• Increase font size
  • Default font size
  • Decrease font size
Apogee Consulting Inc

Firm Settles Case of Fraudulently Misreporting Socioeconomic Awards

E-mail Print PDF

 


fraudSocioeconomic reporting is a pain.  It’s not just reporting one’s subcontract awards made to small businesses versus those made to large businesses; it’s much more complicated than that.  Federal and state governments have created many different “flavors” of small business, from the classic small “disadvantaged” business to small woman-owned businesses, and from “historically underutilized businesses” (“HUBzone”) to service-disabled veteran-owned businesses.  Each recipient of a subcontract award needs to be properly categorized and properly reported.  Moreover, many agencies (and prime contracts) contain socioeconomic “goals” that must be attained.  Failure to attain those goals may affect award or incentive fees.  Failure to make “good faith efforts” to achieve those goals can lead to liquidated damages being imposed.

 

Agencies are closely monitored by Congress to assure that the proper proportion of Federal dollars is going to the various socioeconomic business categories.  At the state and local levels the same close scrutiny exists.  The ability to consistently achieve socioeconomic goals is a competitive advantage.  Conversely, a history of failure can keep a company from winning new work. Rarely, though, does one hear about a company facing criminal or civil charges related to its socioeconomic reporting.

 

This is one of those rare times.

 

On November 5, 2009 the United States Attorney for the Eastern District of New York reported that the Tutor Perini Corporation had agreed to settle a civil fraud suit for the sum of $9.75 million. According to Wikipedia, Tutor Perini (formerly Tutor Corporation) is one of the largest general contractors in the United States, with 2008 revenues of $5.6 billion.  It is headquartered in Framingham, MA.  The article reveals a dynamic history, with numerous changes of ownership and control.  The entity is currently listed on the New York Stock Exchange.

 

According to the Department of Justice press release, Tutor Perini was performing on several “public works projects” for the City and State of New York.  Those contracts were funded, at least partially, through grants made by the U.S. Department of Transportation (USDOT)—making them federally funded contracts.  The USDOT issued regulations “to increase the participation” of “disadvantaged business enterprises (DBEs)” in federally funded public construction contracts related to transportation.  Accordingly, the NY government entities established “goals for the percentage of work to be awarded to DBEs” and were also required to “ensure that good faith efforts [were] made by general contractors to engage qualified DBEs as subcontractors.”  The regulations require that not less than 10 percent of authorized funds must be awarded to DBEs.

 

The press release reports that Tutor Perini “falsely and fraudulently reported that certain minority and disadvantaged business enterprises … were performing subcontracted work ….”  Tutor Perini settled the case for $9.75 million, but “the settlement does not constitute an admission of liability by Perini.”

 

Oh, really.  The company settled for nearly $10 million but expects its shareholders and the SEC to believe that it wasn’t really liable?  One wonders what DOJ’s initial litigation position was, to make a $10 million settlement the appropriate business decision?  And of course, the $9.75 million settlement is just the entire amount at issue.  All the internal and external costs associated with litigating the case are unallowable pursuant to the Cost Principle at 48 C.F.R. § 31.205-47 (“Costs related to legal and other proceedings”).

 

It may be that Tutor Perini made the right decision.  The DOJ press release made no mention of any alleged violations of the False Statements Act (18 U.S.C. § 1001), which is the statute one normally thinks of when false reporting is being alleged.  Similarly, no mention was made of any violations of the False Claims Act (31 U.S.C. § 3729).  Often, when a false statement is alleged, each invoice that is “tainted” by that false statement is alleged to be a claim submitted under false pretenses.  As one source notes—

 

The False Claims Act also imposes liability on an individual who may knowingly submit a false record in order to obtain payment from the government. An example of this may include a government contractor who submits a record that he knows (or should know) is false and that indicates compliance with certain contractual or regulatory requirements.

 

Consequently, Tutor Perini may have dodged a bullet.  If each individual invoice submitted in connection with its NYDOT construction projects was deemed to be a false claim, the total penalties it might have been facing could easily be double or triple the amount of its settlement.  Only management (and its counsel) know for sure.

 

Socioeconomic reporting is a pain. It seems to add little (if any) value to the work being done, and is usually treated like a bureaucratic waste of time. But as this press release shows, a contractor must take pains to get it right.  The cost of noncompliance is just too high.


 

 

April Stephenson Says Goodbye with One Last Testimony before Commission on Wartime Contracting

E-mail Print PDF

Panel_3_Assad_Williams_Stephenson_11-02-2009On November 2, 2009 the Commission on Wartime Contracting (CwC) held yet another hearing on “contractor accountability” in Iraq and Afghanistan.  The most recent hearing, “Counting Contractors: Where are They and What are They Doing?” was a wide-ranging affair, featuring testimony from the GAO, military services, DCMA, OUSD (AT&L), and DCAA Director April Stephenson.  The CWC divided the hearing into three parts, each with its own panel:  (1) Problems gaining an accurate count of contractor employees supporting the warfighters in Southwest Asia, (2) Managing contractors during the drawdown of forces in Iraq, and (3) DCAA and DCMA “coordination and cooperation.”

