Kellogg Brown & Root Services, Inc. ( 2018 )


Menu:
  •                 ARMED SERVICES BOARD OF CONTRACT APPEALS
    Appeals of --                                )
    )
    Kellogg Brown & Root Services, Inc.          )      ASBCA Nos. 57530, 58161
    )
    Under Contract No. DAAA09-02-D-0007          )
    APPEARANCES FOR THE APPELLANT:                      Craig D. Margolis, Esq.
    Christian D. Sheehan, Esq.
    Arnold & Porter Kaye Scholer LLP
    Washington, DC
    Amy L. Riella, Esq.
    Carla Jordan-Detamore, Esq.
    Christina J. Ferma, Esq.
    Vinson & Elkins LLP
    Washington, DC
    APPEARANCES FOR THE GOVERNMENT:                     Arthur M. Taylor, Esq.
    DCMA Chief Trial Attorney
    Carol Matsunaga, Esq.
    Senior Trial Attorney
    Kara M. Klaas, Esq.
    Trial Attorney
    Defense Contract Management Agency
    Carson, CA
    Russell B. Kinner, Esq.
    Patrick M. Klein, Esq.
    David W. Tyler, Esq.
    Trial Attorneys
    U.S. Department of Justice
    Washington, DC
    OPINION BY ADMINISTRATIVE JUDGE MELNICK
    This appeal involves the government's LOGCAP III contract with Kellogg
    Brown & Root Services, Inc. (KBR). Through this contract, the government acquired
    support services during United States military operations in Iraq. KBR seeks the costs
    it incurred settling two requests for equitable adjustment submitted by a subcontractor
    providing accommodations to house military personnel. Because KBR has failed to
    demonstrate that the costs were reasonable, it is not entitled to recover.
    FINDINGS OF FACT
    1. In 2001, the United States Army awarded Contract No. DAAA09-02-D-0007,
    commonly called LOGCAP III, to KBR (originally Brown & Root Services, Division of
    Kellogg Brown & Root, Inc.) (app. supp. R4, tab 47). LOGCAP III required KBR to perform
    various support services for the government through individual task orders (app. supp. R4.
    tab 4 7 at 4668, 4 718-19). See Kellogg Brown & Root Servs., Inc. v. United States, 728 F .3d
    1348, 1353 (Fed. Cir. 2013). Among the clauses incorporated into LOGCAP III were Federal
    Acquisition Regulation (FAR) 52.216-7, ALLOW ABLE COST AND PAYMENT (MAR 2000 ); and
    FAR 52.244-6, SUBCONTRACTS FOR COMMERCIAL ITEMS AND COMMERCIAL COMPONENTS
    (OCT 1998) (app. supp. R4, tab 47 at 4699, 4708). 1 Section H-16 ofthe contract's special
    provisions for contingency operations provided that, while performing contract duties, the
    Service Theater Commander would "provide force protection to contractor employees
    commensurate with that given to Service/Agency ... civilians in the operations area" unless
    otherwise stated in a task order (id. at 4759).
    2. In early August 2003, after United States forces entered Iraq, the government
    executed LOGCAP III Task Order (TO) 59 (R4, tab 201). TO 59 was a
    cost-plus-fixed-fee order for services from KBR in support of operations in Iraq (id.
    at 200009). On October 10, 2003, the government executed Statement of Work
    Change 5 (incorporated into Modification No. 06 to TO 59) (R4, tab 225). Among
    many things, Change 5 required KBR to provide living accommodations to CJTF-7
    and other coalition forces in various locations in Iraq (id. at 200293). CJTF-7 was the
    combined joint task force designated as the command and control headquarters for the
    Iraq theater of war (tr. 2/71).
    3. Change 5 stated that it was "the Commander's intent to rapidly bed down the
    remainder of CJTF[-]7 soldiers .. .in accordance with established and provided priorities''
    (R4, tab 225 at 200293 ). Prior to this effort, soldiers slept wherever they could in
    temperatures that could exceed 100 degrees. The locations included abandoned schools,
    public buildings, homes, tents, vehicles, the ground, or any other place soldiers could put a
    sleeping bag. (Tr. 2/110-11) The military sought to provide facilities to escape harsh
    conditions so soldiers could recharge for future missions (tr. 2/112). The accommodations
    constituted over 18,000 containers or trailers containing specified furnishings,
    environmental units, lighting, and meeting other requirements, to be delivered to multiple
    sites in Iraq (R4, tab 225 at 200297-329; tr. 3/70). 2 The Commander established an
    aggressive goal to "bed down" all the soldiers by Christmas of 2003 (tr. 2/112).
    Accordingly, with exceptions not relevant here, Change 5 required the trailers to be
    1   The contract states the clause is dated "OCT/2001" (app. supp. R4, tab 47 at 4708).
    No such clause was discovered. The version of the clause dated "OCT 1998,"
    which was in existence at the time of contract award and bears the same title as
    the referenced clause in the contract, is deemed applicable.
    2   All of the accommodations are referred to as trailers.
    2
    provided "[n]o later than" December 15, 2003 (R4, tab 225 at 200296-97). Change 5
    stated that "[t]he government [would] provide for the security of contractor personnel in
    convoys and on site, commensurate with the threat, and [in accordance with] the
    applicable Theater Anti-Terrorism/Force Protection guidelines" (id. at 200294).
    4. One of the numerous sites described in Change 5 was "Site A'", known as
    Camp Anaconda (R4, tab 225 at 200296, -298; app. prop. finding 17). Camp Anaconda
    (also called Balad) was the main supply and logistics base for Iraq (tr. 2/89). KBR was to
    provide, set-up, operate, and maintain 2,252 trailers at Camp Anaconda. It was also
    required to perform site preparation and produce a site layout (with the assistance of
    appropriate government engineers). (R4, tab 225 at 200304-05)
    5. KBR defined a minimum standard for its trailers based upon a design from a
    Saudi Arabian contractor named Red Sea. However, Red Sea would not deliver the
    trailers to sites in Iraq, and KBR did not have the resources to perform that function
    itself. So it decided to subcontract out the complex logistical issues associated with
    purchasing the units, transporting them under extremely hazardous conditions that
    threatened life and equipment, installing them, and assuming the associated risks. (R4,
    tab 625; tr. 8/39-40)
    6. On October 17, 2003, one week after Change 5 was issued by the
    government, KBR and First Kuwaiti Co. of Kuwait (FKTC) executed a firm-fixed-price
    subcontract (Subcontract 11) in the amount of $80,978,562 for the procurement and
    delivery to Camp Anaconda of 2,252 prefabricated trailers (app. supp. R4, tab 62). The
    subcontract was to be construed and governed by the laws of Texas (id. at 4937).
    FKTC was to manufacture the trailers and then transport them to a staging yard
    bordering Iraq. From there, FKTC would transport them and their contents in convoys
    to Camp Anaconda. "Security of Subcontractor personnel in convoys and on site,
    [would] be provided commensurate with the threat, and [in accordance with] the
    applicable Theater Anti-Terrorism/Force Protection guidelines." FKTC would provide
    all equipment and labor to set-up and install the trailers. (Id. at 4923-30) FKTC
    represented that Red Sea would be its main trailer manufacturer (app. supp. R4, tab 56
    at 4905; tr. 5/124). KBR considered the transportation component of the subcontract
    price to cover all movement costs, including any "prolonged delays at border crossing
    sites" (app. supp. R4, tab 270 at 8330).
