Weatherford Group, Inc. ( 2015 )


Menu:
  •                 ARMED SERVICES BOARD OF CONTRACT APPEALS
    Appeals of --                               )
    )
    Weatherford Group, Inc.                     )      ASBCA Nos. 59315, 59316
    )                 59851,59852
    Under Contract No. W91JA4- l l-C-4005       )
    APPEARANCE FOR THE APPELLANT:                      Keith L. Baker, Esq.
    Barton, Baker, Thomas & Tolle, LLP
    McLean, VA
    APPEARANCES FOR THE GOVERNMENT:                    Raymond M. Saunders, Esq.
    Army Chief Trial Attorney
    MAJ Julie A. Glascott, JA
    Robert B. Neill, Esq.
    Trial Attorneys
    OPINION BY ADMINISTRATIVE JUDGE NEWSOM
    These appeals involve contractor claims for reimbursement of costs charged by the
    government and paid by the contractor for military air travel services (MILAIR) used by
    contractor employees for performance of a contract. Weatherford Group, Inc. asserts that
    the contract required the government to provide MILAIR services at no cost to the
    contractor. The government asserts that the contract authorized the contractor to use
    MILAIR services but required it to pay for them.
    Appellant elected accelerated procedures pursuant to Board Rule 12.3 in ASBCA
    Nos. 59851 and 59852. The Board has jurisdiction pursuant to the Contract Disputes Act,
    41 U.S.C. §§ 7101-09. For the reasons set forth below, we deny the appeals.
    SUMMARY FINDINGS OF FACT
    1. On 14 January 2011 the Army's Phoenix Regional Contracting Center awarded
    Contract No. W91JA4-11-C-4005 (Contract) to Weatherford Group, Inc. (R4, tab 7 at 1).
    The Contract required Weatherford to provide support services and related supplies and
    equipment for Partner Nation military personnel in Afghanistan, to include services
    related to warehouses, billeting, and transportation, as described in the Statement of
    Work (SOW) (id. at 3, 34-50). The Contract provided for a base year of performance for
    a firm-fixed price of $3 ,221,87 5 plus the cost of Defense Base Act insurance, followed
    by two one-year options (R4, tab 7 at 2-7).
    2. The Contract incorporated a local clause authorized by U.S. Central Command
    (CENTCOM) Contracting Command (C 3), clause 952.225-0011, GOVERNMENT FURNISHED
    CONTRACTOR SUPPORT (JUL 2010) (C 3 Clause). It summarized the "type of support the
    Government will provide the contractor, on an 'as-available' basis," and identified MILAIR
    as one of the services, stating in relevant part:
    c.J <'LAUSE 952 225-001 I GOVERNME1'l'T FUR1'HSHED CONTRACTOR SUPPORT (JUL 2010)
    The following is a 8Ulllmary of the type of support the Government will provide the contractor. on an ··as-available"
    basis In the event of any discrepancy between this summary and the description of services in the Statement of
    Work, this clause will take precedence.
    U.S. Citizens Accompanying the Force
    [8J APOIFP0:~1PO/Postal Services              [8J LlFACs                                    [8J Mil issue Equip
    0  Authorized Weapon                         [8J Excess Baggage                            [8J .MILAIR
    [81 Billeting                                 [81 Fud Authorized                            [8JMWR
    [8J CAAF                                      [8J Govt Furnished Meals                      [81 Resuscitative Can:
    [81 C-0ntrolled Access Card (CAC')fID C'zd    [81 Military Ranking                          [81 Transportation
    0   C<>mmi~aJ)'                              0   Military Clothing                         DAii
    0   Dependents Authorized                    [81 Military Exchange                         0Nonc
    (R4, tab 7 at 31)
    3. The SOW contained additional detail bearing upon government-furnished
    services and equipment. Section 10 listed specific items the government would provide,
    and subsection 10.11 stated that if a contractor employee required medical evacuation, the
    costs "to include the cost of the air medical evacuation" shall be the "responsibility of the
    contractor." (R4, tab 7 at 44-45)
    4. SOW section 11, entitled "GENERAL INFORMATION," also addressed air
    transportation. Subsection 11.6, entitled "Travel and Lodging," imposed responsibility on
    the contractor to pay certain employee travel costs, stating:
    The contractor is responsible for the cost involved with
    contractor employee travel and lodging accommodations while
    deploying, re-depl_oying, and while on R&R travel.
    (R4, tab 7 at 45)
    5. The Contract also incorporated Defense Federal Acquisition Regulation
    Supplement (DFARS) clause 252.225-7040, CONTRACTOR PERSONNEL AUTHORIZED TO
    ACCOMPANY U.S. ARMED FORCES OUTSIDE THE UNITED STATES (JUL 2009) (R4, tab 7
    at 18). Subsection (c)(4) of that clause required contractor personnel to "have a letter of
    authorization issued by the Contracting Officer in order to process through a deployment
    center or to travel to, from, or within the designated operational area." The letter of
    2
    authorization was to "identify any additional authorizations, privileges, or Government
    support that Contractor personnel are entitled to under this contract." (R4, tab 7 at 20)
    6. Weatherford's owner, Richard Weatherford, testified that his company entered
    into one previous contract with the government in which the government provided
    MILAIR services at no cost to Weatherford (tr. 26, 72). Mr. Weatherford did not recall
    with certainty the agency involved in that prior contract (tr. 72), and appellant did not
    offer that prior contract or its terms in evidence.
    7. Notice to proceed was effective 2 February 2011 and Weatherford was to start
    performing on or about 10 February 2011 (R4, tab 22).
    8. During performance, Weatherford employees used MILAIR services. These
    services included flights between points within the operational area, flights to deploy into
    the operational area, flights to redeploy out of the operational area, and flights to seek