 

With such an embarrassment of riches to write about, we hardly know where to start.  We’re going to focus on just a few aspects of the hearing; the entire cornucopia of testimony can be found here. Our focus will be on the third panel, consisting of Mr. Shay Assad, Director of Defense Procurement and Acquisition Policy (DPAP) for the Office of the Under Secretary of Defense (Acquisition, Technology & Logistics), Mr. Charlie Williams (Director, Defense Contract Management Agency), and Ms. April Stephenson (Director, Defense Contract Audit Agency).  We’ll note for the record (as CWC co-Chair Thibault did) that this would be Ms. Stephenson’s last official testimony before her reassignment to a position on the staff of the Under Secretary of Defense (Comptroller) Robert Hale. We’re focusing on this panel because of the importance of the testimony and its foretelling of impacts that will be felt by all DOD contractors, not just those supporting warfighters in Southwest Asia.  Several bombshells were dropped and we will be quoting extensively from the written testimony.

 

Co-Chair Thibault (a former long-time employee of the DCAA) noted—

 

A Commission hearing in August on contractor business systems revealed significant differences between DCMA’s and DCAA’s evaluations and assessments of contractor systems for cost estimating, purchasing, subcontracting, and other functions.  The evidence showed that DCMA frequently took untimely—or no— action on DCAA findings, or issued contrary opinions, and often failed to ensure that contractors took corrective actions for deficiencies.

 

DOD’s Subcommittee on [Contractor] Business Systems

 

Mr. Assad started his testimony by noting actions DOD has taken in response to various issues raised by the GAO and others.  In particular, he noted the creation of the Panel on Contracting Integrity and its Subcommittee on Business Systems, which will be chaired by the DPAP Deputy Director for Cost, Pricing, and Finance (Brian George).  Other members of the panel will include the new Director of the DCAA (Pat Fitzgerald), Mr. David Ricci (DCMA), and a “senior representative” from the U.S. Army, and other DOD employees.  According to Mr. Assad’s testimony, “The new subcommittee has a broad mandate to explore issues related to contractor business systems and the roles and responsibilities of DCAA and the DCMA administrative contracting officers (ACO’s) in determining and correcting deficiencies in contractor business systems.” Mr. Assad continued—

 

Key focus areas for the subcommittee include:

  • Clearly defining the roles and responsibilities of the DCMA contracting officer and DCAA auditor in determining the adequacy of contractor business systems;
  • Assessing the need for standards, such as those already published for Earned Value Management System (EVMS), for the various business systems;
  • Recommending procedures for higher level adjudication of differences between audit recommendations and the DCMA contracting officer determinations of adequacy; and
  • Recommending appropriate contract remedies that DCMA contracting officers can use when a business system has been determined to be deficient.

 

The subcommittee will review current policy, processes, and practices within the DoD regarding the audit, evaluation, and administration of contractor’s business systems to include contractor internal control systems or other contractor systems the subcommittee may identify. In order to ensure consistency in the Department’s oversight of contractor business systems, the subcommittee will examine the need to establish a “common list” of contractor business systems with defined expectations or criteria for each system to determine adequacy. In addition to establishing a common set of standards for measuring the adequacy of contractor business systems, the subcommittee will determine the need for additional contract clauses or regulations for each system to include remedies such as withholds and guidelines for audit frequency. Currently, contractor business systems are not specifically defined in our regulations. We expect the work of the subcommittee will result in recommendations for new regulatory language in the Federal Acquisition Regulations (FAR) or the Defense FAR Supplement (DFARS). For example, the DFARS may need to be revised to prescribe roles and responsibilities and standards that will be employed to determine compliance. I expect the subcommittee will be examining the existing FAR and DFARS contract clauses used for enforcement and remedies for non-compliance.

 

Mr. Assad continued in a like vein, discussing an adjudication process to be used when DCAA auditors and DCMA contracting officers disagree on how to evaluate a contractor’s business system.  Moreover, Mr. Assad testified that “Audits of contractor business systems comprise only 5 % of DCAA’s audit workload based on 2009 incurred hours, which also include CAS non-compliances, and cost proposals for cost impacts, indirect rates, forwarding pricing rates, and other contract negotiations or awards. We will be working with DCAA to determine if some work currently being performed by DCAA could be performed by others or if the priority for some reviews should be lowered until additional resources can be made available.”

 

Mr. Assad also testified that –

 

The subcommittee will also focus on the type of input the DCMA contracting officer needs from DCAA in order to make decisions regarding adequacy of contractor business systems. We know for certain that DCMA contracting officers need to know the specific deficiencies in contractor business systems and the significance of those deficiencies on defense contracts. One approach that is under consideration is having DCAA report on the materiality of the deficiency it finds instead of opining on the overall system. That would enable DCMA contracting officers to use audit reports to determine what needs to be corrected and the degree of risk the deficiency imposes on the government.

 

He concluded his testimony by discussing the “chronically short staffed” agencies and how the lack of resources has impacted both DCAA and DCMA.  He testified that “Until the staffing issues are resolved, it will not be possible for DCAA to perform at the level of quality and efficiency that is desired.”