    7. Section 4.0 of the subcontract was titled "TIME OF PERFORMANCE."
    Section 4.1 required FKTC to begin work the next day, October 18. In accordance
    with Change 5 it was to complete all work by December 15. However, the section
    recognized that allowances would be made "for delays in KBR convoy coordination
    and support." Section 4.2 required FKTC to "make whatever adjustments in working
    hours, manpower, equipment, etc., deemed necessary by" KBR. The costs of those
    adjustments would be to FKTC's account. (App. supp. R4, tab 62 at 4924)
    3
    8. The subcontract contained General Conditions, supplemented by Special
    Conditions. In the event of conflict, the Special Conditions took precedence (app.
    supp. R4, tab 62 at 4943). General Condition 3.2.5 stated that ifFKTC was delayed
    by the government's or KBR's failure to perform, or by order of KBR, FKTC would
    be entitled to an equitable adjustment in compensation and/or time of performance if
    the delay substantially increased FKTC's costs or the time its equipment and forces
    were on site (id. at 4933).
    9. General Condition 8.1 and Special Condition 4.0 provided separate Changes
    clauses. However, Special Condition 4.3 stated that, except as provided in that clause.
    no order, statement or conduct would entitle FKTC to an equitable adjustment. Special
    Condition 4.4 required an equitable adjustment for changes increasing or decreasing
    FKTC's costs or time for performance. Special Condition 4.5 required FKTC to assert
    its right to such an adjustment by timely furnishing KBR a written statement of the
    amount of its proposal and a detailed cost breakdown. The costs were to conform to
    Part 31 of the FAR and the Department of Defense (DoD) FAR Supplement. (App.
    supp. R4, tab 62 at 4936, 4947-48)
    10. General Condition 9.4 of the subcontract required FKTC to maintain books
    and records reflecting its performance and to preserve them for three years after
    completion. It granted KBR the right to inspect and audit those parts of the records
    relating to cost reimbursement or performance of labor provisions. It required copies
    of those records supporting requests for payment or compliance with labor related
    subcontract provisions to be furnished to KBR. (App. supp. R4, tab 62 at 4937)
    11. FKTC was a Kuwaiti contracting and construction firm with multi-million
    dollar projects. It had a number of contracts with the government, including embassy
    construction. FKTC had approximately 70 subcontracts with KBR in 2003-04. One
    of its founders was an expert in finance and it also maintained a finance department
    led by a manager with 19 years of experience. FKTC had continual growth, making it
    one of Kuwait's largest companies. All of these factors demonstrate that it functioned
    at a sophisticated level. (Tr. 5/120-21, 7/237-39, 9/238-49)
    12. On October 16, 2003, KBR awarded another subcontract (Subcontract 10)
    to American General Trading and Contracting W.L.L. (AGT) for the delivery of
    trailers to other locations (R4, tab 233).
    13. Main Supply Route (MSR) Tampa was the critical road for transporting
    supplies into Iraq from Kuwait (tr. 2/82-83, 3/31). The convoy staging area at the
    Kuwait border was called Navistar (tr. 2/84, 210-11 ). Because there was a war on,
    MSR Tampa was extremely dangerous. Insurgent attacks began in the spring of 2003
    and people were shot and killed. (Tr. 2/86, 102-03) Among those who frequently lost
    their lives were KBR affiliated personnel. Its vehicles were attacked at least as early
    as July 2003. (App. supp. R4, tab 214 at 5699; R4, tab 218; tr. 2/86, 137) KBR was
    4
    aware of and concerned about convoy force protection prior to the issuance of TO 59
    (tr. 3/157). In June 2003, the military imposed movement restrictions, requiring
    military control and escorts into Iraq of all assets, including contractors (tr. 2/86-87,
    96, 102-03 ). The military required the escorts to reduce disruptions that would
    otherwise arise from attacks upon unescorted elements (tr. 2/87-88).
    14. The resources available to escort convoys into Iraq were not unlimited.
    However, the volume of materials that had to be transported was massive. Providing force
    protection to all the material moving into Iraq required prioritization of resources. It was
    impossible for everything to move immediately. Indeed, even in a fantasy world
    containing unlimited force protection assets, security threats and other constraints, such as
    the status of communication lines, could delay the delivery of materials. The dangers
    posed on the road delayed the movement of armed convoys. (Tr. 2/103-06, 3/40, 250) In
    a perfect world, people would not be shooting at the convoys. However, insurgents
    aggressively disrupted convoys, stranding vehicles and drawing escorts to other
    assignments using direct fire and explosives. (Tr. 2/184, 3/29-30) Sometimes,
    intelligence would conclude that the roads were too dangerous for travel at all and they
    would "go black" for days, meaning personnel were to stay off them (tr. 3/254 ). Not
    surprisingly, the military initially gave key war-fighting needs priority, such as food, fuel,
    ammunition, barrier material, repair parts, and medical supplies (tr. 2/104, 106). The
    CJTF-7 commander established those priorities (tr. 2/106). Significantly though, not even
    food was a priority in times of major fighting (tr. 2/106, 145). And, though living trailers
    were important to troop morale, they were not a relative priority either (tr. 2/108, 144-46;
    app. supp. R4, tab 146). KBR understood when issuing its subcontract to FKTC that the
    military determined the priority of convoy shipments (app. supp. R4, tab 492 at 27). The
    military used military police, augmented with all types of other units, to provide convoy
    escorts (tr. 2/114-15). Despite limited escort resources and security threats, hundreds of
    trucks usually crossed the border everyday, and everything that moved received force
    protection (tr. 2/102-03, 215).
    15. As the summer of 2003 turned to fall, the insurgency in Iraq intensified
    along with corresponding attacks on KBR convoys (app. supp. R4, tab 140; tr. 2/120,
    152-53). At the same time, the military was rotating forces into and out of the theater.
    Delays in transporting supplies followed for various reasons, including coordination
    · problems in Kuwait, arrival of resources, vehicle breakdowns, efforts to militarily
    secure the country, discovery of explosives on the roads, and other reasons that
    inevitably occur while performing such operations over the extended distances at
    issue. (Tr. 2/128, 138, 156, 3/255) In essence, the effects of war on the roads limited
    the progress of convoys (tr. 4/196-97). Every day the military kept KBR aware of the
    security situation to maximize its coordination of assets (tr. 2/139-43). Both the
    military and KBR worked as hard as they could to support the troops and get convoys
    out of Kuwait (tr. 4/199).
    5
    16. Because of the dangerous conditions in Iraq, and the limitations upon the
    military's resources to escort convoys, trailers backed up at the Kuwait/Iraq border
    waiting for escorts (tr. 2/213-14, 3/40, 5/65). As of November 20, 2003, FKTC
    reported to KBR that it had "250 trucks ready to go and more than 200 units ready in
    our yard" (R4, tab 591 at 202741). At that time, food and fuel for Iraq was the
    military's convoy priority (id. at 202742). By November 29, trailers were also delayed
    due to hazardous road conditions (id. at 202758). By December 2, 150 trucks were
    waiting (app. supp. R4, tab 121). When the administrative contracting officer (ACO)
    discussed extending the period for delivering trailers, Army leadership initially
    objected (tr. 3/89-90). Nevertheless, on December 10, 2003, KBR and FKTC
    executed a subcontract change order extending the period for completion of all works
    at Camp Anaconda to February 1, 2004, to account for convoy delays (app. supp. R4,
    tab 130). There is no evidence that the government objected to this extension.
