Justia U.S. Federal Circuit Court of Appeals Opinion Summaries
Articles Posted in Government Contracts
STRATEGIC TECHNOLOGY INSTITUTE, INC. v. SECRETARY OF DEFENSE
In April 2008, the Department of the Navy awarded a contract to Strategic Technology Institute, Inc. (STI) to provide various aircraft engineering and support services. The contract incorporated Federal Acquisition Regulation (FAR) 52.216-7, Allowable Cost and Payment, and FAR 52.242-4, Certification of Final Indirect Costs. STI was required to submit its cost rate proposals for fiscal years 2008 and 2009 by certain deadlines. STI did not submit these proposals until 2014, upon request by the government. After receiving these proposals, the government conducted audits and found that STI's proposals included approximately $1 million in unallowable costs. The government issued a final decision, demanding payment of unallowable costs, penalties, and interests.STI appealed to the Armed Services Board of Contract Appeals, arguing that the government's claim was barred under the six-year statute of limitations under the Contract Disputes Act. The Board rejected STI’s argument and held that the statute of limitations on any government claim for disallowed costs does not begin until the contractor submits the incurred cost proposal and provides sufficient audit records.STI then appealed to the United States Court of Appeals for the Federal Circuit. The court held that the event that started the clock for the statute of limitations is the submission of STI’s cost rate proposals in September 2014, not STI’s failure to timely submit the proposals. The court held that STI's liability for receiving overpayment was not fixed until STI submitted unallowable costs in the cost proposal. Therefore, the government’s claim could not have accrued until STI submitted its cost rate proposals. The court affirmed the decision of the Board. View "STRATEGIC TECHNOLOGY INSTITUTE, INC. v. SECRETARY OF DEFENSE " on Justia Law
NOVA GROUP/TUTOR-SALIBA v. US
In this case, Nova Group/Tutor-Saliba (“NTS”) was awarded a construction contract by the United States Department of the Navy to build a new aircraft carrier maintenance pier at a naval base. The contract required NTS to demolish an old pier, design and build a replacement pier, and construct a new structure known as the Mole Quaywall, which would be designed by the government. During construction, NTS encountered unexpected subsurface soil conditions that complicated and increased the cost of the project. NTS sought additional compensation from the government alleging differing site conditions.The United States Court of Appeals for the Federal Circuit affirmed the decision of the United States Court of Federal Claims which had denied NTS's claim for additional compensation. The Court of Federal Claims found that NTS had not established a Type I differing site condition because the contract documents disclosed that NTS would encounter unpredictable subsurface conditions and possible obstructions. It also found that NTS had failed to prove a Type II differing site condition, as it had not demonstrated that any of the potential causes for hard driving were unknown or unusual in the region or materially different from comparable work. The Court of Appeals agreed with these findings and also ruled that the parol evidence rule had not been violated as NTS claimed. The Court of Appeals found that the parol evidence rule does not prevent a party from presenting evidence that a recital of fact in an integrated agreement may be untrue, and the challenged evidence was not introduced to modify any term of the contract. Therefore, the appeal by NTS was denied and the decision of the Court of Federal Claims was affirmed. View "NOVA GROUP/TUTOR-SALIBA v. US " on Justia Law
ECC International Constructors, LLC v. Secretary of the Army
In 2010, the Army Corps of Engineers awarded ECCI a contract to design and build a military compound in Afghanistan. In 2014, ECCI sought compensation for construction delays allegedly attributable to the government. After six years of unsuccessful settlement discussions, followed by a nine-day hearing before the Armed Services Board of Contract Appeals, the government—three months after the hearing—successfully moved to dismiss ECCI’s claim for lack of subject-matter jurisdiction for failure to state a “sum certain.”The Federal Circuit reversed. The requirement, established by the Federal Acquisition Regulation, that claims submitted under the Contract Disputes Act (CDA), 41 U.S.C. 7101–7109, state a “sum certain”—i.e., specify the precise dollar amount sought as relief—is not jurisdictional and is subject to forfeiture. The court noted the Supreme Court’s direction to “police this jurisdictional line.” Congress did not clearly state that a claim submitted under the CDA must include a sum certain: the sum-certain requirement is not even in the CDA itself. A claim that does not state a sum certain has not sufficiently pleaded the elements of a claim under the CDA and may be denied by the contracting officer and dismissed on appeal for failure to state a claim. If a party challenges a deficient sum certain after litigation has far progressed, however, that defense may be deemed forfeited. View "ECC International Constructors, LLC v. Secretary of the Army" on Justia Law
Posted in:
Civil Procedure, Government Contracts
Department of Transportation v. Eagle Peak Rock & Paving, Inc.
