Aero Tech Services Associates, Inc. ( 2020 )


Menu:
  •                ARMED SERVICES BOARD OF CONTRACT APPEALS
    Appeal of --                                )
    )
    Aero Tech Services Associates, Inc.         )      ASBCA No. 61682
    )
    Under Contract No. FA8106-17-D-0009         )
    APPEARANCE FOR THE APPELLANT:                      Deborah Appel, Esq.
    Law Office of Deborah Appel
    Bronx, NY
    APPEARANCES FOR THE GOVERNMENT:                    Jeffrey P. Hildebrandt, Esq.
    Air Force Deputy Chief Trial Attorney
    Isabelle P. Cutting, Esq.
    Capt Jacquelyn C. Fiorello, USAF
    Trial Attorneys
    OPINION BY ADMINISTRATIVE JUDGE THRASHER
    Aero Tech Services Associates, Inc. (ATSA) seeks reimbursement for labor costs
    incurred under Contract No. FA8106-l7-D-0009 (“0009 Contract”) in logistical
    support of two E-9A aircraft at Tyndall Air Force Base, Florida. ATSA’s claim is
    that the fixed hourly labor rate to repair or replace aircraft parts, which applies to
    “subcontractors” under “Over & Above” (O & A) contract line item numbers (CLIN)
    X007AA, does not apply to “vendors”. Rather, ATSA’s position is that any labor hourly
    charges are part of the “material cost” for which ATSA is entitled to full reimbursement
    under CLIN 007AC. We deny the appeal.
    FINDINGS OF FACT
    Background
    1. The 82nd Aerial Targets Squadron at Tyndall Air Force Base, Florida
    employs two E-9A aircraft whose primary mission is to act as a surveillance
    platform to ensure the Gulf of Mexico waters are clear of civilian boaters and
    aircraft during live missile launches and other hazardous military activities within
    the test range (R4, tab 6 at 53-54). These aircraft are maintained by contractor-
    provided logistics. Relevant to this appeal, the contractor-provided logistics
    support for these aircrafts, which includes over and above (O & A) tasks,
    engineering services including development, test and FAA certification of modifications,
    and installation of modifications and depot maintenance support (id. at 53). “O & A
    Charges are Government directed tasks within [the] scope of the contract but not
    specifically forecasted such as; [sic] bird strikes, lightning strikes, FOD [(foreign
    object damage)], dropped or damaged components,” and other government
    directed actions (R4, tab 6 at 14). ATSA currently provides this support under the
    0009 contract.
    2. This dispute arises out of a specific O & A situation when the appellant
    cannot repair or replace an item in-house and must remove the item and send it to
    an outside contractor for repair or replacement. Upon return of the item to
    appellant, the outside contractor will invoice appellant either charging a fixed labor
    rate or a total price encompassing both labor and material with no visibility or
    breakout of the amount or time or labor involved (tr. 22-23). Appellant refers to the
    outside contractor in these situations as a “vendor”, not a subcontractor, insisting
    that a “vendor” is distinguishable from a subcontractor and vendor charges are
    reimbursable as part of “material costs” under CLIN X007AC (app br. at 2). The
    end result being, appellant would be fully reimbursed for all labor costs.
    3. In contrast, the government argues there is no separate “vendor” category
    under the contract because the term vendor is defined within the definition of
    subcontractor (gov’t br. at 8). Therefore in these situations, the contract’s hourly
    rate, whether disclosed or not, is capped by CLIN X007 at the hourly labor rate in
    the contract (id. at 6). Likewise, the government argues that material costs
    proposed by the contractor may not include labor costs (id. at 7).
    Comparison between the Previous Contract and the 0009 Contract Follow-on
    Solicitation
    4. ATSA performed these logistics services for six years under the
    previous contract, Contract No. FA8106-11-C-0004 (0004 contract) (R4, tab 1).
    On August 4, 2016, the Air Force issued a request for proposals (RFP) for a
    follow-on contract under Solicitation No. FA8106-16-R-0008 (R4, tab 6 at 1).
