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

You Like Checklists? Too Bad: Another One is on the Way!

E-mail Print PDF

Checklist_2
Ah, checklists.

Love ‘em, hate ‘em: you can’t get away from ‘em.

‘Specially in the world of 21st Century government contracting.

We’ve already said our piece about DCAA’s proclivity to use checklists in lieu of auditor judgment.

We’ve already said too much about DOD’s new Proposal Adequacy Checklist, now enshrined in the DFARS like an ancestral vase, containing the ashes of the venerated (and yet departed) Contracting Officer ability to write clear solicitation Section L proposal instructions, and the CO ability to evaluate cost proposals s/he receives.

And now comes the Forward Pricing Rate Proposal Adequacy Checklist, courtesy of DFARS Case 2012-D035.

Because this is a proposed DFARS rule, it will not affect all contractors—just the ones trying to sell to the Pentagon. So there’s that, anyway.

The purpose of the proposed rule is to “provide[ ] guidance to contractors for the submittal of forward pricing rate proposals by requesting that contractors submit a proposed forward pricing rate proposal adequacy checklist with their forward pricing rate proposals to ensure submission of thorough, accurate, and complete proposals.” The assumption being, of course, that without such a checklist those ignorant defense contractors won’t be able to submit FPRPs that are thorough, accurate, and complete. Almost as if no contractor had ever submitted a thorough, accurate, and complete FPRP in the history of defense contracting, stretching back at least to the publication of the Federal Acquisition Regulations in 1984.

The proposed revision would add a section to the current language at DFARS 215-403-5 (“Instructions for submissions of certified cost or pricing data or data other than cost or pricing data pursuant to the procedures in FAR 42.1701(b)”). The additional language would state—

(b)(3) For contractors following the commercial contract cost principles in FAR 31.2, if the contracting officer determines that a forward pricing rate proposal should be obtained pursuant to FAR 42.1701, the contracting officer shall require that the forward pricing rate proposals comply with FAR 15.408, Table 15-2, and DFARS 252.215-7002. The contracting officer should request that the proposal be submitted to the Government at least 90 days prior to the implementation date for the proposed rates. To ensure the proposal is complete, the contracting officer shall request the contractor complete the contractor forward pricing rate proposal adequacy checklist at Table 215-XX, and submit it with the forward pricing rate proposal.

Before we get into the actual Table 215-XX requirements, let’s take a second and look at that paragraph above. First of all, it clearly implies that submission of FPRPs requires compliance with the Truth-in-Negotiations Act (TINA), when it requires contractors to submit FPRPs that comply with Table 15-2. In fact, the only time contractors must comply with the format requirements of FAR Table 15-2 is when they are submitting “certified” cost or pricing data associated with a pricing action subject to TINA. Otherwise, compliance with FAR Table 15-2 format requirements is discretionary. Since the proposed rule makes compliance with Table 15-2 mandatory, and only TINA-compliant proposals must comply with Table 15-2, then it seems quite clear that the DAR Council thinks FPRPs are subject to TINA.

But does TINA really apply to Forward Pricing Rate Proposals? Let’s look at the DCAA Contract Audit Manual (February 19, 2013 edition), at 14-103.2 (“TINA Applicability”). It says—

The TINA applies to negotiated prime contracts, modifications, and subcontracts where the Government required certified cost or pricing data. (See FAR 15.403-1 and DFARS 215.403-1 for exceptions to this requirement.) In addition, this includes interdivisional work, final price redeterminations, equitable adjustments, and termination settlements. TINA also applies to modifications of advertised contracts when the modification exceeds the applicable dollar threshold. TINA also applies to change orders when the absolute value of the increase and decrease exceeds the applicable dollar thresholds, even though the net change in price itself is under the threshold.

We are sorry. We do not see FPRPs in the above list of contract actions subject to TINA. In fact, FPRPs are not contract actions; they are proposals to establish rates to be used in pricing future contract actions that may be subject to TINA.

If you need further evidence to support our position that TINA is not applicable to FPRPs, ask yourself the following questions.

  1. TINA requires an executed Certificate of Current Cost or Pricing Data (CCPD), certifying that all cost or pricing data submitted is accurate, current, and complete as of the date of completion of price negotiation. What is the date of completion of price negotiation on a set of Forward Pricing Rates? What is the price that was established by submission of an FPRP?

  2. The remedy for a TINA violation (called “defective pricing”) is a unilateral downward price adjustment (plus interest on any overpayments). How would a price adjustment associated with a set of Forward Pricing Rates be calculated?

Yeah, no.

Also, look at the statement that says, “The contracting officer should request that the proposal be submitted to the Government at least 90 days prior to the implementation date for the proposed rates.” The Pentagon would have the contractor calculate its best guess of future indirect cost rates to be incurred, and then wait 90 days to use those rates.