    17. On December 13, 2003, KBR issued another change order to the
    subcontract with FKTC, adding a requirement for the delivery and installation of an
    additional 1,760 trailers at Camp Victory (also known as BIAP), a command center
    adjacent to Baghdad International Airport. The change was implemented because
    KBR decided that AGT was unable to perform that portion of its subcontract. The
    order established January 1, 2004, for the completion of performance at that location
    and increased the subcontract's total firm-fixed price to $144,748,862. The deadline
    was approved by the ACO. (App. supp. R4, tabs 133, 492 at 35-36; tr. 2/88)
    18. On December 23, 2003, Kuwaiti officials ordered FKTC to remove
    overflow trailers from state property near the Iraq border (app. supp. R4, tab 145).
    FKTC had entered two land leases with Al-Nour International Holding Co., at 90,000
    Kuwaiti dinars per month for eight months (app. supp. R4, tab 76). FKTC removed all
    of the trailers waiting at the border from their trucks and stored them on the land
    (called a laydown yard) until they could be placed back on other trucks and into
    convoys for transportation to Iraq (app. supp. R4, tab 223 at 6643, tab 320 at 9389-90:
    tr. 4/113-14, 5/125). The number of backed-up trailers eventually exceeded over 1,000
    (app. supp. R4, tab 213 at 5655, tab 503 at 256).
    19. Once at Camps Anaconda and Victory, the military designated trailer
    locations, and stated it would reconfigure and grade the land, cover it with gravel, and
    provide links to power generators (app. supp. R4, tab 65; tr. 3/66, 182, 185, 240-44).
    KBR was to install trailers, trench for utilities, and plum the units (tr. 3/185-86). KBR
    proposed initial trailer layouts, but the military adjusted those plans to increase trailer
    dispersion (tr. 3/199-200). Accordingly, the number of areas and their layouts changed
    and an extensive effort was required to prepare the land (tr. 3/67, 200-02, 240-44. 251 ).
    These changes, along with reprioritization of resources to address threats from
    explosives, delayed site preparation (tr. 3/66, 196; tr. 5/64). When a trailer arrived at a
    camp and a permanent site was not ready for it, it had to be double handled. That meant
    it was removed from the delivery truck and placed in a laydown yard to wait. When its
    6
    permanent location was ready, the trailer was reloaded onto a truck, moved across the
    camp, and placed into its final location. (App. supp. R4, tab 320; tr. 3/225, 251) For the
    first two or three months that trailers arrived at Camp Victory, the same crane offloaded
    trailers at laydown yards and installed them in their final positions (tr. 3/252-53, 257-58).
    The term "double handling" was used in this appeal to refer to both the transfer on and
    off trucks at the camps, as well as onto and off the land at the Kuwait border.
    20. Through a series of additional change orders, KBR and FKTC extended the
    subcontract's period of performance for both camps to August 1, 2004, to address
    trailer backups (app. supp. R4, tabs 162, 174,191,204). The government did not
    object.
    21. FKTC submitted a proposal to KBR that KBR characterizes as a request for
    equitable adjustment (the double handling REA) (app. supp. R4, tab 212). The
    document roughly broke into three cryptic sections. The first section referred to the
    leasing of land for temporary storage of trailers intended for Iraq, along with other
    services. Its line items provided monthly rates (not costs) for the lease of land at the
    border, site preparation, security, temporary office space, power, lights, cranes,
    flatbeds, a loader, forklifts, "protect[ion] ... from Natural Calamity," "Skilled
    worker[s]," a supervisor, food for drivers, and transportation. These items added up to
    $1,611,966 per month. FKTC stated that this was "a monthly rate for storage and
    double handling of 4083 units for both Anaconda and Victory." It multiplied that
    amount over eight months to total $12,895,728.
    22. The second section of the REA stated that it contained costs arising from
    double handling for Camp Victory. It again provided monthly rates (not costs) for
    items like those in the first section. These added up to a monthly rate of $535,000.
    FKTC multiplied this figure by five months to total $2,675,000. (App. supp. R4, tab 212
    at 5644)
    23. The third section of the REA referred to repairs consequent to double
    handling. It did not describe any repairs, or what might have happened to require any,
    but charged $300,000 for skilled workers, along with additional amounts for a
    supervisor, engineers, food, buses, trucks, and other vehicles. These added up to a
    monthly rate (not costs) of $508,150. FKTC multiplied that figure by five months to
    reach $2,540,750. FKTC then added $550,000 for tools, equipment, and materials to
    total $3,090,750. Finally, FKTC sought $15,106,500 in overhead. All together, the
    double handling REA initially sought $33,767,978. (App. supp. R4, tab 212 at 5645-46)
    24. KBR's subcontract administrator determined that KBR had ordered FKTC
    to perform double handling and had "guaranteed" FKTC reimbursement of costs. He
    requested FKTC to submit an itemized breakdown. He inspected some trailers
    identified as having been repaired. He also sought information from other KBR
    7
    personnel about contract and cost information it incurred to lease equipment in Kuwait
    for the purpose of comparing prices. (App. supp. R4, tabs 227, 229, 472-73; tr. 4/32)
    25. On June 21, 2004, FKTC revised its payment demands, adding double
    handling and repair costs for Camp Anaconda. The total sought was $30.6 million.
    (R4, tabs 219-21, 224-25) Like the initial submittal, the revised version and associated
    documents stated rates and prices for the listed equipment and services. FKTC did not
    disclose its costs, despite the fact that it did maintain records of some equipment costs.
    (App. supp. R4, tabs 232,314 at 9340-53; tr. 4/116-19, 129,131, 191-92, 8/68-69)
    Indeed, KBR lost interest in ascertaining FKTC 's costs of performing the work at
    issue. Instead, it focused on FKTC' s stated prices and its own opinions of appropriate
    prices. (App. supp. R4, tab 227; tr. 4/32-38, 115-16, 129-36, 144-45) A price is
    typically cost plus profit (tr. 9/231 ). So, prices are normally higher than costs.
    Furthermore, KBR never verified what additional equipment FKTC used to complete
    its work (app. supp. R4, tab 304).
    26. On August 1, 2004, KBR and FKTC executed a change order adding
    $23,831,147.25 to the subcontract price. The order provided that it encompassed all
    double handling charges, repairs caused by double handling, repairs arising from poor
    site preparation, and repairs arising from government use. The parties derived the total
    from specified prices they established for each category of charges, including
    $3,600,000 for the lease of land in Kuwait. (App. supp. R4, tab 236) KBR executed
    the change order after deciding that FKTC's prices were fair and reasonable (tr. 4/38).
    27. On July 15, 2004, FKTC submitted another proposal to KBR for an
    equitable adjustment. This one was in the amount of $41,971,166 associated with
    83,942 claimed days of idle truck time FKTC alleged occurred at the Kuwait/Iraq
    border (the delay REA). (R4, tab 591) As was the case with its double
    handling/repairs request, FKTC did not base its delay REA upon actual costs. For
    example, the truck leases FKTC submitted redacted the prices FKTC paid for trucks,
    thereby refusing to disclose its costs (app. supp. R4, tab 314; tr. 4/120, 227-30, 241,
    6/150-51). FKTC simply proposed a $500 daily price for an idle truck and driver (app.
    supp. R4, tab 242; R4, tab 591 at 202705, 202915; tr. 4/120). Nor did FKTC present
    records of the number of days individual trucks actually waited to cross the border,
    though it had recorded when trucks crossed the border (tr. 4/199-200, 7/271-76).