 

 

DCMA Initiatives

 

Next Mr. Williams spoke to the CWC, testifying “I fully support guidance and regulatory changes in this area and believe the entire DoD procurement community needs to work together to send a clear message of compliance and accountability to contractors.” He also offered the following initiatives that DCMA is currently pursuing:

 

  • We plan to expand the DCMA Contractor Purchasing System Review Center that over the next two years will triple the size of that organization as well as provide for additional managerial oversight of its operations. This expansion is planned to increase our ability to accomplish our reviews more frequently, and not because the reviews have been found inadequate. Further, when we are aware of issues with a certain contractor, this will provide us the capacity to expand the scope of our reviews.
  • We are implementing a stronger set of internal controls through establishment of a “Board of Review” process. This process … mandates that any determination inconsistent with DCAA recommendations is subject to a higher level review within DCMA.  Complementing this is an Office of the Secretary of Defense policy currently being coordinated that provides a process for resolving contracting officer disagreement with DCAA audit findings.
  • We are developing a quality assurance plan for the resolution and disposition of reportable audit findings. It is unacceptable to me that we do not accomplish timely follow-up. This plan will ensure appropriate and timely administrative contracting officer resolution and disposition of reportable audit findings and employee and contract leadership accountability.
  • We are establishing a Cost and Pricing Center primarily responsible for forward pricing and indirect cost issues, and proposal and data analysis. The Center will serve as a repository for cost and pricing data across the Department of Defense and conduct special cost reviews for the DoD enterprise. It will centrally manage the recruitment and education of cost monitors and price analysts across the Agency. The Center efforts will increase accountability for accuracy and predictability of rates, improve business base forecasting, and reduce the backlog of final overhead rate settlements, cost accounting standards issues and other reportable audits.

 

Last to speak was Ms. Stephenson.  In her testimony she focused first on alleged misbilling by KBR of at least $20 million (and perhaps as much as $400 million) in private security costs under its LOGCAP III contract.  This issue is currently in litigation, as KBR filed an appeal with the Armed Services Board of Contract Appeals (ASBCA) over the matter.  She also accused KBR of failing to drawdown its support staff in levels commensurate with the military force drawdown.  (We note that the CWC itself predicted that contractor support levels would actually increase as military forces decreased.) Ms. Stephenson asserted that KBR’s “excessive” staff levels would result in $193 million in “excessive costs” that would be paid by the U.S. Government.

 

 

Important Changes in DCAA’s Approach to Auditing Contractor Internal Controls

 

Ms. Stephenson also discussed the controversial approach DCAA has recently taken with respect to its audit of contractor internal control systems.  She testified—

 

Based on our analysis of the relevant auditing standards, we determined that DCAA is not required to audit and report on the overall adequacy of the contractor’s system and related internal controls. We believe reporting significant deficiencies/material weaknesses on contractors’ various subsystems comprising the overall accounting system (e.g., billing, purchasing), as opposed to an overall audit opinion on the adequacy of each of those systems, may be a better approach because it would place the focus on the significant deficiencies/ material weaknesses instead of the contractor’s system as a whole. This revised audit approach would eliminate the concerns of a pass/fail rating as was raised at the hearing in August. We believe this audit approach would help DCMA and DCAA work together to ensure the contractor takes the appropriate corrective actions. [But] until we have completed this assessment, we will continue to issue audit reports on internal controls with two opinions – adequate and inadequate. We believe it would be counter-productive to revise the process for a month or two and then revise it again at the end of the calendar year when we complete our analysis of the revised auditing process and procedures.  To ensure our FY 2010 audits of contractor business systems reflects the revised audit process, no new internal control audits will be started until the revised audit process is tested and distributed to the field audit offices.

 

Ms. Stephenson closed with the following statement: “DCAA will continue to work closely with all acquisition organizations to promote an integrated, well-managed contract audit process in-theatre. I believe Mr. Assad’s establishment of the new subcommittee is a positive step to improving the oversight of contractor systems.” Although we have in the past disagreed (rather vehemently) with her posture on various audit issues, we wish her well in her new assignment.

 

In conclusion, we believe the testimony proffered to the CWC by the third panel offered a bit of hope for DOD contractors while threatening them in a number of areas.  We recommend that the testimony of each of the three speakers (to which we have linked) be reviewed in detail, and that contractors brace for a reinvigorated focus on internal control systems.  We look forward to elimination of the current binary pass/fail overall assessment, where every mistake is deemed a significant system deficiency.  However, the penalty for inadequate control systems is likely to increase in the near future, and may include imposition of significant monetary penalties.

 

GAO Criticizes DOD’s Satellite Programs

E-mail Print PDF

 

STS044-71-18On October 29, 2009 the Government Accountability Office (GAO) issued a report entitled, “DEFENSE ACQUISITIONS: Challenges in Aligning Space System Components” (GAO-10-55).  The report surveyed 8 DOD satellite programs with aggregate total mission costs currently expected to exceed $50 billion. The DOD satellite programs in the GAO study were:  Advanced Extremely High Frequency (AEHF) Satellite, Mobile User Objective System (MUOS), Wideband Global SATCOM (WGS), Space-Based Infrared System (SBIRS), Space Tracking and Surveillance System (STSS), NAVSTAR Global Positioning System (GPS), Space-based Space Surveillance (SBSS), and National Polar-orbiting Operational Environmental Satellite System (NPOESS).