The Department of Transportation’s Federal Highway Administration (FHWA) contracted with Eagle for construction work in Yellowstone National Park, to be completed by October 2018. The contract required Eagle to submit a schedule detailing how it would complete the project on time. By late January 2017, FHWA had rejected Eagle’s eight formal schedule submissions as not complying with the contract. In February 2017, the contracting officer terminated the contract for default, concluding that Eagle was insufficiently likely to complete the project on time.Eagle challenged the termination for default under the Contract Disputes Act of 1978 (CDA), 41 U.S.C. 7101–7109, before the Civilian Board of Contract Appeals, which ruled that the termination for default was improper. The Board converted the termination to one for the convenience of the government, relying heavily, though not exclusively, on its view of deficiencies in the contracting officer’s reasoning, rather than on de novo findings about whether the record developed before the Board showed that standard for termination for default was met. The Federal Circuit vacated and remanded for the Board to adjudicate the case de novo. The Board’s evaluation of the contracting officer’s reasoning exceeded the limited scope of the threshold inquiry. The Board also failed to separate that threshold analysis from its de novo evaluation of the evidence. View "Department of Transportation v. Eagle Peak Rock & Paving, Inc." on Justia Law
M.R. Pittman Group, LLC v. United States
The Army Corps of Engineers (USACE) solicited a contract for the repair of pumps in Louisiana. The webpage linking to the solicitation noted, “[t]his is a 100% Small Business Set Aside procurement" and cited NAICS Code: 811310--the official standard used to determine whether a business is a “small business concern.” The solicitation itself did not refer to Code 811310 but incorporated by reference Federal Acquisition Regulation 52.219-6, “Notice Of Total Small Business Set-Aside.” Pittman submitted the lowest bid. USACE requested that Pittman update its NAICS code status. Pittman did not qualify as a small business under Code 811310 and was ineligible for the award.Pittman filed a bid protest, arguing that the omission of Code 811310 meant that the solicitation could not be treated as a set-aside for small business concerns. The Government Accountability Office dismissed the protest. At a hearing, the parties discussed the "Blue & Gold" rule: A party who has the opportunity to object to the terms of a government solicitation containing a patent error and fails to do so before the close of the bidding process waives its ability to raise the same objection subsequently in a bid protest action. The court dismissed for lack of subject matter jurisdiction under Blue & Gold. The Federal Circuit affirmed. While waiver under Blue & Gold does not deprive the Claims Court of subject matter jurisdiction, the error was harmless because Pittman waived its objection. View "M.R. Pittman Group, LLC v. United States" on Justia Law
Posted in:
Government Contracts
CACI, Inc.-Federal v. United States
The Army issued a solicitation for a Next Generation Load Device Medium to encrypt and decrypt sensitive information on the battlefield, stating that in order to be eligible for the award Offerors must receive a minimum of acceptable rating in each Technical Subfactor. CACI's initial proposal received a Technical/Risk Rating of unacceptable because it failed to provide for two-factor authentication for all modes of operation as required by the solicitation. Nonetheless, CACI’s proposal was included in the competitive range. CACI was allowed to submit a final proposal. The Army assigned three deficiencies to CACI’s proposal related to its two-factor authentication proposal, making CACI ineligible for the award. The Army awarded the contract to others. CACI filed a bid protest challenging the technical deficiencies.The Claims Court dismissed CACI’s complaint for lack of standing under a new theory not raised before the contracting officer–that CACI had an organizational conflict of interest that could not be waived or mitigated, which made CACI ineligible for the award. Alternatively, the Claims Court found that, even if CACI had standing, the Army acted reasonably in its assessment of CACI’s proposal. The Federal Circuit held that the Claims Court erred in treating the statutory standing issue as jurisdictional but affirmed on the merits. View "CACI, Inc.-Federal v. United States" on Justia Law
Posted in:
Civil Procedure, Government Contracts
Lockheed Martin Aeronautics Co. v. Secretary of the Air Force
For pressing projects, the government can issue “Undefinitized Contract Actions” (UCAs) to allow contractors to begin work before the parties have reached a final agreement on contract terms, like price. The Air Force entered into two UCAs with Lockheed for upgrades to F-16 aircraft. Both UCAs include “definitization” clauses that provide that if the parties are unable to reach agreements on price by a certain time, the Contracting Officer (CO) may determine a reasonable price. After years of negotiations, the Air Force and Lockheed were unable to agree on the price terms. The CO assigned to each UCA unilaterally definitized a price of about $1 billion.The Armed Services Board of Contract Appeals (ASBCA), acting under the Contract Disputes Act (CDA), dismissed appeals for lack of jurisdiction because Lockheed failed to submit a certified contractor claim to the COs requesting a final decision on its claims as required under the CDA. The Federal Circuit affirmed, rejecting Lockheed’s argument that the COs’ unilateral definitizations qualified as government claims under the CDA, which a contractor can directly appeal to the ASBCA without having to submit its own claim to the COs. The COs’ definitizations of the contract prices were not demands or assertions by the government seeking relief against Lockheed. View "Lockheed Martin Aeronautics Co. v. Secretary of the Air Force" on Justia Law