    28. FKTC did not calculate its actual number of delay days (tr. 7/257). It
    proffered a model that (with some adjustments and assuming specific total numbers of
    trucks were available) presumed, without substantiating data or records, that each day
    the number of trucks necessary to ultimately complete final delivery within the
    subcontract's period of performance actually arrived at the border. It also assumed
    that each truck took a specified amount of time (five or seven days) to deliver trailers
    and was not delayed in Iraq. In fact, the trip into Iraq and back could take weeks.
    FKTC then simply subtracted from the total of all assumed daily arrivals at the border
    8
    the number of trucks that proceeded across the border on a particular day, deriving a
    total number of truck delays for that day. It aggregated each day's number of delays
    over the total period it said delays occurred. (R4, tab 591; tr. 4/194-203, 7/257-91,
    9/33-35) The model assumed 600 trucks were available to serve both Victory and
    Anaconda. It assumed every truck arriving at the border would be placed into a
    convoy for Iraq the very next day, and therefore all idleness at the border was
    compensable. It also assumed a perfect world where everything worked flawlessly.
    (Tr. 7/263, 267,269, 280-81, 9/33, 58-59)
    29. This plan was not realistic (tr. 8/82-83). In fact, it was not known where all
    the trucks were at any given time (tr. 4/198, 202). Furthermore, the model failed to
    account for trailers offloaded onto the leased land, relieving trucks from having to
    wait. According to the model, on multiple occasions FKTC experienced over 400
    truck delay days on a single day, though FKTC had said it only needed between 100
    and 150 trucks available for convoys per day (R4, tab 591 at 202915-926; tr. 5/125).
    FKTC did not always have the number of trucks available at the border dictated by the
    model or have access to the model's required number of trucks. Sometimes, FKTC
    calculated more delay days than possible for either the assumed or actual number of
    trucks available. (Tr. 9/37-38, 51-78) As one example, FKTC reported on
    December 2, 2003, that it had 150 trucks waiting, but the model charged for 403 (app.
    supp. R4, tab 121; R4, tab 591 at 202922). FKTC and KBR also maintained status
    reports showing the number of trailers waiting at the border on specific days, and a
    Delivery Report for particular days showing the number of trailers waiting on trucks.
    These reports generally showed lower numbers than the Delay REA. (R4, tabs 266,
    276,280,303,440,482,487,495; app. supp. R4, tab 213) FKTC also attached to its
    REA numerous communications with FKTC discussing significantly different
    numbers of trucks and trailers available at the border than shown in the model (see
    gov't br. at 142 (citing various materials contained in R4, tab 591)).
    30. On August 4, 2004, FKTC amended its request to slightly lower the
    number of delay days to 83,078 and reduced the daily rate to $300 "based
    upon ... competitive market rates," (not costs), lowering the total sought to $24,923,400
    (app. supp. R4, tab 239; tr. 4/42, 233, 237-38).
    31. Upon reviewing FKTC's delay proposal, on August 2, 2004, KBR's
    subcontract administrator informed its procurement and supply manager for LOGCAP
    III that the subcop.tract did not entitle FKTC to payment for convoy delays. He also
    stated that FKTC's $500 daily rate was a market rate, and suggested that any request
    had to be supported by actual costs incurred. The KBR manager agreed that FKTC
    could only seek its actual costs, not some standardized rate. (App. supp. R4, tab 242:
    tr. 4/15). Two days later, on August 4, and after KBR's manager met with FKTC,
    another KBR subcontract administrator declared in an internal memorandum that the
    burden of idle time delay costs was upon the government. He also noted that KBR's
    prior practice had been to pay no more than a $300 price per day for idle truck and
    9
    driver time. (App. supp. R4, tab 9) Contrary to his written statement that FKTC could
    only seek costs, the KBR manager accepted $300 as a reasonable, competitive,
    compensable market price without consideration of its costs (tr. 4/44-56). Indeed,
    KBR never received any records or data showing FKTC's actual costs (tr. 4/237-39).
    The KBR manager executed a subcontract change order declaring the government
    responsible for 83,078 days of delay and adding $24,923,400 to the subcontract price
    (app. supp. R4, tab 240).
    32. KBR paid both REA settlements to FKTC (tr. 5/26-28). It then sought and
    received reimbursement of the settlements from the government, which were later
    audited by the Defense Contract Audit Agency (DCAA) (app. supp. R4, tab 275).
    DCAA requested cost data to support the settlement amounts. KBR never obtained
    cost information from FKTC, except for data related to the land lease at the Kuwaiti
    border. (Tr. 4/91, 107, 145,239, 5/22) DCAA first suspended the settlement amounts,
    issued an audit report, and then ultimately disapproved them, finding that KBR had
    failed to obtain cost and accounting data from FKTC to support the payments. The
    final amount disapproved totaled $51,273,482, which constituted the settlement
    amounts plus indirect costs and the award fee. (App. supp. R4, tabs 275, 291-92) The
    government recovered what it had paid (tr. 5/135).
    33. The ACO reviewed KBR's settlement with FKTC and sought information
    to consider a possible settlement of KBR' s reimbursement request. After the
    settlement amounts were disapproved by DCAA, KBR suggested to the ACO that its
    subcontract with FKTC was a commercial contract. (App. supp. R4, tab 309; tr. 5/53,
    114, 133, 146-47)
    34. On December 29, 2006, the ACO issued an interim determination allowing
    $25,564,516 of the total sought by KBR, but leaving the remaining $25,708,966
    pending decision while he awaited additional information. The sum allowed by the
    ACO applied to government-caused delays he recognized requiring the preparation
    and rental of storage areas, as well as repairs arising from double handling. The
    ACO's reason for deferring the balance was to await more information related to the
    quantification of convoy delay days, duplication of equipment, and repairs arising
    from vandalism. The ACO concluded at the time that the portion allowed was
    justified because KBR's subcontract with FKTC sought "commercial-type trailers and
    was awarded utilizing commercial procedures." Thus, "cost or pricing data" was "not
    required." He concluded that "[a]dequate price analysis was provided." (App. supp.
    R4, tab 316; tr. 5/145) The ACO stated that the $300 per day convoy delay rate was
    reasonable and that hundreds of trailers did await convoys at the border for months.
    But, that fact did not inform how many days individual trucks were delayed. He
    rejected KB R's use of FKTC's "contrived" delay model for quantifying truck delays.
    noting that it failed to justify the assumption that trucks became unavailable for
    alternative work after they deposited their trailers on FKTC's leased land to await
    10
    convoys. (App. supp. R4, tab 317) The ACO admitted that some of the amounts he
    allowed were arbitrary (tr. 5/251-52).
    35. On November 4, 2010, KBR submitted a certified claim to the ACO for
    $51,273,482 (app. supp. R4, tab 3). KBR then appealed from the deemed denial to
    this Board on February 11, 2011, and the appeal was docketed as ASBCA No. 57530.