 

The table below summarizes the programs and the dollars associated with each.

Summary of DOD Satellite Systems Reviewed by GAO

FY 2009 Dollars in Millions

DOD Mission

Program Name

Total RDT&E Cost

Total Procurement Cost

Total Mission Cost

Communications

AEHF

$7,267.3

$3,150.1

$10,417.4

Communications

MUOS

3,807.7

2,671.4

6,479.1

Communications

WGS

377.9

1,738.0

2,115.9

Missile Warning/ Tracking

SBIRS

7,724.7

2,655.7

10,380.4

Missile Warning/ Tracking

STSS

2,174.0

N/A

2,174.0

Navigation/Timing

GPS

4,485.9

4,937.6

9.423.5

Space Object Tracking

SBSS

514.1

N/A

514.1

Weather

NPOESS

$8,125.5

$2,943.4

$11,068.9

Totals

$34,477.1

$18,096.2

$52,573.3

DOD satellite systems typically have up to three main components:  (1) satellites, (2) ground control systems, and (3) user terminals. According to GAO, ground control systems are generally used to download and process data from satellite sensors (and disseminate this information to warfighters and other users), and to maintain the health and status of the satellites (including steering the satellites and ensuring that they stay in assigned orbits).  User terminals are typically procured by the military services and managed separately from associated satellites and ground control systems; they can range from equipment hosted on backpacks to terminals mounted on Humvees, airborne assets, or ships.  Terminals can be used to help the warfighter determine longitude, latitude, and altitude via GPS satellites, or securely communicate with others via AEHF satellites. The GAO study focused on how DOD aligns (or fails to align) development and operational capability of each of those components, in order to maximize satellite utilization and deliver maximum capability to the warfighters.

 

GAO found that “for six of DOD’s eight major space system acquisitions, DOD has not been able to align delivery of space assets with ground assets, user assets, or both.… For the five space systems requiring user terminals, none were aligned. In some cases, capability gaps resulting from delays in the fielding of ground control systems or user terminals are 4 or more years.”

 

Unlike many GAO reports we have reviewed, in this one GAO took pains to provide context for its findings, stating—

 

Notwithstanding the fact that alignment gaps are undesirable, several factors provide insight into the inherent challenges associated with managing alignment. First, alignment may be relatively easier to achieve in some programs than in others. For example, some space systems may require only a ground system or few user terminals and may even manage these acquisitions within one organization. By contrast, other programs may require literally tens of thousands of terminals that must be installed on a wide span of weapon systems, including ships, planes, vehicles, and even other space systems—which are owned and controlled by various military services. Second, an inherent difficulty in aligning satellite launches with ground and user terminal programs is the lead time needed to schedule satellite launches—about 2 years—which makes it difficult to hold back satellite deployment if a ground or user terminal is experiencing a considerable delay…. Third, it is difficult to measure the extent to which warfighters and other users are being affected by delayed capability or even the extent to which capability is delayed. … satellites themselves only offer initial capabilities until enough satellites have been launched to provide the coverage needed to achieve full capability.  This process alone can take years and will vary system to system as the number of satellites required to achieve full operational capability depends on mission requirements and coverage offered by satellites, among other factors.  At the same time, ground control systems can be delivered in phases, the first of which may focus solely on controlling and maintaining the health of the satellite, with subsequent phases delivering software that can collect and process sensor data. User terminals can take years to install as they can span a broad spectrum of weapon systems and their installation is usually done alongside other upgrades.

 

GAO commented on individual satellite programs—

 

 

  • GPS achieved full operational capability in 1995…. However, the plan and the capabilities it is being designed to provide have been delayed and are significantly over budget. As a result, some new capabilities are not now available to the warfighter because the ground control system features needed to command and operate the capabilities have not been completely delivered. For example, updated user equipment possessing a capability to prevent spoofing of navigation information started being delivered to the warfighter in 2004. However, the Architecture Evolution Plan, representing the current ground control system, is not capable of providing two important aspects of this capability and is not expected to do so until early fiscal year 2010.

 

  • The first SBIRS satellite5 will carry scanning and staring sensors designed to provide early missile warning capabilities. However, DOD will not be able to fully utilize the data collected from the staring sensor when this first satellite launches, currently planned for September 2010, because the ground control software that is to process the sensor’s data is not planned to be fully functional until at least 2014. This means that complete, usable data from the staring sensor will not be available until about 4 years after the satellite is on orbit.

 

  • The first WGS satellite launched in October 2007, but its associated ground mission planning software—the Consolidated Network Planning Software—does not work properly. This planning software was designed to compute required bandwidth for all users simultaneously accessing WGS satellites. It would then disseminate that information to various satellite operation and support stations located globally so that all stations had a real-time view of the availability of WGS satellite capabilities. However, because the development of the mission planning software has had problems and is not well coordinated with WGS satellite capability, the dissemination of information does not occur as designed, and the information has to go through a time-consuming and labor-intensive work-around through a single ground station before it reaches the warfighter.