    Relevant here, the government substantially changed the acquisition strategy
    related to the O & A pricing, converting the 0004 contract prime and
    subcontract O & A CLINs from cost to fixed price CLINs. Major Toyama, the
    lead contracting officer on the source selection, testified that the O & A 0004
    contract prime and subcontractor costs for CLIN 0007 was converted into a firm
    fixed price CLIN in the 0009 contract based upon historical data from the previous
    six year contract. (Tr. 59-60)
    5. By way of comparison, the 0004 contract included an O & A
    subcontracting mark-up rate. This fixed subcontract pass-through mark-up factor
    represented the administrative costs of obtaining the subcontract effort, including
    all indirect costs plus fee associated with obtaining the subcontract effort. The fixed
    subcontract pass-through mark-up factor was then added to the price paid by the
    2
    contractor to the outside contractor to determine a fixed price amount for the
    subcontract effort. (R4, tab 1 at 12) The net effect of this clause was to fully
    reimburse the contractor for subcontractor services: the amount charged to the
    contractor for the subcontract service, plus an administrative fee (fixed subcontract
    pass-through mark-up factor) for obtaining the subcontractor effort. In contrast, the
    follow-on contract solicitation established a single fixed O & A labor rate,
    proposed by the offerors that applied to the prime contractor and all subcontractors,
    eliminating the subcontracting mark-up rate found in the 0004 contract (R4, tab 6
    at 15, 140-41). This effectively converted what had been a cost reimbursable
    clause for the complete cost paid the subcontractor for its services to a fixed price
    clause based upon the proposed fixed labor rates.
    6. The follow-on solicitation required all proposed pricing to be submitted in
    a Pricing Matrix that would be incorporated into the contract (R4, tab 57 at 12). The
    10 different O & A labor rates found in the 0004 contract were reduced to only
    two: a single labor rate for work hours and a single O & A labor rate for
    overtime (R4, tab 1 at 198, tab 6 at 140).
    7. Additionally, the follow-on solicitation flagged the change in pricing
    strategy warning the offerors of the additional cost risk from subcontractors and
    vendors [emphasis added] in out years, stating:
    Offerors are strongly advised to seriously note risk for
    firm fixed pricing in contract out-years. Such risk is
    considered contractor risk and not risk to the Government.
    Proposed pricing shall be sufficient to cover such
    contractor risk of future unknowns, such as subcontractor
    rate increases in contract out-years, as well as material cost
    increases in out-years or potential changes in teaming with
    specific subcontractors/vendors. This also includes
    unanticipated changes in subcontractors’ or vendors’
    [emphasis added] pricing in the out-years. For example,
    as out-year performance periods are reached over time,
    subcontractor pricing (on which these originally proposed
    fixed wrap rates are based) could change. As a result,
    future subcontractor pricing may not correspond with the
    original proposed FFP rates. Revision of proposed firm
    fixed pricing will not be accepted by the Government to
    cover any additional costs in the future out-years. Offerors
    shall be held to their originally proposed pricing, i.e., FFP
    rates for all CLINs.
    (R4, tab 57 at 17) (emphasis added)
    3
    ATSA’s Follow-on Contract Proposal
    8. ATSA submitted its final proposal revision on May 8, 2017 (R4, tab 5 at 1).
    Mr. Christopher Bloomer, Vice President of Operations for ATSA testified he
    helped prepare the proposal on this contract and has been working on the contract
    since September 2017 (tr. 23). He also testified he read the language in CLIN 0007
    of the solicitation that states all rates apply to prime contractors and all
    subcontractors but noted the proposal did not include subcontractors performing
    work on this contract because of the distinction the industry makes between
    subcontractors and vendors (tr. 25-28).
