Justia Government Contracts Opinion Summaries
Articles Posted in Government Contracts
Call Henry, Inc. v. United States
The Federal Circuit affirmed dismissal of a claim against the U.S. government, finding that the government had no contractual obligation to reimburse plaintiff’s pension withdrawal liability costs, incurred under the Multi-Employer Pension Plan Amendment Act (MPPAA), 29 U.S.C. 1381. Plaintiff had a contract with NASA to provide services, which was subject to the McNamara-O’Hara Service Contract Act (SCA), 41 U.S.C. 6701, under which service contracts specify a “wage determination,” setting wage rates and fringe benefits. The SCA insures that service employees who were protected by a collective bargaining agreement (CBA) with one contractor are not deprived of that CBA’s wages and benefits when the contract they work on is competitively awarded to a new contractor. Otherwise, if an incumbent contractor agreed to a CBA that provided for wages and benefits greater than the prevailing rate, a challenger could underbid the incumbent for the follow-on contract by providing its employees with less. The government is willing to increase contract prices when contractors incur increased costs as a result of an increase in the wage determination. The courts concluded that this plaintiff independently chose to negotiate a CBA with the Teamsters and join the Teamsters’ pension plan and independently assumed the risk of MPPAA withdrawal liability. NASA did not require plaintiff to do so and had no contractual recourse if plaintiff failed to satisfy its MPPAA obligations, so the SCA does not allocate the risk of MPPAA liability to the government. View "Call Henry, Inc. v. United States" on Justia Law
Snyder v. Department of the Navy
The 2013 Department of Defense (DOD) budget was cut by $37 billion halfway through Fiscal Year 2013. The Secretary of Defense directed DOD managers to prepare to furlough most civilian employees for up to 11 workdays, with exceptions for employees deployed to a combat zone, those whose jobs are necessary to protect safety of life and property, Navy Shipyard employees, National Intelligence Program employees, Foreign Military Sales employees, political appointees, non-appropriated fund instrumentality employees, foreign national employees, and various employees not paid directly by DOD Military accounts. Snyder, a civilian engineer at the Naval Surface Warfare Center (Dahlgren) received a Notice of Proposed Furlough. Snyder worked on an Advanced Shipboard Weapons Control project, governed by a Cooperative Research and Development Agreement (CRADA) between Dahlgren and Lockheed. Lockheed was solely responsible for funding and paid $2.6 million in 2012 to the U.S. Treasurer. Unused funds were to be remitted to Lockheed. Lockheed and Snyder requested that Dahlgren employees supporting the CRADA be exempt from furlough. The Navy denied the request. The Federal Circuit affirmed the Merit System Protection Board in upholding Snyder’s furlough. An agency may furlough an employee for lack of work or funds or other non-disciplinary reasons, 5 U.S.C. 7511(a)(5), 7512(5) if the furlough “will promote the efficiency of the service.” The court found the furlough decision to “be a reasonable management solution to the financial restrictions placed on the agency.” View "Snyder v. Department of the Navy" on Justia Law
Balfour Beatty Infrastructure v. Mayor and City Council of Baltimore
BBII filed suit against the City for breach of contract, alleging that the City unlawfully assessed liquidated damages against the company for failure to complete a construction project on time. This case involved two public works contracts entered into by the parties, in which BBII agreed to build certain parts of a wastewater treatment system aimed at reducing pollution in the Chesapeake Bay. The court agreed with the district court that BBII is not excused from the normal requirement of administrative exhaustion under Maryland law. The court rejected BBII's remaining claims and affirmed the district court's dismissal for lack of subject matter jurisdiction. View "Balfour Beatty Infrastructure v. Mayor and City Council of Baltimore" on Justia Law
Hasircoglu v. FOPCO, Inc.
John Hasircoglu was an employee of a subcontractor to FOPCO, Inc., the general contractor on a tunnel construction project on Molokai. In response to a request by the State, FOPCO identified Donald Clark and Michael Estes, neither of whom were FOPCO employees, as “project superintendent and key personnel.” The circuit court granted summary judgment in favor of FOPCO on all claims. The intermediate court of appeals affirmed on the grounds that Estes and Clark were not agents of FOPCO, and therefore, FOPCO could not be held vicariously liable for their alleged negligence. The Supreme Court vacated in part and otherwise affirmed, holding (1) there existed a genuine issue of material fact as to whether there was an agency relationship between FOPCO and Estes and/or Clark based on actual express or implied authority; and (2) summary judgment was proper as to Plaintiffs’ remaining claims. View "Hasircoglu v. FOPCO, Inc." on Justia Law
Diaz v. United States
Diaz submitted an unsolicited proposal to the U.S. Department of the Navy’s Indian Head Explosive Ordnance Disposal Technology Division (IHEODTD) pursuant to Federal Acquisition Regulation (FAR) Subpart 15.6. An IHEODTD contracting officer conducted an initial review of Diaz’s proposal and determined that it did not satisfy two requirements of FAR 15.606-1: that it be innovative and unique and include sufficient detail to permit a determination that government support could be worthwhile and the proposed work could benefit the agency’s research and development or other mission responsibilities. The Court of Federal Claims dismissed Diaz’s complaint for lack of subject matter because he lacked standing under 28 U.S.C. 1491(b)(1). The Federal Circuit affirmed. Diaz did not possess the requisite direct economic interest to satisfy his “burden of establishing the elements of standing.” Diaz cannot demonstrate that he “had a substantial chance of winning the contract” because, at the very least, his proposal did not conform to the requirements of FAR Subpart 15.6, which governs unsolicited proposals. View "Diaz v. United States" on Justia Law
Becker v. Office of Personnel Management
