1 of the PWS, the labor for repair of defects and
    malfunctions of the fire systems was not performed under the inspection, test and
    maintenance (ITM) fixed-price CLIN 0006, but under the Labor for Service Call
    CLINs at specified hourly labor rates. The direct parts and materials for the
    repairs were compensated under cost-reimbursement CLINs. (R4, tab 1 at 9, 12)
    The contract also allowed PMI to subcontract the service call repair work under
    section H- Special Contract Requirements as follows:
    2
    H-5 AFRC SERVICE CALL SUBCONTRACTS
    In the event a subcontract is contemplated for which Labor
    Categories are established under the Service Call CLIN,
    the contractor shall prepare a 'make or buy' analysis with
    prime (make) versus subcontract (buy) pricing. The prime
    (make) estimate shall be developed in the Inter[i]m Work
    Information Management System (IWIMS). The total
    allowable price shall be the lesser of the price to
    subcontract the work or the price of the IWIMS estimate
    utilizing the applicable labor rates.
    (R4, tab 1 at 62)
    4. PWS Technical Exhibit F-TE-2, "WORKLOAD ESTIMATES," specified
    the number, type and location of the various fire systems on the base. This workload
    consisted of about 79 building fire detection and alarm systems, 62 base-wide fire
    hydrants and yard monitors, 5 diesel fire pumps, 5 water supply tanks, and 49 building
    fire suppression systems of various types (36 wet, 4 foam/wet, 1 wet & pump,
    2 pumps, 2 foam/wet/pump, 1 standpipe, 1 C0 2, and 2 Halon). (R4, tab 21 at 143,
    160-63) The frequency, components, and tasks for the ITM of each of these fire
    systems was specified in detail in UFC 3-601-02 at pages 11-14, 25-37, 40-44. 1 PWS
    Technical Exhibit F-TE-2b provided a service call workload estimate of 2 emergency
    and 44 urgent service calls over a 12-month period for the entire Real Property
    Maintenance CLIN 0006, of which the fire systems were a part (R4, tab 21at143).
    5. PMI contends that the government failed to advise bidders that "most" of
    the fire detection/suppression systems were "proprietary systems which can only be
    serviced by firms that are authorized and licensed by the OEM" (app. resp. at 3). The
    government contends that: "It is known throughout the industry that any fire system
    contains proprietary components/information/software." The government further
    contends that "[t]he fire systems at Homestead ARB are manufactured by Digitize and
    the only proprietary portion of the system is the wireless notification portion of the
    alarm system." (R4, tab 50 at 2)
    6. From 31 August to 10 October 2012, the fire suppression systems in 37 of
    the 49 buildings listed in the PWS as having those systems were inspected by another
    previous contractor. The suppression systems in 20 of the buildings passed the
    inspection. The suppression systems in 17 of the buildings had 1 or more failures.
    (R4, tab 21 at 162-63; app. supp. R4, tab 6 at 54-56)
    1
    Compliance with the UFC 3-601-02 is specified in the PWS (see SOF ~ 2) and we
    admit the entire document dated 8 September 2010 in evidence as Bd. ex. 1.
    3
    7. PMI alleges that on 28 November 2012 it "found out that the Unified
    Facilities Criteria (UFC 3-601-01) [sic] is the official document used for Fire
    Protection and Suppression Systems at Homestead ARB" and that "no inspections
    were ever done on the Fire Alarm Systems in the past 5 years, and the inspections on
    the Suppression System were started only in Aug. 2012" (R4, tab 49 at 12-13).
    8. On 19 February 2013, PMI submitted a request for "Contract Modification
    or Equitable Adjustment ... regarding the Fire Detection/Suppression System
    inspection, certification and maintenance backlog ... so that [for] these systems, all
    required inspections, testing/certifications and repairs may be brought up to industry
    standards under the UFC and NFPA, as applicable" (app. supp. R4, tab 4 at 1). On the
    present record, there is no evidence of any response by the contracting officer to this
    request.
    9. The UFC 3-601-02, Table 2-1 entitled "Fire Detection and Alarm System
    ITM Tasks," shows 18 tasks to be performed cumulatively over a 5-year period. There
    is 1 monthly task, 10 annual tasks, 6 bi-annual tasks and one 5-year task. (Bd. ex. 1)
    Thus, if as PMI alleges, and the government does not deny, that there had been no fire
    alarm tests in the past 5 years, PMI would have to perform in the initial 10-month term
    of the contract not only the required monthly tasks, but also in each of the 79 buildings
    having fire alarm systems, the other 17 tasks in the 5-year program to bring the alarm
    systems into compliance with UFC 3-601-02. 2
    10. On 24 February 2014, PMI submitted a claim under the Contract Disputes
    Act of 1978, 41 U.S.C. §§ 7101-7109. The claim alleged that, (i) prior to the contract,
    the government had not properly maintained the fire systems to the industry standards,
    (ii) the solicitation did not disclose the government's estimated $300,000 of urgently
    needed inspections and repairs of the systems, (iii) the government's estimate of the
    number of emergency and urgent service calls in the PWS did not "reflect the volume
    of work it actually knew would be required," and (iv) the government failed to advise
    offerors (other than the incumbent) that "most of the fire detection/suppression