    On July 29, 2011, the original ACO issued a final decision. Among other things, he
    concluded that FKTC's delay model failed to show how long trucks were delayed at
    the border between Kuwait and Iraq. KBR also failed to obtain adequate information
    about FKTC's costs for additional equipment to perform double handling. He stressed
    KBR's failure to field verify any additional equipment, manpower, protection, land
    preparation, repairs, and double installations. However, the ACO agreed that KBR
    had sufficiently supported FKTC's land lease cost of $3,600,000. With indirect cost
    rates and fee, the total recognized was $3,783,005. (App. supp. R4, tab 449)
    Essentially, the ACO reversed his interim determination that FKTC's cost information
    was not necessary to allow reimbursement (tr. 5/198, 200,264). Though the ACO
    received advice about the matter, his final decision was neither coerced nor mandated
    by either DCAA or any other government entity (tr. 6/93-94 ). The final decision was
    timely appealed to the Board and was docketed as ASBCA No. 58161.
    DECISION
    KBR seeks reimbursement of the costs of its REA payments. LOGCAP Ill's
    Allowable Cost and Payment clause, which applies to this cost-reimbursement task
    order, restricts KBR's payments to those permitted under FAR Subpart 31.2. Among
    other things, FAR 31.201-2 limits allowable costs to those that are "reasonable."
    Kellogg Brown & 
    Root, 728 F.3d at 1358
    (KBR may only receive its reasonable costs
    under LOGCAP III). FAR 31.201-3 establishes standards for the assessment of cost
    reasonableness. It states:
    (a) A cost is reasonable if, in its nature and amount,
    it does not exceed that which would be incurred by a
    prudent person in the conduct of competitive business.
    Reasonableness of specific costs must be examined with
    particular care in connection with firms or their separate
    divisions that may not be subject to effective competitive
    restraints. No presumption of reasonableness shall be
    attached to the incurrence of costs by a contractor. If an
    initial review of the facts results in a challenge of a specific
    cost by the contracting officer or the contracting officer's
    representative, the burden of proof shall be upon the
    contractor to establish that such cost is reasonable.
    11
    Cost reasonableness is a question of fact for the Board to decide. Kellogg Brown & 
    Root, 728 F.3d at 1360
    . KBR bears the burden to prove the costs it seeks are reasonable. 
    Id. at 1363.
    Reasonableness is ascertained based upon the circumstances existing at the time
    the costs were incurred. Kellogg Brown & Root Servs., Inc. v. United States, 742 F.3d
    967,972 (Fed. Cir. 2014); Kellogg Brown & Root Servs., Inc., ASBCA No. 58081, 17-1
    BCA ,i 36,595 at 178,263 (citing Boeing Aerospace Operations, Inc., ASBCA
    Nos. 46274, 46275, 94-2 BCA ,i 26,802 at 133,282). FAR 31.20I-3(b) provides a
    non-exhaustive set of considerations that can inform what is reasonable. They include:
    ( 1) Whether it is the type of cost generally
    recognized as ordinary and necessary for the conduct of the
    contractor's business or the contract performance;
    (2) Generally accepted sound business practices,
    arms-length bargaining, and Federal and State laws and
    regulations;
    (3) The contractor's responsibilities to the
    Government, other customers, the owners of the business,
    employees, and the public at large; and-
    (4) Any significant deviations from the contractor's
    established practices.
    I.    The Delay REA
    A. No Government Failure to Perform the Prime Contract
    KBR incurred the cost of FKTC's delay REA upon the premise that the
    government had delayed FKTC's transport of trailers into Iraq by 83,078 days
    (findings 27-31). FKTC's delay model assumed the government was obligated to
    commence escorting into Iraq any trailers that reached Navistar the day after arrival
    (finding 28). Without ascertaining the government's position, KBR agreed to the
    validity of the REA after concluding that the burden of idle time delay costs was upon
    the government (finding 31). General Condition 3.2.5 of the subcontract entitled
    FKTC to an equitable adjustment by KBR in the event of delay due to a government
    failure to perform its prime contract responsibilities (finding 8). Thus, the first
    question presented is whether it was reasonable for KBR to conclude that the
    government failed to perform the prime contract.
    Change 5 to TO 59 stated that "[t]he government [would] provide for the
    security of contractor personnel in convoys and on site, commensurate with the threat,
    and [in accordance with] the applicable Theater Anti-Terrorism/Force Protection
    guidelines" (finding 3). KBR inserted similar language into its subcontract with FKTC
    12
    (finding 6). KBR does not contend that the military failed to provide security for
    FKTC's trailer convoys in accordance with applicable guidelines. Nor does it suggest
    the military made anything less than its best efforts to place trailers into convoys as
    soon as possible given the existing conditions. In fact, it concedes the military made
    its best efforts. (Tr. 11/95) Indeed, along with KBR, the military worked as hard as it
    could to support the troops and get convoys out of Kuwait and into Iraq (finding 15).
    KBR suggests the government failed its TO 59 obligations by not providing convoys
    within sufficient time to prevent FKTC's trailers and trucks from having to wait at the
    border (tr. 11/44-46). Alternatively, it contends that, in lieu of providing immediate
    access to secured convoys, the government was obligated to alter KBR' s period of
    performance.
    Contrary to KBR's assertions, a prudent person in the conduct of a competitive
    business would not have concluded that it owed FKTC monetary compensation
    because of the timing of the government's convoy assignments. 3 Nothing in Change 5.
    or for that matter KBR's fixed-price subcontract with FKTC, identified a specific time
    table that the military and KBR were obligated to follow to place trailers into secured
    convoys. Thus, neither KBR nor FKTC had any contractual right to expect the
    military to place any and all trailers arriving at Navistar into convoys the very next
    day, as is assumed by FKTC's delay model (finding 28). 4
    3   KBR relies upon a single judge order, limiting the government's discovery, that says
    the merits ofFKTC's REAs are not before the Board, and the Board will make
    no findings of fact as to how much money FKTC was entitled to recover under
    the REAs (Bd. corr. file, order dtd. Dec. 19, 2012). It is true that this is not an
    appeal by FKTC regarding its entitlement. FKTC was not in privity of contract
    with the government. However, the Board must address the extent of KB R's
    contractual obligations to FKTC to determine whether the costs it incurred
    paying the REAs were those that would be incurred by a prudent person in the
    conduct of competitive business. This is especially the case here, where no
    competitive restraints otherwise constrain payment, and the arm's-length
    bargaining between KBR and FKTC informs what costs are reasonable.
    4
    KBR suggests that it was reasonable for it to incur the costs ofFKTC's delay REA
    based upon statements by CDR Kent Caldwell of DCMA in Kuwait.
    CDR Caldwell's internal email addressing the capacity of Navistar vaguely
    observed that he would "hate to think what we are paying to have these trucks
    sitting there with containers on them not moving." During his testimony he
    also cryptically agreed that "[i]t was understood that Army was going to pay for
    the inefficiencies associated with the way things were working." (App. supp.
    R4, tab 152 at 5371; tr. 3/154) Separately, KBR cites an August 2004
    after-action report issued by the commander of the Army's LOGCAP Support
    Unit generally observing that contractor force protection delayed performance.