 

GAO commented on alignment of user terminals as follows—

 

 

  • The Air Force’s FAB-T program is designed to provide antijam and protected communications for nuclear and conventional forces as well as many airborne assets and ground command posts. As one of the primary user terminal programs associated with AEHF, FAB-T has recently experienced numerous problems and is not currently aligned with the AEHF satellite program. Specifically, contractor performance problems, which caused design teams to be restructured to improve performance and efficiency, caused a delay in the start of initial production from fiscal year 2007 to fiscal year 2010. In addition, design changes and contract cost growth have more than tripled development costs since the contract was first awarded. While AEHF will be able to provide capability through other user terminals, current estimates show that FAB-T will only have 2 percent of its terminals fielded when AEHF is scheduled to reach its initial operating capability in 2011. Further, estimates are that FAB-T will not have all of its terminals fielded until fiscal year 2019.

 

  • JTRS is a family of interoperable, digital, modular, and software-defined radios that is planned to provide the capability to receive, transmit, and relay voice, data, and video. In the past, tactical military radios could not work well with each other. The JTRS radio is also being designed as the primary user terminal for the new MUOS satellite capability to help the warfighter achieve information superiority. Although MUOS will be able to provide capability through other, legacy user terminals, DOD estimates that less than 20 percent of JTRS terminals will be available to access the MUOS satellite when it achieves operational on-orbit capability in December 2011. In 2014, when MUOS is expected to reach full operational capability, 32 percent of JTRS terminals are expected to be available to the warfighter. DOD expects to field all the needed JTRS terminals by 2021—about 7 years after MUOS is expected to be fully operational. … Officials from one warfighting command (users of the capability) told us that because of the 2-year gap between when all MUOS satellites reach on-orbit capability and when the MUOS-capable user terminals (JTRS) first become available, the MUOS satellites will have spent a portion of their expected lifespan less than fully utilized. This issue concerns the combatant command because MUOS is replacing the aging Ultra High Frequency Follow-On space system, which currently serves more military customers than it was originally designed to handle. While waiting for the JTRS capability, the command will likely have to lease commercial satellite capability and user terminals to increase bandwidth capacity and improve the speed and effectiveness of information and communication transfers.

 

GAO summed up other problems.  We report them here verbatim because of the potential to learn lessons from them.

 

The satellite, ground system, and user terminal programs we studied have had execution problems that have caused substantial delays in schedule that in turn have made it more difficult to align delivery of all three space system components. Most prominent are requirements changes, technical problems resulting from underestimation of complexity, and poor contractor oversight. The first satellite delivery of SBIRS, for instance, has been delayed at least 7 years in part because of poor oversight, technical complexities, and rework. The first satellite delivery for NPOESS is over 4 years late. AEHF has experienced delays of about 3 years for these reasons along with requirements changes that occurred earlier in the program and difficulties meeting information assurance requirements for its satellite. The GPS IIF system has also had about a 3-year delay because of technical and workmanship problems and requirements changes. Ground systems and user terminals have experienced similar problems. JTRS, for example, has experienced significant delays because of problems in maturing critical technologies, and as noted earlier, FAB-T delays have occurred because of contractor performance problems. Also, as noted earlier, the WGS ground system has experienced technical problems that have prevented it from working properly with WGS satellites now in orbit.

 

*****

 

Underestimating software complexity has also been a problem. The complexity of software on any system, including space systems, is often denoted by the amount of software, or number of lines of software code. Generally, the greater the number of lines of code, the more complicated the software system development, and ground control systems typically require significantly more software than the satellites. This means that software development for ground control systems is oftentimes the higher risk. In some cases, unanticipated software complexity can lead to lack of synchronization between the satellite and ground systems of space system acquisitions. For example, on the AEHF space system, the prime contractor has experienced quality control problems with the software for the mission planning element of the ground control system. In testing so far, the government has identified numerous significant software deficiencies and continues to find deficiencies as testing continues. Ground control system fielding will be delayed until the deficiencies are corrected. Also, our past work has shown that the MUOS ground control software represented one of the greatest risks to the program because of the size and complexity of the design. On SBIRS, the total estimated lines of code on the ground control system software grew from approximately 1.55 million in August 2004 to approximately 1.88 million in December 2008.

 

*****

 

Space system acquisition programs sometimes shift funds from the development of ground control systems to their associated satellite development efforts to meet unexpected obstacles—an action that can create new problems. For example, when the GPS IIF satellite program encountered development problems, the program shifted funds set aside for the GPS ground control system to address the satellite problems, causing a delay in the delivery of some ground control capabilities. Similarly, SBIRS officials reallocated funding from the ground control system to address satellite software issues, which may have contributed to the system’s initial inability to utilize the staring sensor data from the first geosynchronous earth orbit satellite. Program officials told us that they like the flexibility of being able to move funds from ground control systems to the satellites if priorities warrant. However, as we indicated above, this can put the development of ground control systems at a disadvantage compared to development of the satellites for space systems, for example, GPS and SBIRS.