    9. ATSA’s proposal reflects the distinction ATSA makes between
    “subcontractors” and “vendors”. Both the technical volume and pricing volume
    of ATSA’s proposal state that 100% of all work will be done by ATSA i.e., not
    subcontractors, but then provided a list of twelve key “vendors” (R4, tab 5 at 2,
    77). For example, section 2 of the pricing volume is entitled SUBCONTRACTOR
    AND VENDOR PRICING” (id. at 78). That section explains why ATSA decided not to
    use, what they consider, subcontractors on this contract but clearly states when it is
    required to go out to a vendor for completion of a specific task it will enter into a
    subcontract relationship to accomplish the work, stating, “Each of the key vendors
    identified will be subcontracted to support the identified tasks as required.” (R4, tab 5
    at 100-01)
    10. The government awarded the 0009 contract to ATSA on May 31, 2017 (R4,
    tab 6 at 1). Shortly thereafter, ATSA entered into a contract agreement with Pratt
    & Whitney (P & W), effective September 1, 2017. The contract agreement refers
    to the contract relationship between the parties as a “SUBCONTRACT
    AGREEMENT” (R4 tab 53 at 5). Accordingly, we find that P & W was a
    subcontractor to ATSA under its contract with the government.
    Relevant 0009 Contract Provisions
    11. Three of the contract’s O & A provisions are relevant to this appeal:
    CLIN X007-OVER AND ABOVE WORK PROCEDURES
    (a) Over and Above Labor Rates (Fixed Hourly): The price
    negotiated by the PCO/ACO shall be based on “hands on”
    labor hours multiplied by the contract fixed hourly rate. The
    number of “hands on” labor hours required shall be
    negotiated between the contractor and the PCO/ACO.
    “Hands on” labor hours to be used in negotiated fixed hourly
    rate items are restricted to those defined below. The fixed
    4
    hourly rate includes charges for: “hands on” labor cost; any
    labor cost not included in the definition of “hands on” labor
    for which the contractor accounts as direct labor; burdens;
    general and administrative expenses; and other allowable
    costs and profit. The fixed hourly rate does not include direct
    parts and materials.
    For the purposes of negotiating prices for the fixed hourly
    rate items, the “hands on” labor hours to which the fixed
    hourly rate is applied, are limited to only that labor performed
    by personnel actually engaged in the direct performance of
    work required. “Hands on” labor shall not include any labor
    performed by support of supervisory type personnel, such as,
    but not limited to: timekeepers, payroll clerks, purchasing,
    material handling, quality control, storing and issuing
    personnel. Quality control personnel are considered as those
    personnel who apply standards to finished work/products to
    determine that finish production work is serviceable in all
    respects.
    (b) Material Handling Rate Items: The price negotiated by
    the PCO/ACO shall be based on material proposed multiplied
    by the contract fixed material handling rate. The material
    required shall be negotiated between the contractor and the
    PCO/ACO. “Materials” are those parts or materials
    purchased, supplied, manufactured, or fabricated by the
    Contractor for the sole purpose of incorporating them into or
    making them a part of the end products or components
    thereof covered by this contract. The Material Handling Rate
    includes charges for: burdens; general and administrative
    expenses; and other allowable costs and profit.
    ...
    The anticipated or negotiated hours, when multiplied by the
    fixed hourly rate plus any material costs multiplied by the
    material handling rate, constitute the firm fixed price for the
    over and above work.
    (R4, tab 6 at 12-14) (emphasis added)
    5
    12. CLIN X007AA, OVER AND ABOVE-LABOR RATE.
    OVER AND ABOVE - FIXED HOURLY RATE FIRM
    FIXED PRICE AS DIRECTED BY THE ACO/PCO. ***ALL
    RATES APPLY TO PRIME CONTRACTOR AND ALL
    SUBCONTRACTORS***
    ...
    This SubCLIN uses the fixed hourly rates in Attachment 2,
    Pricing Matrix. These rates shall be used in negotiating a price
    when direct labor is involved for Over and Above
    requirements. Overtime hours will be used only at the direction
    of the ACO/PCO.
    (Id. at 14-15)
    13. CLIN X007AC, OVER AND ABOVE-PARTS AND MATERIALS
    AND MATERIAL HANDLING.
    FIRM FIXED PRICE AS DIRECTED BY THE ACO/PCO.
