Justia Contracts Opinion Summaries

Articles Posted in Government Contracts
by
General Dynamics entered into fixed-price contracts, fixed-price incentive contracts, cost-plus-fixed fee contracts, cost-plus-award-fee contracts, and time-and-materials contracts with the Department of Defense. Many require compliance with Cost Accounting Standards (CAS), which provide uniformity in how contractors measure, assign, and allocate costs to government contracts, including guidance for determining and measuring the components of pension cost, CAS 412-20(a). The Defense Contract Management Agency notified General Dynamics in 2006 that its use of a blended rate using partial-year valuations did not comply with CAS 412. The Contracting Officer issued notice of noncompliance in 2007. General Dynamics then submitted a compliant retirement plan, but, in 2008, again submitted a plan using the blended rate for the base year. The CO issued a second determination of noncompliance. The Armed Services Board of Contract Appeals denied General Dynamics’ appeal, determining that use of partial-year asset data reflected short-term fluctuations that could and did introduce distortion prohibited by CAS 412-50(b)(4) and that substitution of a midyear value and a blended rate in place of the 8 percent long-term estimate rate constituted “actuarial assumptions” because they were “estimate[s] of future conditions affecting pension cost” and were encompassed by the prohibitions of CAS 412-50(b)(4). The Federal Circuit affirmed. View "Gen. Dynamics Corp. v. Panetta" on Justia Law

by
In 2005, Curtis McGhee and another individual brought claims against the City alleging violations of civil rights sounding in malicious prosecution. The City sought coverage under insurance policies issued by CIC and Columbia. On appeal, the City and McGhee challenged the district court's order granting summary judgment to CIC and Columbia, on CIC's and Columbia's declaratory judgment claims concerning coverage under the various insurance policies. The court concluded that the district court correctly refused to consider and correctly denied additional discovery of extrinsic evidence. The court also concluded that the alleged malicious prosecution and resulting personal injuries occurred when the underlying charges were filed against McGhee in 1977. Therefore, the court affirmed the district court's judgment that the following policies did not afford coverage to the City for the malicious prosecution claims: the two excess liability policies issued by CIC; four of the special excess liability policies issued by Columbia; and the commercial umbrella liability policy issued by Columbia. As to the 1977-78 special excess liability policy issued by Columbia, the court reversed the district court's judgment regarding the applicability of the reasonable expectations doctrine. The court remanded for further proceedings. View "Chicago Ins. Co., et al v. City of Council Bluffs, et al" on Justia Law

by
In 1983, the Nuclear Waste Policy Act established a plan for spent nuclear fuel (SNF) generated by nuclear power plants, 42 U.S.C. 10101–10270. The Act made utilities responsible for SNF storage until the U.S. Department of Energy (DOE) accepts the material. The Secretary of Energy entered into contracts with nuclear utilities to accept SNF in return for payment of fees. The Act provided that the Nuclear Regulatory Commission “shall not issue or renew a license” to any nuclear utility unless the utility has entered into a contract with DOE or DOE certifies ongoing negotiations. Nuclear utilities, including the owner of the Entergy nuclear power stations, entered into contracts and began making payments, which have continued. By 1994, DOE knew it would be unable to accept SNF by the Act’s January 31, 1998 deadline. In 1995, DOE issued a “Final Interpretation” that took the position that it did not have an unconditional obligation to begin performance on that date. Entergy sued, asserting that DOE’s partial breach caused it to incur additional costs for SNF storage. The claims court struck an unavoidable delay defense, based on a prior decision rejecting DOE’s argument that its failure was “unavoidable” under the contract. The Federal Circuit affirmed. View "Entergy Nuclear Fitzpatrick, LLC v. United States" on Justia Law