 

We don’t have much to add to GAO’s insights.  We continue to be proud of America’s technological prowess and worried about the apparent lack of management oversight given to DOD’s satellite programs.  These are important—critical—space systems, and it is important that they be given appropriate attention by the various stakeholders.  See the entire 37 page GAO report here.

 

 

SIGIR Alleges Weak DOD Oversight and Contractor Overbillings for Iraq Reconstruction Work

E-mail Print PDF

SIRIG LOGO


On October 30, 2009 the Special Inspector General for Iraq Reconstruction (SIGIR) issued a report entitled “Iraq Security Forces Fund: Weak Contract Oversight Allowed Potential Overcharges by AECOM to Go Undetected” (SIGIR 10-005).  SIGIR’s audit of the Global Maintenance and Supply Services (GMASS) contract found weak contractor invoice review processes by the U.S. Army Contracting Command.  The GMASS contract is a cost-plus-fixed-fee (CPFF) ID/IQ contract that includes 3 Task Orders to assist the Iraqi Army in developing a self-sufficient logistics capability, and is one of the largest contracts funded by the Iraqi Security Forces Fund.  As of September 2009, more than $567 million had been paid to the GMASS prime contractor, AECOM Government Services, via payment of 139 invoices. Under the GMASS Task Orders, AECOM was responsible for establishing ten maintenance centers, developing a repair parts supply system, repairing and maintaining Iraqi military vehicles, and refurbishing 8.500 Humvees.

 

The SIGIR found that the U.S. Army Contracting Command’s process for reviewing AECOM’s GMASS invoices “improved over time.  However, the Contracting Office lacked sufficient experienced personnel to review invoices thoroughly ….” According to the SIGIR, only one person reviewed AECOM’s billings—which was insufficient in that one invoice contained more than 11,000 line items for parts alone.  As the review process improved, the Contracting Office denied payment in higher amounts, culminating in a disallowance of as much as 33% of AECOM’s invoices.   Regardless, the SIGIR found that even the improved review process would not have found what the SIGIR found, which included roughly $4 million in “potential overbillings” – including $2.1 million in subcontractor pass-through costs that exceeded the subcontractor’s contractual “mark-up” amounts, $332,000 in billings “above contractually agreed-upon prices,” $1.4 million in billings “above reasonable market rates,” and $177,000 in duplicate and triplicate billings. See the entire SIGIR report here.

 

As specific examples supporting its findings, the SIGIR reported the following—

 

  • AECOM billed the U.S. government $25.00 for a liter of coolant that cost the contractor $2.16, and thus should have been billed at $2.64 after the allowable maximum markup.  This resulted in $1.7 million in potentially overbilled coolant costs for the four invoices.
  • AECOM billed the U.S. government between $102 and $190 per tire for tires that should have been billed at $85.61 after the allowable markup.  As a result, the U.S. government was potentially overbilled $101,834 for the four invoices.
  • Although the price of a package of 10 common 7/16” hardware washers was $1.22 after the allowable markup, the contractor charged $196.50 for each package, or $19,650 for 100 packages.
  • AECOM billed $29.60 each for oil filters that had an agreed price of $14.80 each—100% over the allowable rate.
  • AECOM billed $210.00 each for inner-tubes that SIGIR identified on the open market priced at $19.70 each.   After adding the allowable markup, AECOM billed 772% over the market rate. This amounted to about $103,000 in potential overbillings.
  • SIGIR’s analysis … found over 200 instances where specific parts, ordered for a specific vehicle, were double- and triple- billed.  In one case, AECOM charged for 3 windshields, 12 headlamps, and 3 batteries for the same Nissan vehicle, on the same day.

 

According to SIGIR, AECOM acknowledged billing errors but stated that it had credited the U.S. Government for them.  The SIGIR was not entirely convinced by AECOM’s response, reporting—

 

AECOM officials indicated that billing errors occurred early in the contract and that they credited about $4 million back to the U.S. government as an adjustment. SIGIR’s analysis found that about $2.4 million of the overcharges we identified are covered by these credits. Additionally, AECOM’s invoice that included these credits also contained $5.3 million in additional charges. SIGIR’s review of these charges identified problems similar to those in our original review including about $39,000 in billings above the contractor’s cost plus allowable markup, $239,000 in billings above contractually agreed rates, and $426,000 above market rates. For example, a credit appears on AECOM’s invoice for the previously noted coolant overbilling, which the contactor billed at $25.00 per liter when it should have billed at $2.64, but then raises the cost for coolant to $58.56 per liter in an additional charge. We also identified seven part charges that appear to have been billed on a previous invoice. For example, we identified a charge for a clutch assembly with the same delivery location, delivery date, part number, part description and quantity delivered as one from April 2006. Consequently, since AECOM’s $4 million credit was combined with questionable charges from the $5.3 million, SIGIR cannot verify the U.S. government received a full credit for prior overbillings.

 

SIGIR concluded its report by noting that lack of a robust review process by the Contracting Office, coupled with AECOM’s problematic billings “clearly illustrate the need for a thorough review of the invoices submitted in support of the GMASS contract.”  That may be, but we have some additional questions, based on the SIGIR report.