Think about it.

If the contractor had submitted those rates, but did not use them (or at least disclose them) on its proposals for 90 days, then any proposal subject to TINA submitted during that period would have been defectively priced. Nope. When submitting proposals subject to TINA, the contractor should always be using its most current direct and indirect cost estimates (or at least disclosing them). Any other practice essentially invites the government to have post-award audit findings.

So, once again: Yeah, no.

As for the Checklist itself, there are 27 required items. None of the 27 items are particularly objectionable, though perhaps some will be considered burdensome for many contractors who consider estimates of future direct and indirect costs three, four, or five years in the future to be more in the nature of a scientific wild ass guess (SWAG) than a rigorous and auditable cost estimate.

Is this Checklist even necessary?

Well, the fact of the matter is that many contractors have been complaining for several years that they can no longer reach agreement with their DCMA Administrative Contracting Officers (ACOs) on Forward Pricing Rates to be used. DCMA has resorted to issuing Forward Pricing Rate Recommendations (FPRRs)—which are essentially unilateral determinations of the rates that DOD will agree to in contract negotiations—instead of the bilateral Forward Pricing Rate Agreements (FPRAs). This is not a good thing and leads to protracted negotiations and contractor complaints of unfairness.

As we’ve opined before, we see two primary causes of the dearth of FPRAs. One root cause is that DCAA cannot perform both a timely and high-quality GAGAS-compliant audit on contractor FPRPs. Even though the audit agency has recently revised its audit guidance in this area, our view is that DCAA’s continued attempts to comply with GAGAS in audits of what are essentially contractor guesses about the state of the company many years in the future is both overzealous and overreaching.

The second root cause, as we’ve told our readers before, is that DCMA itself has created a process that is overly bureaucratic, and it’s executed by DCMA personnel who have—in the opinion of both GAO and DCMA leadership—lost the critical skill sets and expertise to perform it. Again, we are not pulling this assertion from some rectal database full of imaginary numbers; this is one of the key findings from the Government Accountability Office, based on interviews of DCMA contracting personnel.

Apparently, the rule-makers at the DAR Council believe they have found a third root cause for the lack of FPRAs. It’s the contractors’ fault. If only those lazy contractors would submit thorough, accurate, and complete FPRPs, then the auditors could audit timely, reach high-quality (and supportable!) conclusions, and then the ACOs could work their bureaucratic processes more quickly. Problem solved!

Yeah, no.

We’re not saying that contractor FPRPs are perfect; certainly, there is room for improvement. But mandating a Checklist and requiring contractors to comply with the format of FAR Table 15-2 ain’t gonna fix the problem.

This is another example of bureaucrats fixing a problematic process by adding more processes. We discussed that unfortunate phenomenon right here. DCMA would be better off, in our view, by training up its contracting workforce to restore the lost expertise, and then giving the trained personnel discretion to enter into FPRAs without the burdensome and time-consuming oversight of the current process. DCAA would be better off, in our view, by admitting that contractor FPRPs are not the same as cost proposals submitted to enter into a priced contract, and permitting auditors more flexibility in audit approach. (Establishing firm deadlines wouldn’t hurt either.) Taking an incurred cost audit approach to a SWAG is never going to work out well for either DCAA or the contractor.

If we’ve persuaded you that something’s amiss with this proposed rule, you can submit your comments to the DAR Council. As the proposed rules says in the Federal Register—

Written comments and recommendations on the proposed information collection, including suggestions for reducing this burden, should be sent to Ms. Jasmeet Seehra at the Office of Management and Budget, Desk Officer for DoD, Room 10236, New Executive Office Building, Washington, DC 20503, or email This e-mail address is being protected from spambots. You need JavaScript enabled to view it , with a copy to the Defense Acquisition Regulations System, Attn: Mark Gomersall, OUSD(AT&L)DPAP/DARS, Room 3B855, 3060 Defense Pentagon, Washington, DC 20301-3060. Comments can be received from 30 to 60 days after the date of this notice, but comments to OMB will be most useful if received by OMB within 30 days after the date of this notice.

Public comments are particularly invited on: whether this collection of information is necessary for the proper performance of functions of the DFARS, and will have practical utility; whether our estimate of the public burden of this collection of information is accurate, and based on valid assumptions and methodology; ways to enhance the quality, utility, and clarity of the information to be collected; and ways in which we can minimize the burden of the collection of information on those who are to respond, through the use of appropriate technological collection techniques or other forms of information technology.

Why not take advantage of the invitation and submit your comments?