    systems are proprietary systems which can only be serviced by firms that are
    authorized and licensed by the OEM" 3 (R4, tab 49 at 2-4). PMl's claim concluded
    with the following demand for relief:
    2
    Table 2-1 for the alarm systems is only the first of the ITM task schedules in
    UFC 3-601-02. There are 15 other schedules similarly structured as to
    frequency, component, and tasks for each of the fire suppression system
    types commonly in use. (See SOF if 4)
    3
    PMI' s concern about the fire systems being proprietary was that if it had to
    subcontract the work on the proprietary systems to the firms authorized by the
    4
    1) Declaratory relief finding that PMI is not responsible
    under its firm, fixed price for the cost of inspection,
    certification and any and all repairs of any fire
    detection, suppression and notification systems, but
    that any and all such work is to be performed by
    subcontractors under work order on a cost-reimbursement
    basis; and
    2) Declaratory relief finding that under Paragraph H-5
    where work is required on a proprietary system such
    that it is impossible for PMI to perform such work with
    its own efforts, the amount of approved work orders
    shall be the amount actually charged by qualified
    vendors under competitive quotations in a make or buy
    analysis, and not limited to the rates in PMI's contract;
    and
    3) An equitable adjustment to the contract price to make
    PMI whole for the increased costs of performing
    inspections, certifications and associated repairs where
    work orders have not been approved by the
    Government. At present that amount stands at
    $2,678.00. This is a continuing claim, and the amount
    claimed will be increased by future work for which the
    Government does not approve payment as requested by
    PMI.
    (R4, tab 49 at 33-34)
    11. PMI's specific monetary claim of $2,678.00 was for "the semi-annual halon
    system inspection and certification at [B]uilding 4055, for which the Government has
    refused to issue a work order" (R4, tab 49 at 2). However, in its response to the
    government's motion for summary judgment, PMI states that "on July 2, 2013 the
    Government approved payment for Halon Inspection at Building 4055 in the amount of
    $2,600.00 by Advanced Systems, Inc. as a certified subcontractor to PMI." PMI also
    states that the government has "approved a further work order in the amount of
    $21,300.00 for payment to Advanced Systems, Inc. to make repairs to Building 4055
    that were shown to be necessary during that inspection due to the long neglect of those
    systems." (App. resp. at 25-26)
    OEM, the government under paragraph H-5 of the contract ''would only pay for
    work ... at the labor rates provided for PMI's own efforts" (R4, tab 49 at 4).
    5
    12. On 24 April 2014, the contracting officer issued a final decision denying
    the claim entirely. The final decision answered the three requests for relief as follows:
    PMI is requesting relief finding that it is not required to
    perform the inspections and preventative maintenance and
    any and all repairs of the fire systems at Homestead ARB
    under the FFP CLIN 0006 contained in [Contract 0019].
    PMI has never been obligated under the FFP CLIN to
    provide repairs under the FFP CLIN. . . . PMI is and will
    continue to be required to provide the inspection and
    preventative maintenance on the fire systems at Homestead
    ARB IAW the terms and conditions of the contract. If
    PMI makes the corporate decision to subcontract the
    inspections to a subcontractor that is its business decision
    but no increase in the FFP will be allowed.
    a. Additionally, PMI is requesting relief from
    Provision H-5 of the contract. As stated numerous times
    above, the entirety of the fire systems are not proprietary;
    therefore, it would be inappropriate to provide PMI with a
    blank check regarding repairs of the fire systems at
    Homestead ARB. By requiring PMI to submit an analysis
    of costs it will enable the Government to receive the best
    value for the funds expended in the repair of the fire
    systems. To date PMI has not hired the Fire Alarm
    Systems Mechanic that it proposed so it would be
    impossible for PMI to provide the repairs in house. PMI
    was awarded the Homestead ARB BOS contract in part
    because its proposal was found to be technically acceptable
    based upon the requirements in the RFP. A portion of that
    evaluation was how they proposed to maintain, inspect and
    test all fire detection/integrated mass notification and fire
    suppression systems. PMI's proposal specifically
    demonstrated that they would have both a Fire Alarm
    Systems Mechanic and Plumber on staff to perform this
    requirement.
    b. Finally, PMI is seeking an equitable adjustment
    in the amount of $2,678.00. PMI has not submitted any
    justification for this amount other than it is for a work
    order denied by the Government. PMI did not specify if
    the work order was for inspection and maintenance, or
    repair. If the claim is for inspection and maintenance then
    6
    the amount is a portion of the FFP under CLIN 0006 of the
    contract. If the amount claimed is for repair, PMI has not
    provided any information as to if the repair was to a
    proprietary portion of the system or to another potion of