 

  1. What is the GMASS contract type?  Is it CPFF or ID/IQ Task Order?  Why were repair and maintenance services procured via cost-type contracts, when they would seem to be amenable to fixed-price repair orders.
  2. If the contract was cost-reimbursable, why did AECOM agree to fix-price certain items at “contractually agreed-upon prices”?
  3. Work orders are commonly used to manage depot repair and maintenance services.  But why was AECOM using repair work orders as support for its cost-plus invoices?
  4. If AECOM’s subcontractor (Anham, LLC) was generating “over 93% of the costs billed” on AECOM’s invoices, then what value was AECOM adding?  Was there a violation of the DFARS prohibition against excessive pass-through charges?

 

In summary, we don’t know if AECOM has properly billed its customer or not.  We don’t know whether AECOM had already credited its customer for improper billings prior to SIGIR’s audit, or not.  But we think that the contracting process was cumbersome (at best), and the confusion quite likely led to billing problems.  We believe the lesson is clear:  simplicity facilitates compliance.  Unnecessary complexity facilitates administrative problems.

 

 

New GAO Report Features Oblique Attack on DCAA

E-mail Print PDF

 


Cost Plus Fixed Fee ContractOn September 30, 2009 the Government Accountability Office (GAO) issued a report to the House of Representatives Committee on Oversight and Government Reform. The report, “CONTRACT MANAGEMENT: Extent of Federal Spending under Cost-Reimbursement Contracts Unclear and Key Controls Not Always Used” (GAO-09-921), assessed (1) the extent of agencies’ obligations under cost-type contracts, (2) the rationales given for using this contract type, (3) whether the awarding agencies had determined that the contractors’ accounting systems were adequate, and (4) contractor monitoring procedures and controls used by the agencies. GAO reviewed 92 contracts at eleven military and civilian agencies, including the Air Force, Navy, Environmental Protection Agency, Treasury Department, NASA, Department of Health and Human Services, and the National Science Foundation.  In its report, GAO found numerous issues, not the least of which was yet another allegation that DCAA was failing to support the DOD acquisition process.

 

 

The Procurement Data is Flawed

 

The first finding of the report was that “the complete picture of the government’s use of cost-reimbursement contracts is unclear,” because “we found billions of dollars reported as missing a contract type (i.e., no specific contract type was indicated) or indicating ‘other’ as the contract type” in the Federal Procurement Data System—Next Generation (FPDS-NG). Consequently, although the use of cost-type contracts apparently decreased between 2003 and 2008 (from 34 to 26 percent of total obligations), GAO found that the reported decrease was misleading.  GAO found that, in fact, use of “combination” contract types had increased over the same period—from 1 percent to almost 8 percent of obligations—and that trend distorted the FPDS-NG data.  As GAO reported:

 

We analyzed fiscal year 2008 FPDS-NG obligations coded as combination contracts and found that half of the $39 billion was obligated under contracts that had at least some cost-type actions, and about a quarter of this amount ($9 billion) went to contracts that had 50 percent or more cost-type obligations. These obligations were not recorded as cost-reimbursement in FPDS-NG.

 

As GAO proudly stated, “According to a response to a draft of this report by the Office of Federal Procurement Policy (OFPP), a change was recently approved to FPDS-NG … to be effective for all new contracts awarded in fiscal year 2010, that will eliminate ‘combination’ as a contract type.  Contracts containing more than one contract type will be coded as the contract type representing the preponderance of obligations.”

 

Unsurprisingly, GAO also found that “Contracting officials frequently did not document contract files to show why they awarded cost-reimbursement contracts. The documentation we did find, for the most part, used boilerplate language; was short, vague, and repetitive; and did not show why a cost-reimbursement contract was selected.”

 

GAO also reported that—

 

Of the 92 contract files we reviewed, we found that 28, or 30 percent, contained no documentation showing why a cost-reimbursement contract was selected for award, including in the acquisition plans. Contracting officers frequently could not provide an explanation for its absence, were unaware of the need for documentation, or stated that they inherited the contract from contracting officers who had retired or otherwise left the agency.

 

 

Contracting Officers Don’t Check the Adequacy of Contractor’s Accounting Systems

 

As GAO noted, cost-type contracts may only be used when a contractor’s accounting system is found to be adequate for determining costs applicable to the contract.  (See FAR 16.301-3.)  The contracting officer is responsible for verifying that the contractor has an adequate accounting system.  The verification step can be accomplished via various means; however, GAO reported that “For most of the contracts we reviewed, this verification was based on a DCAA opinion stemming from its review of the contractor’s accounting system and related internal control policies and procedures….” According to GAO, “Regular accounting system reviews are necessary to help ensure that changes to the contractor’s accounting practices are considered by the government and evaluated for compliance with government contract cost principles.” GAO found that 20 of the 92 contracts it reviewed had no evidence that the adequacy of the contractor’s accounting system was ever considered by the contracting officer. In addition, in seven instances the contracting officer had relied on an adequacy determination made more than four years before the contract award.  Nearly one-third of the contracts reviewed had been awarded to contractors without the required accounting system due diligence.