by
In 2008, the legislature enacted legislation to establish the Idaho Education Network (IEN), which was to be a high-bandwidth telecommunications distribution system for distance learning in every public school in the state. Syringa Networks, LLC (Syringa), an Idaho telecommunications company, entered into a “teaming agreement” with ENA Services, LLC (ENA). Pursuant to their agreement, ENA submitted a proposal in response to a request-for-proposals (RFP) with the Department of Administration, although the cover letter stated that both ENA and Syringa were responding jointly to the proposal. Qwest Communications Company, LLC, and Verizon Business Network Services, Inc., also submitted responsive proposals. The proposals were then scored based upon specific criteria; the ENA and Qwest proposals received the highest scores. The Department issued a letter of intent to award contracts to Qwest and ENA. One month later, it issued amendments to the two purchase orders to alter the scope of work that each would perform. Qwest became "the general contractor for all IEN technical network services" (providing the “backbone”) and ENA became "the Service Provider." The effect of these amendments was to make Qwest the exclusive provider of the backbone, which was what Syringa intended to provide as a subcontractor of ENA. Syringa filed this lawsuit against the Department, its director, the chief technology officer, ENA and Qwest. The district court ultimately dismissed Syringa’s lawsuit against all of the Defendants on their respective motions for summary judgment. Syringa then appealed the grants of summary judgment, and the State Defendants cross-appealed the refusal to award them attorney fees. Upon review, the Supreme Court affirmed the judgment dismissing all counts of the complaint except count three seeking to set aside the State's contract with Qwest on the ground that it was awarded in violation of the applicable statutes. Furthermore, the Court reversed Qwest’s award of attorney fees against Syringa. We remand to the trial court the determination of whether any of the State Defendants were entitled to an award of attorney fees against Syringa for proceedings in the district court. The Court awarded costs and attorney fees on appeal to ENA. Because the State Defendants and Syringa both prevailed only in part on appeal, the Court did not award them either costs or attorney fees on appeal. View "Syringa Networks v. Idaho Dept of Admin" on Justia Law

by
Sharp, a federal supply contractor, submitted a termination compensation claim to the Department of the Army contracting officer, and later brought a Contracts Dispute Act claim before the Armed Services Board of Contract Appeals, claiming that, because the Army failed to exercise the entirety of the last option year under a delivery order, Sharp was entitled to premature discontinuance fees under its General Services Administration schedule contract. The ASBCA dismissed for lack of subject-matter jurisdiction, concluding that the Federal Acquisition Regulation, does not permit ordering agency contracting officers to decide disputes pertaining to schedule contracts. The Federal Circuit affirmed. Under FAR 8.406-6, only the GSA contracting office may resolve disputes that, in whole or in part, involve interpretation of disputed schedule contract provisions. View "Sharp Elec. Corp. v. McHugh" on Justia Law

by
In 2001, U.S. Immigrations and Customs Enforcement awarded Northrop a contract for lease and support of Oakley network monitoring software for one base year and three option years at about $900,000 per year. To obtain Oakley’s software, Northrop was required to pay $2,899,710, so Northrup assigned its payment rights to ESCgov for $3,296,093. ESCgov assigned its rights to Citizens, but the government was not notified. In 2005, ICE decided not to exercise the first option. Northrop sent the contracting officer a “Contract Disputes Act Claim for not Exercising Option,” citing the Contract Disputes Act, 41 U.S.C. 601. The letter did not mention the two assignments. The CO denied Northrop’s claim. The Court of Federal Claims dismissed, holding that Northrop had not supplied the CO “adequate notice” because it failed to reference potential application of the Anti-Assignment Act and Severin doctrine. While the matter was pending, Northrop filed a second claim, including documents on the financing arrangements. The CO determined that Northrop’s second claim was the same claim and declined to issue a final decision. The Claims Court again held that it lacked jurisdiction. The Federal Circuit consolidated the cases and reversed, finding that the first letter constituted a valid claim. View "Northrop Grumman Computing Sys., Inc. v. United States" on Justia Law