During Mayberry’s tenure as a civilian employee with the FBI, he elected Becker to receive survivor benefits under the Federal Employees Retirement System upon his death. They were married for less than nine months and had no children together when Mayberry died. Becker applied for survivor benefits with the Office of Personnel Management, which denied her application, citing 5 U.S.C. 8441(1), which identifies a widow as a “surviving wife” who: “was married to [the covered decedent] for at least [nine] months immediately before his death” or “is the mother of issue by that marriage.” An administrative judge for the Merit Systems Protection denied her request to seek information regarding whether OPM had ever waived the nine-month requirement for prior applicants, and whether OPM had ever sufficiently explained the nine-month requirement to Mayberry. The denial became the final decision of the Board. The Federal Circuit affirmed, rejecting arguments that 5 U.S.C. 8441(1) is unconstitutional and that the Board improperly denied her discovery requests. The court applied the rational basis test and cited Supreme Court precedent. View "Becker v. Office of Personnel Management" on Justia Law
Alpha Painting & Construction Co., Inc. v. Delaware River Port Authority
In bidding to strip and repaint the Commodore Barry Bridge, the Delaware River Port Authority (DRPA) rejected the lowest bidder, Alpha, as not a “responsible” contractor under its guidelines because Alpha failed to remit accident experience forms (OSHA 300) and insurance data (Experience Modification Factors) in its bid package. DRPA also declared that Corcon was actually the lowest bidder because of a “miscalculation” that DRPA perceived in Corcon’s bid. DRPA awarded the contract to Corcon. After its bid protest was denied, Alpha filed suit, seeking an injunction. The district court held a trial, concluded that DRPA acted arbitrarily and capriciously, and directed DRPA to award the contract to Alpha. The Third Circuit agreed that DRPA acted arbitrarily and capriciously, but concluded that the court abused its discretion by directing that the contract be awarded to Alpha. DRPA did not establish a rational basis under its policies for labeling Alpha “not responsible” and ”the decision to modify Corcon’s bid appeared out of thin air.” DRPA’s Board of Commissioners gave virtually no attention to Alpha’s protest. Alpha should be restored to competition; DRPA should evaluate Alpha’s bid and affirmatively determine, per its guidelines, whether Alpha, the lowest bidder, is a “responsible” contractor. View "Alpha Painting & Construction Co., Inc. v. Delaware River Port Authority" on Justia Law
Agility Public Warehousing Co. KSCP v. Mattis
The Defense Supply Center Philadelphia (DSCP), a sub-agency of the Defense Logistics Agency, issued a solicitation for an Indefinite-Delivery/Indefinite-Quantity commercial item contract to provide food and non-food products to customers, including the military, in three overseas zones. In May 2003, DSCP awarded a contract to Agility to supply “Full Line Food and Non-Food Distribution” to authorized personnel in Kuwait and Qatar. After many modifications, in December 2005, Agility submitted a Request for Equitable Adjustment for $13.1 million related to trucks being held in Iraq by the government for longer than 29 days. In April 2007, the government’s contracting officer denied Agility’s claim. The Armed Services Board of Contract Appeals denied Agility’s appeal in August 2015, finding that Agility had accepted all risks associated with delays beyond 29 days. The Board stated that it “need not decide whether the government constructively changed contract performance or whether it breached its implied duty of cooperation” because “whether the government breached the contract comes down to contract interpretation.” The Federal Circuit affirmed-in-part, agreeing that the government did not breach the express terms of the contract or a later agreement to consider exceptions, but finding that the Board erred when it concluded that it “need not decide” Agility’s implied duty and constructive change claims. View "Agility Public Warehousing Co. KSCP v. Mattis" on Justia Law
Hartog v. City of Waterloo
The City of Waterloo entered into a contract to sell certain property to a development company and also entered into a development agreement with the development company. Taxpaying residents of the City filed a petition for writ of mandamus and temporary injunction requesting postponement of the sale on the ground that the transaction failed to comply with certain appraisal, notice, right-of-first refusal, and public bid requirements set forth in chapter 306 of the Iowa Code. Ultimately, the district court entered an order enjoining the City from selling or transferring the property without first following the procedures prescribed in Iowa Code 306.23. Thereafter, the City gave the notices of the intended sale under the preference statute. The Taxpayers sought to find the City in contempt for court for noncompliance with the statutory requirements of the notices. The district court concluded that the City’s notices of sale failed to comply with the statutory sales preference but found that the deficiencies did not amount to contempt. The Supreme Court affirmed, holding that the City violated the injunction but that the City did not act with the requisite willfulness to establish contempt. View "Hartog v. City of Waterloo" on Justia Law
Posted in:
Government Contracts, Iowa Supreme Court
Kuwait Pearls Catering Co. WLL v. Kellogg Brown & Root Services, Inc.
KPCC filed suit against KBR, a general contractor supporting the Government's military operations in Iraq, alleging claims for breach of contract, fraud, and promissory estoppel. At issue was a 2010 contract for, inter alia, KBR's leasing, with an option to purchase, a dining facility constructed by KPCC in Iraq. The district court dismissed the complaint, concluding that the political-question doctrine rendered nonjusticiable the contract dispute at issue. Applying de novo review, under the discriminating inquiry required by Baker v. Carr, the court concluded that the claims presented required resolution of contractual disputes for which there existed judicially manageable standards. Therefore, there was no justiciable political question. The court disposed of KBR's remaining claims regarding the act-of-state doctrine and regarding a contractor's defense from its strict execution of a constitutionally authorized government order. Accordingly, the court vacated the district court's judgment and remanded. View "Kuwait Pearls Catering Co. WLL v. Kellogg Brown & Root Services, Inc." on Justia Law