    It declared that "[t]he government cannot hold the contractor responsible for
    13
    The absence of an express promise by the government was especially
    meaningful under these circumstances. Months before TO 59 or Change 5 were
    issued, KBR knew of the extraordinary hazards on MSR Tampa and convoy force
    protection challenges. Its vehicles were attacked and. unfortunately, its affiliated
    personnel were killed there. In June of 2003, the military had imposed movement
    restrictions requiring escorts of all assets into Iraq. It was impossible for everything to
    move across the border immediately. Insurgents disrupted convoys. Not surprisingly.
    the CJTF-7 commander prioritized food, fuel, ammunition, and medical supplies ahead
    of trailers. Change 5 required its mission to proceed "in accordance with established
    and provided priorities." KBR understood the military established the priority of
    shipments. (Findings 3, 13-14) It was not reasonable to expect a different order of
    priority without express contract language to that effect. KBR made a conscious
    decision to pass on the risks associated with these challenges to subcontractors like
    FKTC through a fixed-price subcontract. It understood the fixed price covered any
    "prolonged delays at the border." (Findings 5-6)
    KBR maintains that the Board's previous decision in Kellogg Brown & Root
    Services, Inc., ASBCA No. 56358 et al., 17-1 BCA ,i 36,779, dictates a ruling in its
    favor under the collateral estoppel doctrine. Collateral estoppel, otherwise known as
    issue preclusion, "protects the finality of judgments by 'preclud[ing] re litigation in a
    second suit of claims actually litigated and determined in the first suit.,,. Laguna
    Hermosa Corp. v. United States, 
    671 F.3d 1284
    , 1288 (Fed. Cir. 2012) (citing In re
    these delays because force protection is a government obligation." (App. supp.
    R4, tab 241 at 8027)
    As this Board has held, "[ d]etermining the meaning of a contract starts
    with its language" and "[w]hen the contract's language is unambiguous it must
    be given its 'plain and ordinary' meaning and the [Board] may not look to
    extrinsic evidence to interpret its provisions ... Furthermore. "[ c ]onstruction of
    the language of the contract to determine whether there is an ambiguity is [also J
    a question of law." Therefore, ··[ e]xtrinsic evidence cannot be used to create an
    ambiguity where none otherwise exists." Auto. Mgmt. Servs. FZE, ASBCA
    No. 58352. 15-1 BCA ,i 36,119 at 176,329 (citations omitted). KBR has not
    identified any relevant ambiguity in Change 5 that requires resort to extrinsic
    evidence. Thus, the opinions it relies upon are irrelevant. Additionally, KBR
    does not suggest that it knew about these statements, or relied upon them, when
    deciding it was reasonable to consent to FKTC's REAs. Furthermore,
    CDR Caldwell had no contracting authority over TO 59, he did not purport to
    interpret its specific terms, and he was unfamiliar with KBR's obligations under
    its subcontracts (tr. 3/143-45, 154-57). Similarly, there is no evidence that the
    commander of the LOGCAP Support Unit had any contracting responsibility
    for TO 59 or purported to authoritatively interpret its specific tenns.
    14
    Freeman, 
    30 F.3d 1459
    , 1465 (Fed. Cir. 1994)). Two of the elements to its application
    are that the issue is identical to one decided in the first action, and the issue was
    actually litigated in the first action. 
    Id. In ASBCA
    No. 56358, the Board found that the military did not provide the
    level of force protection promised for other materials and services delivered by KBR
    under TO 59, and therefore the government was in breach. KBR and the
    subcontractors identified in that appeal ultimately had to use private security to
    perform their work. In contrast, here KBR does not accuse the military of providing a
    contractually inadequate level of protection for its trailers. Everything that moved did
    receive force protection (finding 14 ). KBR merely claims the military did not act fast
    enough under its Change 5 obligations to place FKTC trailers into secured convoys.
    backing trailers up at the border. ASBCA No. 56358 did not address, much less hold.
    that Change 5 dictated time limits upon the government's provision of convoy security
    for the trailers required by it. This appeal is not relitigating that question.
    KBR also suggests that Change 5 's requirement upon KBR that it complete
    delivery of the trailers by December 15, 2003, constituted a guarantee by the
    government that its convoy security would enable KBR to comply. Change 5 does not
    expressly make that promise and to infer it is unreasonable given the circumstances.
    KBR also contends that if the government was not going to provide enough convoys to
    enable FKTC's trailers to avoid waiting at the border, then KBR was entitled to an
    extension to the period to perform Change 5. Absent such an extension, it was
    reasonable to conclude that FKTC was entitled to monetary compensation under the
    subcontract. (Tr. 11/48) Indeed, the subcontract allowed for more time in the event of
    convoy delays and required FKTC to bear the expense of adjustments to its working
    hours, manpower, equipment, etc., as deemed necessary by KBR (finding 7). Notably,
    in a series of its own subcontract change orders, KBR granted FKTC extensions of the
    period of performance until August 1, 2004 (findings 16, 20). There is no evidence that
    the government objected to these extensions or took any adverse actions in response to
    them. The record simply does not support a conclusion that, despite convoy delays,
    KBR and FKTC were still required to comply with the December 15 deadline.
    At bottom, FKTC executed a fixed-price subcontract with KBR for the delivery of
    trailers to the government. Though FKTC was entitled to an equitable adjustment in the
    event of delays stemming from a government failure to perform the prime contract.
    nothing in Change 5 required the government to place FKTC's trailers into convoys
    without delay. KBR concedes the government made its best efforts. The government
    worked as hard as it could to get convoys out of Kuwait. Furthermore, it was clear from
    events occurring at the border prior to the issuance of Change 5 that there could be no
    expectation that trailers would receive priority. When convoy limitations slowed FKTC' s
    delivery of trailers past the December 15, 2003, deadline, KBR granted FKTC appropriate
    extensions, without government objection. Given the absence of a government failure to
    15
    perform its promises, a prudent person in the conduct of competitive business would not
    have incurred the cost of any extra compensation to FKTC.
    B. KBR's Indifference to FKTC's Actual Costs and Acceptance of
    Proposed Prices to Settle the REA was Not Reasonable
    Even if the government's convoy scheduling in some way failed its prime
    contract responsibilities and delayed FKTC, KBR has not shown that a prudent person
    in the conduct of competitive business would have incurred the cost of the delay REA
    payments it made to FKTC. Multiple reasons lead to this conclusion.
    Under the subcontract, KBR was responsible for paying an "equitable
    adjustment" to FKTC in the event of a government performance failure causing delay
    (finding 8). 5 "Equitable adjustment" is a term of art. United Launch Services, LLC
    ASBCA No. 56850 et al., 16-1 BCA ii 36,483 at 177,764; Gen. Builders Supply Co. v.
    United States, 409 F.2d 246,250 (Ct. Cl. 1969). "Equitable adjustments ... are simply
    corrective measures utilized to keep a contractor whole." Bruce Constr. Corp. v.
    United States, 324 F.2d 516,518 (Ct. Cl. 1963). They are "closely related to and
    contingent upon the altered position in which the contractor finds himself." Id.; see
    Sauer Inc. v. Danzig, 224 F .3d 1340, 1348-49 (Fed. Cir. 2000) (observing an equitable
    adjustment covers increased costs resulting from a change, or changed conditions,
    leading to extra work); VHC Inc. v. Peters, 
    179 F.3d 1363
    , 1366-67 (Fed. Cir. 1999)
    (stating "[a]n equitable adjustment makes a contractor whole after the Government
    modifies a contract," and "depends on actual costs incurred"). An equitable
    adjustment reflects '"a particular contractor's costs,' and not the universal, objective
    determination of what the cost would have been to other contractors at large." Bruce
    
    Constr., 324 F.2d at 518-19
    . Thus, an equitable adjustment is not based upon market
    prices, but reasonable incurred costs. Software Design, Inc., ASBCA Nos. 23616,
    24897, 82-2 BCA ,i 16,073 at 79,740. "This consideration of the particular
    contractor's actual and probable costs is tied to the overall function meant to be served
    by equitable adjustments," which is to keep a contractor whole. Nager Electric Co. v.