    medical attention. (Tr. 51-59, 188)
    9. On 16 February 2012 roughly one year after Contract performance had
    commenced, the Defense Finance and Accounting Service (DF AS) sent the first of many
    vouchers to Weatherford seeking reimbursement for the cost of MILAIR services used by
    its employees during the first year of performance (R4, tab 36 at 2). The delay in billing
    was unexplained; neither party presented reliable evidence of the reason for the one-year
    delay in billing. Between February 2012 and October 2013, DFAS transmitted
    approximately 14 vouchers to Weatherford for more than 30 MILAIR flights (id. at 2-25).
    The vouchers totaled $56,526 (id. at 1).
    10. Believing the vouchers to be in error, Weatherford's owner contacted U.S.
    Transportation Command (TRANSCOM) to seek correction (tr. 188-89). TRANSCOM
    was listed on the vouchers as the dispute point of contact (e.g., R4, tab 36 at 2).
    Mr. Weatherford was advised to pay the vouchers and request reimbursement from the
    contracting office (tr. 188-89).
    11. On cross-examination, Mr. Weatherford testified that he could not recall the
    purposes of specific MILAIR flights for which his company was charged, but stated that all
    the flights were taken either for the purposes of deploying, redeploying, seeking medical
    attention outside the operational area, or for R&R (tr. 51-59, 188). We find the MILAIR
    flights for which Weatherford was charged were, more likely than not, taken for the
    purposes of deployment, redeployment, medical evacuation, or R&R.
    12. Weatherford paid the vouchers (tr. 50-51) then submitted two requests for
    equitable adjustment (REAs) seeking reimbursement. The first REA sought $52,737; and
    the second REA sought $5,373, for a total request of $58,110. Both REAs included the
    certification required for CDA claims. (R4, tab 35 at 27, tab 37 at 9)
    3
    13. By written decision dated 14 February 2014, the contracting officer denied the
    requests (R4, tab 38). Weatherford filed an appeal with the Board on 14 May 2014, which
    was docketed as ASBCA Nos. 59315 and 59316.
    14. The Board on 9 July 2014, sua sponte, raised several jurisdictional issues and
    directed a response from appellant followed by a reply from the government. Ultimately
    the government asserted a possible challenge to the Board's jurisdiction (Bd. corr.
    20 October 2014). However on 15 August 2014, Weatherford re-styled the REAs as
    claims and submitted them (including the certifications) to the contracting officer along
    with a request for a final decision (R4, tabs 41-42, 45-46). The contracting officer denied
    the claims by letter dated 16 January 2015 (R4, tab 47). Appellant filed another notice of
    appeal with the Board on 23 February 2015, which was docketed as separate ASBCA
    Nos. 59851 and 59852. Appellant's counsel characterized the resubmission and the
    appeals as protective and as such the subject matter of ASBCA Nos. 59581 and 59852
    are the same as ASBCA Nos. 59315 and 59316. 1
    DECISION
    These appeals present a straightforward issue of contract interpretation. We must
    determine to which party the Contract allocated responsibility for the cost of MILAIR
    services that Weatherford employees used.
    In resolving contract interpretation disputes, we examine the contract as a whole,
    harmonizing and giving a reasonable meaning to all of its provisions. NVT Technologies,
    Inc. v. United States, 
    370 F.3d 1153
    , 1159 (Fed. Cir. 2004); ThinkQ, Inc., ASBCA
    No. 57732, 13 BCA ii 35,221 at 172,825. An interpretation that gives reasonable meaning
    to all parts of a contract is preferred to one that leaves a portion meaningless. Hol-Gar Mfg.
    v. United States, 351F.2d972, 979 (Ct. Cl. 1965); LRV Environmental, Inc., ASBCA
    Nos. 8727, 59728, 15-1BCAii36,042.
    The government contends that C 3 Clause 952.225-0011, which identified the
    support that the government "will provide the contractor," authorized Weatherford to use
    MILAIR services but was silent as to responsibility for their costs. Responsibility to pay
    for MILAIR services was set forth, the government asserts, in SOW subsections 10.11
    and 11.6, which expressly required the contractor to pay the costs of travel for medical
    evacuation, deployment, redeployment, or R&R (gov't hr. at 11).
    1
    Since ASBCA Nos. 59851 and 59852 are protective appeals, we process them under
    Rule 12.3 as well.
    4
    Appellant contends that the C 3 Clause portion stating that the government "will
    provide" MILAIR services meant that the government would provide and pay for those
    services. Because SOW subsections 10.11 and 11.6 purport to require Weatherford to pay
    for MILAIR services, appellant contends that the SOW conflicts with the C3 Clause.
    Noting that the C3 Clause expressly states that "[i]n the event of any discrepancy between
    this summary and the description of services in the Statement of Work, this clause will take
    precedence," appellant argues that the Board must disregard SOW subsections 10.11 and
    11.6. (App. br. at 9-13)
    We agree with the government's interpretation, which is reasonable and gives
    meaning to all portions of the Contract. The C3 Clause summarizes the government support
    to which the contractor is entitled. SOW subsections 10.11 and 11.6 filled details regarding
    that support, plainly and expressly allocating cost responsibility for MILAIR services to the
    contractor. (Findings 2-4)
    Appellant's interpretation, in contrast, would require us to read into the Contract a
    conflict between the SOW and C3 Clause 952.225-0011 and would require us to
    disregard SOW subsections 10.11 and 11.6. That argument runs afoul of principles of
    contractual interpretation which provide that we should not construe a provision as being
    in conflict with another unless no other reasonable interpretation is possible. Hol-Gar
    