    The work called for under this item shall be accomplished
    when and as directed by the PCO/ACO in accordance with
    DFARS 252.217-7028 and the Over and Above Work
    Procedures stated in CLIN X007. The work under this sub-
    CLIN includes parts and materials for repairs beyond fair
    wear and tear (BFWT) including replacement of GFE support
    equipment and those parts using the material handling rate in
    Attachment 2, Pricing Matrix. The material handling rate
    shall represent the administrative costs of obtaining parts and
    materials for Over and Above requirements not included in
    the flying hour rate. The Material Handling Rate shall
    include all indirect costs plus fee associated with obtaining
    materials for the prime and all subcontractors. The Material
    Handling Rate shall be added to the negotiated material price
    to determine a fixed price amount for the materials. All costs
    included within the fixed hourly rates, or fixed price CLINs
    elsewhere in this contract must be excluded from calculations
    used by the Contractor to arrive at its Material Handling Rate.
    ...
    6
    DEFINITION OF MATERIALS: “Materials” are those parts
    or materials purchased, supplied, manufactured, or
    fabricated by the Contractor for the sole purpose of
    incorporating them into or making them a part of the end
    products or components thereof covered by this contract.
    (Id. at 16) (emphasis added)
    14. On December 15, 2017, ATSA submitted Work Request No. 17-015
    seeking contracting officer (CO) approval for work valued at an estimated $4,409.68.
    ATSA sought a Mobile Repair Team from P & W to come to Tyndall Air Force Base
    to evaluate the severity of magnesium corrosion in the intake air inlet case in one of
    its engines. The evaluation was required to determine the depth of repair necessary
    to allow the engine to remain in service. (R4, tab 9 at 1, 3) The use of P & W for
    this work was founded on the subcontract agreement between ATSA and P&W
    entered into shortly after the 0009 contract award, effective September 1, 2017 (R4,
    tab 53 at 5). ATSA recommended that the work be charged under CLIN X007AC,
    O & A Parts, Materials, and Material Handling. (R4, tab 9 at 3)
    15. On December 20, 2017, the Defense Contract Management Agency
    (DCMA) requested that ATSA break down its costs in greater detail, explaining that the
    government would only pay for O & A labor at $55.12 an hour (R4, tab 9 at 24-25).
    ATSA resubmitted its revised Work Request No. 17-015 on February 15, 2018 (R4,
    tab 9 at 8-9). Of the total $4,409.68 proposed, ATSA anticipated that labor would cost
    $2,938.50 (id. at 8). On May 14, 2018, the CO approved the work request (R4, tab 9
    at 17). On May 15, 2018, ATSA submitted an invoice seeking $2,938.50 in labor costs
    (R4, tab 9 at 29). DCMA agreed to pay no more than $1,543.36 because ATSA had not
    used the $55.12 O & A labor rate in attachment 2 of the contract. Negotiations between
    the parties reached an impasse on May 21, 2018. (R4, tab 9 at 27)
    16. On May 30, 2018, ATSA filed a claim with the CO for the $1,395.14
    difference between the $2,938.5 requested and the $1,543.36 received (R4, tab 22
    at 1). The stated basis for the claim was described as:
    The amount claims (sic) and items at issue arise out of
    CLINS X007XX- Over and Above. CLIN X007AA is
    “Over & Above- Labor Rate” which specifically states that
    it applies to the prime contractor and all subcontractors.
    CLIN X007AC applies to “Over & Above - Material and
    Material Handling”.
    ...
    7
    It is ATSA’s position that any labor hour charge
    (whether shown as a separate charge or incorporated into
    the bill as a flat charge) is part of the “material cost” for
    which ATSA is entitled to full reimbursement for under
    CLIN 007AC. It seems that the government’s position
    is that this vendor labor rate is capped at the $55.12
    hourly rate.
    ...
    ATSA was the prior contractor on the previous contract
    (FA8 l 06-11-C- 0004) and performed the same repair
    and maintenance for six (6) years. The standard process
    for those years was that any outside vendor costs
    (including labor) under the Over and Above CLIN was
    reimbursed at the full rate by the government with the
    appropriate negotiated burdens. In this contract [the]
    government is trying to hold ATSA to the $55.12 hour
    rate for any labor charged by those outside vendors
    regardless of . . . how much the vendor charges for its
    labor.
    ...
    A subcontractor is a company with which there is a
    contractual relationship to perform work under the contract
    that is negotiated in advance, that sets rates, terms and
    conditions. If a prime can’t negotiate a contract then it is
    free to go to another subcontractor that is offering the same
    services and attempt to enter into a subcontract with them.