    United States, 442 F.2d 936,946 (Ct. Cl. 1971). An equitable adjustment's use of
    actual cost data ensures that it does not produce a windfall. See Propellex Corp. v.
    Brownlee, 
    342 F.3d 1335
    , 1338 (Fed. Cir. 2003).
    Though KBR's managers recognized that FKTC's delay REA could only seek
    its actual costs, and did not entitle FKTC to payment for convoy delays, KBR did not
    ultimately require evidence of costs before agreeing to pay $24,923,400 to FKTC
    (finding 31). Instead, KBR adopted $300 per night as a reasonable market price for
    idle trucks based upon a review of other business KBR conducted (id.). However,
    5
    The subcontract was governed by Texas law (finding 6). Neither party cites any
    authority explaining how Texas defines the term "equitable adjustment," but
    neither do they suggest that it differs from the law of this jurisdiction.
    16
    general market prices do not demonstrate FKTC's actual idle truck costs. They would
    largely be driven by what FKTC actually paid to lease the trucks (which FKTC knew
    but did not disclose) and how much it actually paid its drivers. Additionally, instead of
    requiring actual evidence of the number of days trucks were delayed, KBR accepted an
    unrealistic FKTC model of delay days developed from a series of perfect assumptions,
    such as that each day the necessary number of trucks to complete performance on time
    actually arrived at the border (though in fact that did not always happen), that travel
    time was always the same (not true), and that everything worked flawlessly.
    Significantly, the model also ignored the fact that, once FKTC procured land for a
    laydown yard at the border, it removed trailers from trucks and placed them in the
    yard, relieving at least some trucks and drivers from having to remain idle the entire
    time trailers were delayed. The model is also inconsistent with contemporaneous
    records FKTC did maintain showing the number of trucks at the border on specific
    dates, and with communications attached to the REA between FKTC and KBR about
    truck and or trailer status on specific days. (Findings 27-29) KBR has not
    demonstrated that the FKTC model approximates the actual events that occurred.
    KBR suggests that it was unlikely FKTC possessed cost information because its
    expert believed that many international contractors lack records of their costs
    (tr. 7/203-04). That opinion says nothing about FKTC in particular. FKTC was one of
    Kuwait's largest companies, with over 70 subcontracts with KBR alone, contracts with
    the government including embassy construction, and other multimillion-dollar
    projects. Its founder was an expert in finance and it maintained a separate finance
    department. It was a sophisticated company. (Finding 11) Despite its numerous other
    subcontracts with FKTC, KBR failed to present any direct evidence that it knew FKTC
    did not maintain cost records. Added to these factors is that FKTC was required by its
    subcontract with KBR to support equitable adjustments with detailed cost breakdowns
    in conformance with FAR Part 31 and the DoD FAR Supplement. It was also required
    to maintain books and records reflecting its subcontract performance and make them
    available to KBR for cost-reimbursement purposes. (Findings 9-10) Indeed, FKTC
    knew its truck lease costs but declined to disclose them. FKTC also maintained
    records of when trucks carrying trailers crossed the border, and records of the number
    of trucks waiting at the border on specific dates. (Finding 27) It simply strains
    credulity that it did not record how much it actually paid its drivers while they waited
    at the border or how long trucks actually waited, especially given that it would
    ultimately seek millions of dollars in additional compensation for these events. It is
    highly unlikely that a company could grow to the size and sophistication of FKTC
    without tracking its costs. Significantly, KBR has not contended that it asked for such
    records at the time the REAs were submitted, or knew that they did not exist. It was
    not reasonable for KBR to simply assume they did not exist. It was not reasonable for
    FKTC to consider their absence acceptable, especially in light of FKTC's
    record-keeping responsibilities contained in the subcontract.
    17
    KBR also spent much of the hearing and its briefing contending that its
    subcontract with FKTC was for commercial items. It implies for that reason it was
    legally barred by the FAR from basing a subcontract REA with FKTC upon actual
    costs. 6 That is not true.
    The FAR's definition of a commercial item is lengthy. A non-exhaustive
    summary is that it encompasses items that are customarily used for nongovernmental
    purposes that have been offered or sold to the general public, including items with
    minor modifications that are not commercially available. Support services for the item
    are commercial too if the source offers them contemporaneously to the general public
    under similar terms and conditions using the same work force. Services offered and
    sold competitively in substantial quantities in the commercial market based on
    established catalog or market prices under standard commercial terms and conditions
    are also commercial items. FAR 2.101 (2001 ).
    KBR focuses upon FAR Subpart 15 .4 which relates to contract pricing. It
    claims FAR 15.402 through 15.404 and 43.204(b)(4) prohibit a contracting officer
    from seeking information about a contractor's costs arising from delayed or changed
    work on a commercial items prime contract, limiting review of an REA to a
    comparison of previously proposed and actual government contract prices. KBR says
    that is what it did here when it settled the delay REA for its subcontract. It concluded
    that a $300 per night price to be paid to FKTC for idle trucks was reasonable upon a
    review of other purchases it made for such services.
    There is no evidence FKTC ever relied upon the FAR interpretation proffered
    now by KBR to justify settling its REAs on the basis of prices instead of costs. Nor
    has KBR shown that it previously employed this interpretation when settling any other
    subcontract REAs (and it had 70 other subcontracts with just FKTC) and then received
    reimbursement from the government. It also cites no legal precedent supporting its
    contention. 7 Indeed, KBR concedes the opposite is true. It admits that a prime
    6
    KBR focuses upon FAR provisions dating to LOGCAP Ill's award in 2001.
    7
    The best case relied upon by KBR is United Launch Services, LLC, ASBCA
    No. 56850 et al., 14-1 BCA ,i 35,511. There, the Board recognized that the
    limitation of prime contract equitable adjustments to costs when they arise from
    unilateral changes does not necessarily apply to the FAR's commercial items
    changes clause, which requires bilaterally negotiated changes and equitable
    adjustments to prime contracts. In that context, the equitable adjustment could
    account for changed market conditions. 
    Id. at 174,067.
    KBR's subcontract
    with FKTC does not contain the FAR's commercial items changes clause. Its
    changes clause permits unilateral changes and requires REAs to be supported
    with costs conforming to FAR Part 31 (app. supp. R4, tab 62 at 4947-48).
    Nothing in United Launch Services dictates that the equitable adjustment of an
    18
    contractor such as itself is not legally required to adhere to the FAR in administering
    its subcontracts. It says that at some unstated time it simply volunteered to follow that
    approach anyway. KBR acknowledges that, at most, the FAR "provides a useful
    framework for analyzing the issues in these appeals." 8 (App. br. at 4 7 n.20)
    Typically, prudent people engaged in a competitive business are incentivized to limit
    their financial liability, not conjure reasons to enlarge it they admit are not legally
    binding upon them and were not advanced by the party seeking payment. See Kellogg
    Brown & 
    Root, 728 F.3d at 1360
    -61 (acknowledging the lower court's conclusion that
    prudent business people seize advantages and may not manufacture higher costs for the
    government). KBR has simply not shown that its commercial items theory provides a
    reasonable basis for it to have ignored FKTC's costs and resolve the REAs based upon
    a price comparison. 9
    allegedly commercial subcontract must ignore costs and rely only upon a price
    analysis.