 

As GAO noted:

 

As an example of what can occur when the determination of adequacy is not made or the contractor’s accounting systems are not deemed adequate, in August 2007, a contractor disclosed to the Air Force that it had periodically overbilled on the Joint Strike Fighter Systems Development and Demonstration cost-reimbursement contract since its inception. The amount overbilled was about $267 million. In this case, DCAA had rendered the opinion that the contractor’s accounting system was ‘inadequate in part.’ The contractor reimbursed the Air Force for the amount overbilled and paid an additional $28 million in interest.

 

But enough of the preliminaries. Let’s get to the DCAA bashing.

 

 

DOD Relies on DCAA for Cost Monitoring, to Its Detriment

 

Per FAR 16.301-3, cost-type contracts can only be awarded if two conditions are met – (1) a finding that the contractor’s accounting system is adequate (discussed above), and (2) use of “appropriate government surveillance during performance” that provides “reasonable assurance that efficient methods and effective cost controls” are being utilized. GAO found DOD relies on contractor-provided monthly Earned Value Management (EVM) reports and EVM data to perform cost surveillance.  According to GAO, “analysis of EVM data alone does not satisfy FAR requirements for cost surveillance under cost-reimbursement contracts.”  Therefore, DOD supplements its EVM analyses with reviews of contractor systems, internal controls, and actual invoices—primarily conducted by DCAA.

 

As GAO reported—

 

The effectiveness of DOD’s cost surveillance process depends, to a large extent, on the adequacy of [ ] DCAA procedures. Our recent work has raised concerns in this regard. For example, rather than documenting the population of invoices, preparing sampling plans, and testing a random (statistical) sample, as should be done, [DCAA] auditors generally used a nonrepresentative selection of invoices in deciding the number of invoices they would review and the extent of testing they would perform to support conclusions in their work. For example, we found that for one contractor that generated $1.1 billion in annual billings to the government, the DCAA auditor only reviewed 3 invoices totaling $88,000 out of 222 invoices submitted for payment from March 2003 through February 2004, tested the first invoice selected, and performed limited testing on the remaining 2 invoices. Despite this limited testing, DCAA prepared a memorandum for the record, stating that ‘continued reliance can be placed on the contractor’s procedures for the preparation of interim vouchers (invoices)’ and ‘the contractor has met the criteria for continued participation in the direct billing program.’

 

In other words, DOD’s reliance on DCAA’s audit procedures has placed it in a vulnerable situation, where it may not have appropriate insight into how a contractor is spending government funds.  GAO provided an allegory of what happens when the government lacks appropriate insight.

 

In our review, we found an additional example of what can happen when adequate cost surveillance is not in place. NSF awarded a $1.1 billion, 10-year 5-month cost-reimbursement contract (with options) for logistic and operational support for the U.S. Antarctic Program. As discussed in a series of NSF Office of Inspector General audit reports, DCAA found that the contractor was billing indirect costs as direct costs, billing over the negotiated ceiling limitations, and not providing supporting documentation for other costs. To compound these issues, NSF had not determined that the contractor’s accounting system was adequate for determining costs applicable to its contract. In November 2007, an independent auditor reported that NSF had significant weaknesses in its contract monitoring policies and procedures, meaning that the agency did not know whether the costs it was paying the contractor were allowable and reasonable. NSF officials acknowledged the weaknesses and have begun to take corrective action.

 

Lest the contractors escape unscathed, GAO provided one final cautionary tale.

 

… in January 2009, the DOE Inspector General reported weaknesses in a contractor’s internal audit, which DOE relies on to help ensure that contractors’ costs charged to DOE are allowable under the terms of the contract.33 For fiscal year 2007, the contractor had expended and claimed over $1.4 billion. The Inspector General found that the contractor’s internal audit during fiscal year 2007 was not satisfactory in several material respects. Specifically:

  • Procurements were not properly approved, but the contractor’s internal audit management permitted the contractor to provide approvals 3 years after the fact. Questioned costs associated with the procurements were omitted from the contractor’s audit report.
  • The contractor’s internal audit manager encouraged the omission of information that confirmed improper labor cost allocations.
  • After the completion of audit testing, the contractor’s internal audit management directed the modification of the testing attribute related to independent receipt of procured goods and services, an action that caused some of the questioned costs to be excluded from reporting.

 

In conclusion, GAO found that contracting officers aren’t always doing their job when awarding cost-type contracts.  Too many times, they don’t properly document files and they don’t check the adequacy of the contractor’s accounting system.  After award, mandatory surveillance is lacking, particularly when DCAA is involved.  And reliance on a contractor’s self-governance reviews is also misplaced.  What’s a poor Federal government to do?

 

 


Page 261 of 278

Newsflash

Effective January 1, 2019, Nick Sanders has been named as Editor of two reference books published by LexisNexis. The first book is Matthew Bender’s Accounting for Government Contracts: The Federal Acquisition Regulation. The second book is Matthew Bender’s Accounting for Government Contracts: The Cost Accounting Standards. Nick replaces Darrell Oyer, who has edited those books for many years.