APTIM Federal Services, LLC ( 2022 )


Menu:
  •                ARMED SERVICES BOARD OF CONTRACT APPEALS
    Appeal of -                                   )
    )
    APTIM Federal Services, LLC                   )   
    ASBCA No. 62982
    )
    Under Contract No. FA9101-16-D-0006           )
    APPEARANCES FOR THE APPELLANT:                    Robert G. Barbour, Esq.
    Timothy E. Heffernan, Esq.
    Joseph Figueroa, Esq.
    Watt, Tieder, Hoffar & Fitzgerald L.L.P.
    McLean, VA
    APPEARANCES FOR THE GOVERNMENT:                   Jeffrey P. Hildebrant, Esq.
    Deputy Chief Trial Attorney
    Capt Jheremy Perkins, USAF
    Lt Col Matthew Ramage-White, USAF
    Trial Attorneys
    OPINION BY ADMINISTRATIVE JUDGE THRASHER
    APTIM Federal Services, LLC (APTIM or appellant) appeals from a denial of its
    claim for operational costs incurred for a construction contract during a roughly two-
    month period of time that the commander of Arnold Air Force Base, TN, closed the base
    in order to mitigate the spread of SARS-Cov-2 (COVID-19). Appellant elected to
    proceed under Rule 12.3, Accelerated Procedure, and both parties agreed to waive a
    hearing and submit their cases on the written record pursuant to Board Rule 11. Only
    entitlement is before us. The Air Force (AF or government) invokes the sovereign act
    affirmative defense, and argues that since appellant did not dispute this defense in its
    initial brief after being made aware of it, it has waived any opposition. While we are not
    convinced that appellant has waived its opposition, we find the base closure to be a
    sovereign act and deny the appeal.
    FINDINGS OF FACT
    1. The government awarded Contract No. FA9101-16-D-0006 to CB&I Federal
    Services LLC, a predecessor in interest to APTIM Federal Services, LLC, located in
    Alexandria, VA (R4, tab 1 at 2, tab 5 at 1). This contract was for design-build
    construction work at Arnold Engineering Development Complex at Arnold Air Force
    Base (AFB), TN, and contained Federal Acquisition Regulation (FAR) 52.242-14,
    SUSPENSION OF WORK (APR 1984), FAR 52.233-01, DISPUTES (MAY 2014) and
    FAR 52.243-04, CHANGES (JUN 2007) (R4, tab 1 at 3, 14, 35).
    2. On July 15, 2019, the AF issued Task Order 96 for design-build work “for
    mounting the future AEDC High Pressure Air Bottle Farm” with a period of performance
    of “180-Calendar Days from issuance of Notice to Proceed” (R4, tab 7 at 1-2). This
    period of performance was extended through two bilateral modifications to June 25, 2020
    (R4, tabs 9-10).
    3. Due to the COVID-19 global pandemic, the base’s Commander issued a
    memorandum on April 3, 2020, closing Arnold AFB to all non-operationally urgent
    personnel until further notice, effective April 6, 2020 (R4, tab 11 at 2). Appellant was not
    deemed operationally urgent, and thus was unable to access the base during this period
    (R4, tab 16). This restriction lasted until the Commander issued a second memorandum
    on June 3, 2020, which rescinded the previous memorandum as of June 15, 2020, while
    establishing other mitigation measures that allowed APTIM to enter the base and resume
    its work (R4, tab 22).
    4. APTIM submitted a certified claim on June 23, 2020, for $99,076 for
    administrative costs it incurred during the roughly two months during which it was not able
    to access the job site, as well as a day-for-day extension, totaling 59 days (R4, tab 23). The
    government responded the following day, requesting more documentation justifying the
    cost, and stated “please be aware that the Sovereign Acts Doctrine establishes that actions
    taken by the United States in its sovereign capacity shield it from contractual liability for
    those acts” and that it “intends to invoke the Sovereign Acts defense with regard to any
    expenses related to actions taken in response to the COVID-19 pandemic” (R4, tab 24).
    However, the AF expressed willingness to extend the period of performance, which it
    ultimately did, to November 30, 2020 (id., R4, tab 28 at 3).