    8
    KBR also overstates the FAR provisions upon which it relies. Within FAR Subpart
    15.4's framework for negotiating contract pricing is FAR 15.403-l(b)(3)'s
    prohibition upon the contracting officer requiring cost or pricing data when
    acquiring a commercial item. Cost or pricing data is a term of art
    encompassing all facts prudent buyers and sellers would reasonably expect to
    affect price negotiations significantly. The data must be certified. FAR 15 .40 I
    (200 I), see also FAR 2.101 (2017). As part of the negotiation of an equitable
    adjustment resulting from change orders, FAR 43 .204(b )( 4) requires a cost
    analysis (as described in FAR 15 .404-1 ( c)) "if appropriate." Neither provision
    purports to announce a new definition of the term "equitable adjustment" when
    applied to commercial items contracts, or outlaw consideration of a contractor's
    costs of work already performed to the determination. Nor does the Contract
    Pricing Reference Guide relied upon by KBR support its argument. That
    non-binding reference's section discussing equitable adjustments is consistent
    with the historical definition, stating that "[t]he cost for added work already
    performed should be the reasonable actual cost of the work required" (app.
    supp. R4, tab 454 at 11062). Its advice that cost and pricing data as defined by
    FAR 15.401 should not be required to evaluate proposed modifications of
    commercial items contracts does not purport to change the standard for
    determining an adjustment for work performed.
    9   KBR suggests its commercial item theory deserves some heightened consideration
    because the ACO's interim determination regarding the REA settlements
    indicated that price analysis was sufficient and allowed some of the costs KBR
    seeks here. The ACO also admitted that some of the amounts he allowed were
    arbitrary. (Finding 34) Notably, the ACO then changed his mind about the
    matter in his final decision and denied all recovery except for the lease at the
    border (finding 35). Most significantly, the reasonableness ofKBR's costs are
    ultimately a question of fact for the Board to decide. Kellogg Brown & 
    Root, 728 F.3d at 1360
    ; see also Wilner v. United States, 
    24 F.3d 1397
    , 1491 (Fed.
    19
    KBR' s commercial items theory is precluded for other reasons too.
    Significantly, LOGCAP III incorporated FAR 52.244-6 (finding 1). That clause,
    which among other things strictly limited the FAR's applicability to pricing
    commercial items subcontracts to specific clauses inapplicable to this appeal, required
    KBR to include its terms in any subcontracts for commercial items. KBR' s
    subcontract with FKTC does not do so. Indeed, nothing in the subcontract states that
    the parties considered it to be for commercial items.
    KBR also contends that its settlement with FKTC comports with the "jury
    verdict" method of approximating damages discussed in Hi-Shear Tech. Corp. v.
    United States, 
    356 F.3d 1372
    , 1376 (Fed. Cir. 2004). The jury verdict has been
    recognized by the court of appeals "when damages cannot be ascertained by any
    reasonable computation from actual figures." 
    Id. However, it
    is not appropriate when
    other, more exact methods would apply. Grumman Aerospace Corp. v. Wynne, 
    497 F.3d 1350
    , 1358 (Fed. Cir. 2007). One of the conditions necessary for applying the
    approach is "that there is no more reliable method for computing damages." 
    Id. KBR maintains
    that requirement is met here because it "did not have actual cost data from
    FKTC" (app. br. at 69-70). That is because KBR unreasonably declined to require
    FKTC's cost data or FKTC unreasonably failed to maintain it in accordance with the
    subcontract's terms. The jury verdict method does not relieve KBR from FAR
    Part 31 's limitation of its recovery to costs that are reasonable.
    In sum, KBR has not shown that a prudent person conducting a competitive
    business would have resolved FKTC's delay REA based upon the model submitted by
    FKTC. That model was not realistic and did not approximate FKTC's actual costs
    arising from a delay. KBR has not shown that FKTC lacked such information, why it
    would lack such information, or why it would be reasonable not to have such
    information given the subcontract's record-keeping mandate and requirement to
    support REAs with actual costs. KBR has not shown that its settlement of the delay
    REA with FKTC for $24,923,400 was reasonable.
    II.   KB R's Settlement of the Double Handling REA on the Basis of Prices and Not
    Costs was Also Unreasonable
    KBR's request for reimbursement of the double handling REA suffers from
    similar flaws as the delay REA. The $23,831,147.25 double handling REA
    encompassed double handling at both the Kuwait border due to convoy backups, and at
    the camps due to site availability; repairs arising from double handling, poor site
    preparation, and government use; and $3,600,000 for the lease of land for the laydown
    yard in Kuwait (finding 26). Given that Change 5 did not contemplate double
    Cir. 1994) (en bane) ( contracting officer's findings are not entitled to
    deference).
    20
    handling arising from late site preparation, there is some merit to the conclusion that
    the camp double handling work and resulting trailer repairs constituted changed work.
    However, with one exception FKTC failed to support the double handling REA
    elements with its costs. 10
    Like the delay REA, FKTC based its request upon rates and prices for its
    equipment and services, not costs. This was despite the fact that it maintained records
    of its equipment costs. Like the delay REA, KBR was indifferent to FKTC's costs,
    focusing solely on FKTC's price demands for its services and its own opinions about
    price reasonableness. Furthermore, KBR never verified what additional equipment
    was used by FKTC to perform the changed work. (Findings 21-23, 25) KBR has
    failed to show that it received or reviewed any invoices or other records of costs before
    paying the REA. However, FKTC was required by its subcontract to support an REA
    arising from changed work with costs conforming to Part 3 1, not proposed prices
    (finding 9). Like the delay REA, KBR also advances its commercial items and jury
    verdict theories to support its recovery. For the reasons previously given, they are
    rejected. A prudent person conducting a competitive business would not have ignored
    the subcontract's requirement that an REA based upon changed work was to be
    supported with costs, as KBR did. KBR has not shown that its settlement of the
    double handling REA, for $23,831,147.25, based upon proposed prices for the various
    services, was reasonable.
    CONCLUSION
    KBR is not entitled to any recovery. The appeals are denied.
    Dated: November 19, 2018
    2--r(d:ld
    MARK A. MELNICK
    Administrative Judge
    Armed Services Board
    of Contract Appeals
    (Signatures continued)
    10
    The lease amount for the laydown yard plausibly flows from FKTC's costs.
    However, as explained above, KBR has not shown that FKTC was entitled to an
    equitable adjustment of its fixed-price subcontract because of backups at the
    border. Thus, it has not demonstrated that it was reasonable for KBR to incur
    the cost of double handling at the border or for laydown yard.
    21
    I concur                                        I concur
    RICHARD SHACKLEFORD                             OWEN C. WILSON                    -=-----
    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 Nos. 57530, 58161, Appeals of
    Kellogg Brown & Root Services, Inc., rendered in conformance with the Board's
    Charter.
    Dated:
    JEFFREY D. GARDIN
    Recorder, Armed Services
    Board of Contract Appeals
    22