    A vendor is a supplier of parts/labor that is based on an “as
    needed” relationship and that does not rise to the level of a
    subcontractor as a vendor is free to offer its services to any
    company that requires same. This was the definition that
    applied to the prior contract that ATSA performed on for
    six years. There was nothing in the solicitation (that
    resulted in this contract) that indicated that the government
    was taking a different position from the prior contract.
    (Id. at 1-3) On June 18, 2018, the CO denied ATSA’s claim (R4, tab 27 at 1).
    ATSA appealed the decision to the Board on July 2, 2018, which was docketed as
    ASBCA No. 61682.
    8
    DECISION
    This appeal turns upon our interpretation of three of the contract’s O & A
    provisions - CLIN X007-OVER AND ABOVE WORK PROCEDURES, CLIN
    X007AA, OVER AND ABOVE-LABOR RATE, and CLIN X007AC, OVER AND
    ABOVE-PARTS AND MATERIALS AND MATERIAL HANDLING. (Findings
    11-13) The government argues that the plain language of the contract, CLIN X007,
    unambiguously establishes that appellant must propose labor charges at any
    subcontractor tier for O & A work under the contract’s fixed hourly labor rates and
    the contract defines the term “vendor” in the definition of subcontractor. (Gov’t br.
    at 6) In contrast, appellant’s position is that “[t]his disagreement sets up a classic
    case of a latent ambiguity in which there is a reasonable interpretation by both
    parties as to the meaning of a term.” (App. br. at 3) Appellant summarized the
    parties’ disagreement as:
    Here, the Government believes by inserting the word
    “subcontractor” under CLIN X007AA it gave the contractor
    sufficient notice that the labor rate would apply to all vendors as
    well. ATSA, based on its reading and prior conduct and
    performance between the parties and industry standards, had
    no inkling that the term “subcontractor” would encompass
    their vendors.
    (Id. at 4)
    Our threshold issue is whether the plain language of the contract “supports
    only one reading or supports more than one reading and is ambiguous.” James G.
    Davis Construction Corporation, ASBCA Nos. 58000, 58002, 15-1 BCA ¶ 35,818
    at 175,154 (citing NVT Technologies, Inc. v. United States, 
    370 F.3d 1153
    , 1159
    (Fed. Cir. 2004)). The mere fact that the parties differ in their respective
    interpretations of the contract language is not enough, both interpretations must fall
    within a “‘zone of reasonableness.’” Metric-Constructors, Inc. v. NASA, 
    169 F.3d 747
    , 751 (Fed. Cir. 1999) (citations omitted). Such a determination begins with
    the plain language of the contract to discern the objective intent of the parties.
    James G. Davis 15-1 BCA ¶ 35,818 at 175,154 (citations omitted).
    We agree with the government’s position that the plain language of the
    contract, as applied to this dispute, is unambiguous. It is our understanding that the
    dispute before us only involves charges for an outside contractor to evaluate the
    severity of magnesium corrosion in the intake air inlet case in one of its engines to
    determine the depth of repairs necessary to allow the engine to remain in service,
    i.e. only services not parts. (Finding 14) Consequently, a reading of the plain
    9
    language of the contract does not support appellant’s argument that the services
    provided by P & W in this dispute would be reimbursed under the O & A material
    clauses, CLIN X007(b) and CLIN X007AC, because the services at issue do not
    meet the definition of “material costs” in those clauses. (See findings 11, 13) The
    reimbursement would only involve the fixed–price O &A Labor Rate
    CLIN X007AA. (Finding 12) Even assuming this were a situation where
    materials/parts were involved and replaced, a plain reading of the two clauses is
    clear that the only reimbursable costs are, “[t]he anticipated or negotiated hours, when
    multiplied by the fixed hourly rate plus any material costs multiplied by the material
    handling rate . . . .” (finding 11).
    May We Consider Extrinsic Evidence of Trade Practice and Industry Standards?