by
The Department of Defense issued a solicitation seeking offers for a multiple award, indefinite delivery/indefinite quantity contract for information technology services. The agency described the services as “Net-Centric Integrated Enterprise Information Technology Services,” including help desk, server, network, and applications support services. The solicitation instructed bidders to submit separate bids for the Basic Contract, Task Order 1, and Task Order 2. Every bidder, including Comint, submitted separate bids. The Department then limited the initial award to the Basic Contract and amended the solicitation. Comint acknowledged the amendment. The Source Selection Evaluation Board evaluated each proposal according to factors in the solicitation, the most important of which was “Quality/Capability.” The Board rated Comint’s proposal as “marginal,” concluding that Comint had a “moderate to high associated risk of unsuccessful performance.” The district court rejected Comint’s challenge of the award to another bidder; Comint lacked standing to challenge the solicitation or award because the agency had not erred in rejecting Comint’s bid on technical grounds. The Federal Circuit affirmed, holding that Comint failed to preserve its right to challenge the solicitation by failing to raise objections before award and that Comint has not demonstrated standing to protest the agency’s failure to award it a contract. View "Comint Sys. Corp. v. United States" on Justia Law

by
The Phenix City Board of Education ("the Board") sought mandamus relief from the Russell Circuit Court's denial of the Board's motion to dismiss or, in the alternative, for a summary judgment on claims brought against it by The Lisle Company, Inc. ("Lisle"). Because the Board is immune from suit pursuant to § 14, Ala. Const. 1901, the Supreme Court granted the Board's petition and issued the writ. View "Lisle Company, Inc. v. Phenix City Board of Education" on Justia Law

by
In 1993, Bowers and the FAA entered into a lease for office and warehouse space. The FAA agreed to monthly payments, $19,509, beginning in January 1994, payable each month “in arrears.” The parties modified the lease eight times until termination on September 30, 2006. In 2008, Bowers filed a claim of $82,203.72 with the contracting officer (41 U.S.C. 7103(a)(1)), for the final month’s rent and property damage. Bowers claimed that because the contract provided for payment “in arrears,” payment made in September, 2006 was for the August rent. The contracting officer held that rent was actually paid in advance, but allowed other, minor, claims. Before the Civilian Board of Contract Appeals, Bowers attempted to establish that the FAA had not paid rent for three months in 1994. CBCA rejected the attempt and Bowers signed a certificate of finality. In 2009 Bowers submitted two more claims: $56,640.78 (plus interest) for assertedly unpaid rent for January, February, and March of 1994 and that the FAA underpaid by $664 every month from October 1, 1998 to October 1, 2006, a total of $64,408.00 (plus interest). The contracting officer denied the claims. The Claims Court held that the CBCA’s final decision precluded the litigation. The Federal Circuit affirmed. View "Bowers Inv. Co, LLC v. United States" on Justia Law

by
Patrick Engineering signed a 2007 contract with the City of Naperville for work on a stormwater management system. Some work was done and some payments were made, but the parties fell into a dispute over “additional services.” Patrick terminated the agreement and sued Naperville, seeking $436,392. The agreement provided that if Naperville made a verbal request for additional services, the engineers were required to confirm that request in writing and were not obligated to perform the changes until authorized in writing. This procedure was not followed; equitable estoppel became the crux of the case. The trial court dismissed. The appellate court reversed. The city did not appeal with respect to claims of quantum meruit and under the Illinois Local Government Prompt Payment Act, which remain pending in the trial court. The supreme court reversed with respect to other claims and reinstated the dismissals. While equitable estoppel may apply against municipalities in extraordinary and compelling circumstances, Illinois courts have never held that apparent authority may be applied against municipalities. To recover in equitable estoppel, plaintiff must allege specific facts showing that municipal officials possessed actual, rather than apparent, authority on which plaintiff reasonably relied.View "Patrick Eng'g v. City of Naperville" on Justia Law