    5. Appellant provided supplemental information to substantiate its claim on
    May 5, 2021, reducing the amount requested to $96,033.87 (R4, tab 29). The
    government then issued a contracting officer’s final decision, denying the monetary
    portion of the claim on June 24, 2021, recognizing that this was a firm-fixed price
    contract which “places upon the contractor maximum risk and full responsibility for all
    costs and resulting profit or loss” (R4, tab 31 at 2) (emphasis omitted).
    6. APTIM timely appealed the decision to the Board on July 16, 2021. APTIM’s
    complaint largely reiterated the points it had made in its claim. In its answer, the AF
    asserted in its affirmative defenses section that any damages “were incurred as a result of
    [appellant’s] adherence to mandates issued as sovereign acts implemented to protect the
    health and safety of the general public in the wake of the COVID-19 pandemic.
    Respondent’s directions to its contractors were incidental to that public and sovereign
    act” (answer at 8).
    2
    DECISION
    The Parties’ Contentions
    The government’s initial brief focuses primarily on the sovereign acts affirmative
    defense, stating that the “restriction on access to Arnold AFB was a sovereign act” (gov’t
    br. at 8). It looks to the two-part test from United States v. Winstar Corp., 
    518 U.S. 839
    ,
    904 (1996), specifically that 1) the act be genuinely public and general, with only
    incidental impact to the contract, and 2) that this act rendered governmental performance
    impossible. The government argues that the April 3, 2020 base closure was done “in a
    manner which was public, general, and free from any self-interest as a party to Appellant’s
    contract.” (Id. at 9). As for the second prong, it argues that the impossibility “test applies
    when the Government, as a party to the contract, asserts that it was impossible to comply
    with its obligations under the contract due to the act or statute at issue” and thus does not
    apply in this circumstance (id. at 14). Appellant counter argues that the impossibility of
    performance prong is required for all invocations of the sovereign acts affirmative defense.
    Having failed to prove both prongs, and confident that it could not anyway, appellant
    argues the government must lose (app. reply br. at 3-8). It further points to the later rise in
    cases of the virus after the base was reopened, during which time other mitigation measures
    were in place, arguing that the government could have had the base open if it chose, thus
    governmental provision of base access was not impossible (id. at 10-16).
    Appellant’s initial brief focuses on proving the elements for recovery under the
    Suspension of Work clause, arguing that the base closure effectively suspended the work
    for an unreasonable amount of time (app. br. at 4-6). The government’s reply brief
    recognizes that appellant’s brief did not contest the sovereign acts affirmative defense
    raised in the AF’s first response to the claim and in the AF’s answer, disallowing the AF
    the opportunity to rebut any counter arguments appellant may raise. For this reason, the
    AF argues this is “an abandonment of any legitimate opposition to the Government’s
    defense.” (Gov’t reply br. at 3) In the alternative, the AF argues it should be provided
    the opportunity to file a sur-reply (id. at 4).
    Discussion – Waiver and the Sovereign Acts Doctrine
    The government misapplies the law surrounding waiver of arguments. It is true
    that advancing an argument for the first time in reply briefs effectively waives it.
    Novosteel SA v. United States, 
    284 F.3d 1261
    , 1274 (Fed. Cir. 2002) (“reply briefs reply
    to arguments made in the response brief—they do not provide the moving party with a
    new opportunity to present yet another issue for the court's consideration”); Brooks
    Range Contract Servs., Inc. v. United States, 
    101 Fed. Cl. 699
    , 708 (2011) (“[A] party
    waives issues not raised in its opening brief”). However, the government is trying to
    apply this principle to appellant’s opposition to its argument, rather than a wholly new
    argument appellant may want to advance. The government points us to no case law
    3
    mandating that opposition to arguments in earlier filings come in the initial brief. On the
    contrary, the reply brief is the place for one party’s opposition to the other party’s
    arguments, and we are unaware of anything which requires appellant’s opposition to the
    government’s affirmative defense to be raised prior to that time. The situation at hand
    merely puts the government on equal footing with appellant regarding oppositional
    arguments. This is also the reason for our denying the AF’s request for a sur-reply. Thus
    we deny the government’s theory of waiver, and turn to the validity of its sovereign acts
    affirmative defense.