    Mfg., 351 F.2d at 979
    .
    Here, a reasonable interpretation is available that creates no conflict. Specifically,
    in the context presented here, we interpret C3 Clause 952.225-0011 as an implementation
    of DFARS 252.225-7040(c)(4 ). That DFARS clause generally entitled the contractor to
    "authorizations, privileges, or Government support" (finding 5), but did not identify the
    specific support to be provided. The C3 Clause picked up where the DFARS clause left
    off. Where the C3 Clause stated that the government "will provide" certain services, the
    intention was to define the "authorizations, privileges, or Government support" to which
    DFARS 252.225-7040( c)(4) referred, and not necessarily to allocate responsibility for
    their costs. Reinforcing this interpretation is the fact that the C3 Clause stated expressly
    that it was a "summary" of the "type of support" to be provided (finding 2). As a
    summary, it left the details - including cost responsibility - to be addressed elsewhere in
    the Contract. Those cost responsibilities were set forth in SOW 10.11 and 11.6 which
    stated expressly that the contractor would pay the costs of its employee travel
    (findings 3-4).
    Appellant also argues that its prior course of dealing established that the
    government would pay MILAIR costs (app. br. at 14). This course of dealing is said to
    have included ( 1) appellant's allegation that in a single previous contract, the government
    did not charge Weatherford for MILAIR services; and (2) the government's
    5
    approximately one-year delay in billing Weatherford for MILAIR services on this
    Contract (app. br. at 14).
    We hold that no prior course of dealing was established. A course of dealing is "a
    sequence of previous conduct between the parties to an agreement which is fairly to be
    regarded as establishing a common basis of understanding for interpreting their expressions
    and other conduct." RESTATEMENT (SECOND) OF CONTRACTS§ 223(1) (1981). Appellant
    did not introduce the prior contract in evidence nor present reliable evidence that the
    primary contract involved the "same contracting agency, the same contractor, and
    essentially the same contract provisions" as in these appeals (finding 6); see T&M
    Distributors, Inc., ASBCA No. 51405, 00-1BCA~30,677 at 151,509. As for the delay in
    billing, Weatherford presented no evidence that the delay reflected an understanding that
    the government would pay MILAIR costs, rather than simply being the result of an
    "accident or mistake" or a routine delay in billing processes (finding 6). See Western
    States Construction Company, ASBCA No. 37611, 92-1BCA~24,418 at 121,894.
    CONCLUSION
    For the reasons explained, the Board denies the appeals.
    //
    --~--   .--------......._)
    Dated: 21 October 2015
    Adminis r ·ve Judge
    Armed Services Board
    of Contract Appeals
    I concur
    Administrative Judge
    Vice Chairman
    Armed Services Board
    of Contract Appeals
    6
    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. 59315, 59316, 59851, 59852, Appeals
    of Weatherford Group, Inc., rendered in conformance with the Board's Charter.
    Dated:
    JEFFREY D. GARDIN
    Recorder, Armed Services
    Board of Contract Appeals
    7
    

Document Info

Docket Number: ASBCA No. 59315, 59316, 59851, 59852

Judges: Newsom

Filed Date: 10/21/2015

Precedential Status: Precedential

Modified Date: 11/2/2015