    the system. Additionally, IA W the terms and conditions of
    the contract PMI is not authorized to perform any service
    calls over $500 without the approval of the BCE. If the
    amount claimed was in fact for a repair PMI has violated
    the terms and conditions of the contract.
    (R4, tab 50 at 7-8)
    13. On 24 April 2014, PMI appealed the contracting officer's final decision to
    this Board. On 4 June 2014, the government moved for summary judgment on the
    grounds that there was no genuine issue of material fact that (i) the contract required
    PMI to inspect and maintain all fire systems, (ii) the government made no
    representation as to how much inspection and maintenance was required, (iii) PMI
    made no attempt to assess how much might be required prior to submitting its bid,
    (iv) even ifthe repair work was many times more than what PMI had assumed, since it
    is paid for on a cost-reimbursable basis for both labor and materials, PMI is unable to
    establish that it will suffer any loss, and (v) "as no inspections have taken place, they
    have no grounds to assert they should be afforded relief' (mot. at 9-10).
    14. The PMI "Response" to the motion contends that there are genuine issues
    of material fact as to, among other things, (i) the government's characterization of the
    Labor for Service Call CLINs as "cost reimbursable" CLINs, (ii) the reasonableness of
    PMI's fixed-price bid for CLIN 0006 considering the government's undisclosed
    knowledge of the poor maintenance condition of the fire systems, and (iii) the extent to
    which the fire systems were proprietary with servicing limited to firms authorized by
    the OEM (app. resp. at 26-27).
    DECISION
    Summary judgment is properly granted only where there are no genuine issues
    of material fact and the moving party is entitled to judgment as a matter of law.
    Mingus Constructors, Inc. v. United States, 
    812 F.2d 1387
    , 1390 (Fed. Cir. 1987). On
    the record before us on the motion, we find genuine issues of material fact that
    preclude a grant of summary judgment.
    With respect to the fixed-price ITM work under CLIN 0006 of the contract,
    there is a genuine issue of material fact as to whether the government made any
    representation as to how much inspection, test and maintenance of the systems would
    be required. The government states that it did not (mot. at 9). However, in the PWS
    7
    and in the UFC 3-601-02 specified therein, the government specified the number,
    type and location of the fire systems to be serviced and the specific ITM tasks and
    frequency of performing those tasks. There is also a genuine issue of material fact as
    to whether the cost of performing the fixed-price CLIN 0006 ITM work, which did not
    include any repair work on any defects or malfunctions in the fire systems, was
    increased by the fact that the systems previously had not been inspected, tested and
    maintained to industry standards.
    With respect to the labor repair work to be performed under the Labor for
    Service Call CLINs at contractually agreed hourly rates, the government did not
    provide an estimate of the service calls specifically for the fire systems, but it did
    provide an estimate for the entire RPM CLIN 0006 of which the fire systems were a
    part. That estimate was a total of 2 "emergency" calls and 44 "urgent" calls for the
    first 12 months of the contract. (See SOF ~ 4 above) There is a genuine issue
    of material fact as to the number of "emergency" service calls and the number of
    "urgent" service calls that were actually made in the first 12 months of the contract.
    There is also a genuine issue of material fact as to how many of these calls were for
    defects and malfunctions known to the government before the solicitation of PMI' s
    contract and not included in the estimate of emergency and urgent service calls.
    The government's contention that PMI is unable to establish that it will suffer
    any loss on the repair work because it is paid for "on a cost reimbursable basis for both
    labor and materials" is incorrect (gov't mot. at 10). The material for repairs is
    reimbursed at cost but the labor is reimbursed based on fixed hourly rates in the
    contract, and if the contractor cannot make the repair at the contractually agreed hourly
    labor rates it must bear the loss. There are genuine issues of material fact as to the
    extent of the proprietary components of the fire systems, and the extent if any to which
    the hourly labor rates of the firms authorized by the OEM to make repairs exceed the
    hourly rates specified in PMI' s contract.
    The foregoing is not an exhaustive list of the genuine issues of material fact in
    dispute in this appeal but it is sufficient for purposes of the motion.
    8
    The motion for summary judgment is denied.
    Dated: 8 April 2015
    MONROE E. FREEMAN, JR.
    Administrative Judge
    Armed Services Board
    of Contract Appeals
    I concur
    'ff!£
    ~~~
    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. 59273, Appeal of Phoenix
    Management, Inc., rendered in conformance with the Board's Charter.
    Dated:
    JEFFREY D. GARDIN
    Recorder, Armed Services
    Board of Contract Appeals
    9
    

Document Info

Docket Number: ASBCA No. 59273

Judges: Freeman

Filed Date: 4/8/2015

Precedential Status: Precedential

Modified Date: 4/20/2015