    The sovereign acts doctrine “is an affirmative defense that is an inherent part of
    every government contract.” Conner Bros. Constr. Co., Inc. v. Geren, 
    550 F.3d 1368
    ,
    1371 (Fed. Cir. 2008). “[T]he object of the sovereign acts defense is to place the
    Government as contractor on par with a private contractor in the same circumstances.”
    United States v. Winstar Corp., 
    518 U.S. 839
    , 904 (1996). Therefore, “[w]hatever acts
    the government may do, be they legislative or executive, so long as they be public and
    general, cannot be deemed specially to alter, modify, obstruct or violate the particular
    contracts into which it enters with private persons.” Horowitz v. United States, 
    267 U.S. 458
    , 461 (1925) (quoting Jones v. United States, 
    1 Ct. Cl. 383
    , 384 (1865)). When
    pleading a sovereign acts defense, the Government bears the burden of proving that (1)
    the governmental action was public and general; and (2) the act must render performance
    of the contract impossible. American General Trading & Contracting, WLL, 
    12-1 BCA ¶ 34,905
     at 171,637; see also Conner Bros., 550 F.3d at 1379.
    Appellant spends much of its reply brief discussing the government’s failure to
    prove the second prong of the sovereign act doctrine, namely that its performance was
    impossible due to the act in question, and relies heavily on Klamath Irr. Dist. v. United
    States, 
    635 F.3d 505
     (Fed. Cir. 2011) for the proposition that the government must
    actively prove impossibility alongside whether the government as sovereign had issued
    “a genuine public and general act that only incidentally fell upon the contracts at issue.”
    
    Id. at 521
    . Essentially, since the AF declined to prove both prongs of the test, appellant
    argues it must automatically lose access to this affirmative defense.
    This is too technical a reading, and confuses the government’s argument in
    Klamath with the lower court’s opinion. In Klamath, the Federal Circuit remanded the
    lower court’s opinion for the government to prove impossibility because it had not yet
    done so. 
    Id. at 522
    . If, as appellant argues, failure to prove this prong of the sovereign
    acts defense were conclusive, regardless of the facts at issue, the opinion would have
    been reversed instead. While it is true that the government must prove impossibility of
    performance, and the government did have the contractual obligation to provide site
    access, or at least to not interfere with APTIM’s work, we are able to see that the
    “impracticability of the performance [was] plain: the government cannot allow
    [appellant] to proceed [with its contractual work] . . . without violating the law,” as in
    Century Expl. New Orleans, LLC v. United States, 
    110 Fed. Cl. 148
    , 181 (2013).
    4
    In discussing the AF’s ability to prove impossibility of performance, appellant
    repeatedly conflates the government as sovereign and the government as contracting party,
    the separation of which is the central concept of the sovereign acts defense. “The two
    characters which the government possesses as a contractor and as a sovereign cannot be
    thus fused; nor can the United States while sued in the one character be made liable in
    damages for their acts done in the other.” Jones v. United States, 1. Ct. Cl. 383, 384
    (1865). Further, the “government is not, like an individual, cognizant of its own
    transactions. Those transactions are numberless, dependent on unnumbered officers, and
    scattered not only through every portion of its wide territory, but through every quarter of
    the world.” 
    Id. at 388
    . “The sovereign acts doctrine thus balances the Government’s need
    for freedom to legislate with its obligation to honor its contracts by asking whether the
    sovereign act is properly attributable to the Government as contractor.” Winstar, 
    518 U.S. at 896
    . In this instance, the Arnold Air Force Base commander is the one acting in a
    sovereign capacity, using his executive authority to close the base to all non-essential
    personnel to mitigate an outbreak of a global pandemic. * Such closure was neither
    “directed to relieving the government of its contractual obligations” nor did it “appl[y]
    exclusively to the contractor,” two important factors in Connor Bros., 550 F.3d at 1374-75.
    As was also held in that case, we hold that in this appeal, “any effect [of the sovereign act]
    on [the contractor] was incidental to a broader governmental objective relating to national
    security.” Id. at 1375.