    When the language of a contract is unambiguous, it must be given its “plain and
    ordinary” meaning and the Board may not look to extrinsic evidence to interpret its
    provisions. McAbee Constr., Inc. v. United States, 
    97 F.3d 1431
    , 1435
    (Fed. Cir. 1996) (citation omitted). However, even when a contract is unambiguous, we
    have found it appropriate to turn to one form of extrinsic evidence—evidence of trade
    practice and custom. DynCorp International LLC, ASBCA No. 59244, 17-1 BCA ¶
    36,653 at 178,494 (citing TEG-Paradigm Environmental, Inc. v. United States, 
    465 F.3d 1329
    , 1338 (Fed. Cir. 2006)). Such extrinsic evidence may be considered to confirm
    that the parties intended the term to have its plain and ordinary meaning. (Id.)
    Extrinsic Evidence
    Appellant argues that under prior practice on the 0004 contract “vendors” is
    an industry term related to the O & A requirements and that ATSA’s position is that
    “vendors” in these situations are not a “subcontractor” subject to a subcontract
    agreement holding them to the negotiated rates in the 0009 contract O & A CLINs
    XX007 and X007AA. (App. br. at 3) Our findings establish that the contract
    language of both the 0004 and 0009 contracts do not include the word “vendor”.
    However, both parties use these terms within the follow-on solicitation and ATSA’s
    proposal in response. This indicates this term is recognized and used within this
    industry as appellant asserts. (Findings 7-9)
    That being said, logically reimbursement under the contract CLINs at issue
    only apply to work for which the contractor, ATSA, has either performed in house,
    or more likely as in this appeal, contracted for with an outside contractor, a
    “vendor”. The evidence also establishes that when ATSA actually contracts with
    the vendor, ATSA considers the vendor to become a “subcontractor” (finding 10).
    Although ATSA’s proposal on the current contract clearly recognizes a distinction
    between the two terms, the proposal states, “[E]ach of the key vendors identified
    10
    will be subcontracted to support the identified tasks as required.” (Finding 9) This
    reality is further reinforced by the facts of the specific dispute before us. ATSA
    entered into a subcontract agreement with P&W shortly after award of the 0009
    contract. So, under the specific facts of this dispute, the work was given to a
    contractor that was never a “vendor” under appellant’s definition but instead was in
    fact a subcontractor (finding 10). Consequently, the extrinsic evidence of trade
    practice confirms our unambiguous interpretation of the contract language. *
    In summary, after consideration of all the evidence, we hold that appellant is
    bound by the fixed labor rate it bid for CLIN X007AA and the materials and materials
    handling CLIN X007AC is inapplicable. The extrinsic evidence confirms this
    interpretation. We have considered trade practice evidence but we conclude that trade
    practice does not support appellant’s position.
    *
    ATSA’s primary argument is that the contract language is ambiguous and a
    consideration of the extrinsic evidence supports ATSA’s reading of the contract
    language that trade practice in this business recognizes a distinction between the
    terms “subcontractor” and vendor”. This, ATSA argues, creates a latent ambiguity
    triggering the application of the principle of contra proferentum, construing the
    contract language against the drafter, in this case the government (app. br. at 9).
    Since our examination of the extrinsic evidence of trade practice supports a
    finding that the contract language is unambiguous, we need not address ATSA’s
    contra proferentum argument.
    11
    CONCLUSION
    For the forgoing reasons, this appeal is denied.
    Dated: March 30, 2020
    JOHN J. THRASHER
    Administrative Judge
    Chairman
    Armed Services Board
    of Contract Appeals
    I concur                                        I concur
    RICHARD SHACKLEFORD                             OWEN C. WILSON
    Administrative Judge                            Administrative Judge
    Vice Chairman                                   Vice Chairman
    Armed Services Board                            Armed Services Board
    of Contract Appeals                             of Contract Appeals
    12
    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. 61682, Appeal of Aero Tech
    Services Associates, Inc., rendered in conformance with the Board’s Charter.
    Dated: March 30, 2020
    PAULLA K. GATES-LEWIS
    Recorder, Armed Services
    Board of Contract Appeals
    13
    

Document Info

Docket Number: ASBCA No. 61682

Judges: Thrasher

Filed Date: 3/30/2020

Precedential Status: Precedential

Modified Date: 4/15/2020