Indiana Municipal Power Agency v. United States
Congress passed the American Recovery and Reinvestment Act ARRA) to stabilize the U.S. economy following the 2008 financial crisis, 123 Stat. 115, creating two types of government-subsidized Build America Bonds (BABs). “Direct Payment BABs,” entitled bond issuers to a tax refund from the Treasury Department equal to 35 percent of the interest paid on their BABs. Treasury pays issuers of BABs annually. The payments are funded by the permanent, indefinite appropriation for refunds of internal revenue collections. 31 U.S.C. 1324. Local power agencies (Appellants) collectively issued over four billion dollars in qualifying Direct Payment BABs before 2011. Through 2012, Treasury paid the full 35 percent.In 2011 and 2013, Congress passed legislation reviving sequestration: “[T]he cancellation of budgetary resources provided by discretionary appropriations or direct spending law,” 2 U.S.C. 900(c)(2), 901(a). Treasury stopped making payments to Appellants at 35 percent. Since 2013, Appellants have been paid reduced rates as determined by the Office of Management and Budget’s calculations; for example, 2013 payments were reduced to 8.7 percent.Appellants sued, arguing a statutory theory that the government violates ARRA section 1531 by not making the full 35 percent payments and that the government breached a contract that arises out of section 1531. The Federal Circuit affirmed the Claims Court’s dismissal of the suit. No statutory claim existed because sequestration applied to these payments. No contractual claim existed because the ARRA did not create a contract between the government and Appellants. View "Indiana Municipal Power Agency v. United States" on Justia Law
22nd Century Technologies, Inc. v. United States
Government agencies can issue Indefinite Delivery, Indefinite Quantity Multiple Award (IDIQ) contracts to multiple companies, which then compete for subsequent task orders. The Army solicited proposals for the RS3 IDIQ Contract. The solicitation was not set aside for small businesses but allowed the Army to restrict task orders to small businesses. In 2019, the Army awarded Century an RS3 IDIQ contract. In 2015, when Century submitted its proposal, it was a small business. A 2020 Task Order Request for Proposals required a contractor submitting a bid to represent whether it was a small business for purposes of the task order. Century was no longer a small business but represented that it had been a small business at the time of its original RS3 IDIQ proposal. The Army issued the task order to Century, Other companies filed size protests. The Small Business Association found that Century was “other-than-small” for purposes of the Task Order. The Office of Hearings and Appeals (OHA) affirmed. The Army terminated the award.Century filed a Tucker Act, 28 U.S.C. 1491(b)(1), bid protest. The Federal Circuit affirmed the dismissal of the suit. OHA’s size determination was made in connection with the issuance of a task order, so the Federal Acquisition Streamlining Act of 1994, 10 U.S.C. 3406(f), barred the Claims Court from exercising jurisdiction. A claim based on improper contract termination falls under the Contract Disputes Act, 41 U.S.C. 7101–09; Century failed to present its claim to the contracting officer as required by that statute. View "22nd Century Technologies, Inc. v. United States" on Justia Law
Secretary of Defense v. Raytheon Co.
Raytheon has cost-reimbursement government contracts. Raytheon’s Government Relations Department engaged in information gathering, internal discussions on lobbying strategies, attending meals with contractors and Congresspeople or staff, meeting with internal Raytheon customers, attending political fundraisers, administering Raytheon’s Political Action Committee, interfacing with the legislative branch, responding to requests from Congressional staffers, and similar activities. Raytheon instructed employees to record all compensated time spent on lobbying activities. Accounting personnel withdrew costs associated with that time from Raytheon’s incurred-cost submissions. Raytheon’s employees considered time worked outside of regular hours part of their regular work duties, yet Raytheon’s policy instructed them not to report “[t]ime spent on lobby activity after the scheduled working day.” Raytheon’s Corporate Development Department worked with Raytheon’s business units, including internal investment, research and development, intellectual property licensing, partnerships, or acquisitions. Corporate Development had rules establishing when employees begin recording their time on acquisitions and divestitures.In 2007-2008, Raytheon charged the government for roughly half of the salary costs of its Government Relations and Corporate Development Departments. The Defense Contract Audit Agency audited both departments, determined that Raytheon’s incurred-cost submissions for those departments included unallowable costs, and demanded reimbursement and penalties. The Armed Services Board of Contract Appeals ruled in favor of Raytheon. The Federal Circuit reversed. The Board erred in interpreting Raytheon’s corporate practices and policies, which are inconsistent with the Federal Acquisition Regulation and led Raytheon to charge the government for unallowable costs. View "Secretary of Defense v. Raytheon Co." on Justia Law