    As for impossibility, “[w]here, after a contract is made, a party’s performance is
    made impracticable without his fault by the occurrence of an event the non-occurrence of
    which was a basic assumption on which the contract was made, his duty to render that
    performance is discharged, unless the language or the circumstances indicate the
    contrary.” Winstar, 
    518 U.S. at 904
     (quoting RESTATEMENT (SECOND) OF CONTRACTS
    § 261 (1981)). This requirement has been reformulated into the following elements by
    the Federal Circuit as follows: “(i) a supervening event made performance impracticable;
    (ii) the non-occurrence of the event was a basic assumption upon which the contract was
    based; (iii) the occurrence of the event was not [the invoking party’s] fault; and (iv) [the
    invoking party] did not assume the risk of occurrence.” Seaboard Lumber Co. v. United
    States, 
    308 F.3d 1283
    , 1294 (Fed. Cir. 2002). The facts presented by the government
    satisfy all four of these elements. The April memorandum provides the supervening
    event, disallowing base access, the free availability of which was a basic assumption
    underlying the contract for construction work on the base by a contractor who was not
    permanently located on the base (findings 1, 3). Issuance of this memorandum, despite
    appellant’s best attempts to argue otherwise, remains the fault of the government as
    sovereign (finding 3), and not the government as contracting party. Finally, this was a
    *
    Appellant’s data about daily cases in the region over subsequent months substitutes its
    retroactive knowledge for the situational judgment of the sovereign, which is, at a
    minimum, an inquiry we decline to undertake. (App. reply br. at 8-16).
    5
    firm-fixed price contract (findings 1, 5), under which FAR 16.202-1 “places upon the
    contractor maximum risk and full responsibility for all costs and resulting profit or loss,”
    thus appellant assumed the risk of such changes. Lakeshore Eng’g Servs. v. United
    States, 
    748 F.3d 1341
    , 1347 (Fed. Cir. 2014). We have been directed to no provision
    stating otherwise.
    We find Connor Bros. to be close to the facts at issue, and confirmatory of the
    result. In that case, Connor Bros. sought compensation for being barred from a military
    base for 41 days following the September 11, 2001 terrorist attacks. This included a
    period during which the exclusionary order was modified to keep Connor Bros., the only
    affected contractor, from their work site after other contractors had returned, in order to
    facilitate “sensitive deployment activities” at that site. Like appellant here, Connor Bros.
    was granted a no-cost delay to finish the project, but appealed a denial of its claim for
    costs related to the delay under the Changes and Suspension of Work clauses. Connor
    Bros., 550 F.3d at 1370-71. The Federal Circuit found that the actions were not
    specifically directed at nullifying Connor Bros.’ contract rights but rather at larger
    national security interests, and the original order restricting access was broadly and
    publicly applicable. Id. at 1375. Singling that company out via the subsequent order,
    which targeted specifically it, made no difference to the result, as the purpose was still for
    the same original national security reasons. Here, appellant was excluded from Arnold
    Air Force Base equally along with many other contractors by act of the base commander,
    in pursuit of a larger public health danger, which itself threatened a national security
    impact (finding 3). This exclusion made performance of each party’s contractual
    obligations impossible during the time period at issue. Both prongs of the sovereign act
    defense being present, we conclude that this defense removed the AF’s liability for the
    work stoppage which APTIM suffered.
    CONCLUSION
    For the reasons stated above, the appeal is denied.
    Dated: April 28, 2022
    JOHN J. THRASHER
    Administrative Judge
    Chairman
    Armed Services Board
    of Contract Appeals
    (Signatures continued)
    6
    I concur
    OWEN C. WILSON
    Administrative Judge
    Vice Chairman
    Armed Services Board
    of Contract Appeals
    I certify that the foregoing is a true copy of the Opinion and Decision of the
    Armed Services Board of Contract Appeals in 
    ASBCA No. 62982
    , Appeal of APTIM
    Federal Services, LLC, rendered in conformance with the Board’s Charter.
    Dated: April 28, 2022
    PAULLA K. GATES-LEWIS
    Recorder, Armed Services
    Board of Contract Appeals
    7