 

 

DOE Suggest Measures Designed to Avoid Incurred Cost Disputes

E-mail Print PDF

Storm
Recently we wrote about a Department of Energy Inspector General report in which an audit performed by KPMG led to a DOE Contracting Officer taking action to disallow roughly $1.3 million of General & Administrative expenses that Fluor Federal Services had billed to the Savannah River Nuclear Services joint venture (of which Fluor was the majority owner). Fluor did not agree with the findings of the audit report nor did it agree with the proposed disallowance. We opined that only time would tell whether Fluor “pays up, negotiates a smaller settlement, or takes this issue to Court.”

The thing is, the situation faced by Fluor is far from uncommon. Many contractors are facing the same choices, courtesy of government auditors and cognizant Contracting Officers who have apparently forsaken the official preference, found in the FAR, to resolve potential disputes through negotiation rather than litigation. We even wrote about the phenomenon of increasing litigation in this article.

And yet we have to acknowledge that the DOE is publishing guidance to its Contracting Officers that, if followed, will tend to reduce cost-related disputes and avoid litigation. We are talking about the April 2013 version of the DOE Acquisition Guide, especially section 31.4 (Allowability of Incurred Costs). Here’s a link to the official document.

The Guiding Principle of the document is stated clearly:

Determining the allowability of incurred costs requires understanding the five FAR requirements for reimbursement. The subject is complex. Misunderstandings can be minimized by early communication.

Did you notice that seemingly obvious—and yet profound—statement at the end of the Guiding Principle? We couldn’t agree more: Misunderstandings can be minimized by early communication!

Oh, but there’s more.

The Guide states—

The chapter also encourages Contracting Officers to be proactive in minimizing potential disputes over cost reasonableness and to communicate their view of a potentially troublesome cost’s reasonableness to their contractors in writing before the cost is incurred.

Again, advice that’s seemingly obvious and yet so important. But if it’s so obvious, then why is the advice so rarely followed? Ponder that for a second.

The Guide discusses cost reasonableness, cost allowability, and allocability. That’s good stuff and we hope COs review it in detail. But the part that caught our eye was the role of early communication and Advance Agreements in avoiding disputes. We so like the language that we are going to print it here, in full.

Disputes over an incurred cost’s reasonableness can be a source of unnecessary friction between the Government and a contractor. Once the contractor has incurred a cost in fulfilling its obligations under its contract it is understandable if the contractor is extremely reluctant to pay the cost out of its own pocket. Courts and Boards have been sympathetic to contractors’ appeals of Government decisions to disallow costs because the costs were unreasonable.

On the other hand, if the contractor knows before it incurs a cost that the cost’s reasonableness will be questioned, most disputes regarding a cost’s reasonableness can be avoided. A contractor would likely avoid incurring any cost the Government had indicated it would consider unreasonable.

Advance agreements are not always employed. And it is neither practical nor desirable to address every cost under every circumstance under cost-reimbursement contractual arrangements. There are occasions, however, where the Government is aware the contractor may be contemplating incurring certain costs that would likely lead to disputes over their reasonableness. In such situations, both parties will benefit from a statement from the Contracting Officer indicating what the Government will consider reasonable.

Those are the kind of words that come from an entity that is looking to avoid disputes and litigation. You won’t find those words in the DCMA OneBook. And more’s the pity.

Similarly, we would love to see DCMA adopt the following CO guidance—

In administering cost-reimbursement contracts and other contractual vehicles under which the Government must reimburse a contractor’s incurred costs, Contracting Officers should consider if it is prudent to specify what the Government will consider reasonable regarding a particular cost prior to the contractor’s incurring the cost. The Contracting Officer may proscribe the cost, set a ceiling on the cost, establish criteria for determining the reasonableness of the cost, or take any other action he/she deems prudent to avoid unnecessary disputes regarding the reasonableness of a potential future cost before the contractor incurs it. Contracting Officers should attempt to accomplish such understandings working with contractors, but if circumstances do not permit mutual agreement to be reached in a timely manner they should not hesitate to take unilateral action. Written communication of any ilk from a Contracting Officer to a contractor will help minimize misunderstandings over what the Government will consider reasonable.

[Emphasis added.]

May we close by offering the opinion that DCMA would do well to adopt both the philosophy and the guidance of the Department of Energy? May we respectfully suggest that it’s past time for the adversarial relationship between the Pentagon and its contractors to be replaced by a more cooperative relationship that acknowledges the partnership that is necessary for both parties to accomplish their objectives?

If DOD doesn’t start proactively issuing guidance to its COs to help prevent disputes and avoid litigation—guidance similar to the DOE language we’ve quoted here—then the tsunami of litigation will continue to swell until it inundates the courts, ultimately leaving only the attorneys on dry land.


 

 

Divided Appeals Court Disappoints General Dynamics

E-mail Print PDF

Government contract cost accounting practitioners recognize that not all Cost Accounting Standards are created equal. Some Standards, such as CAS 406 or 407, are generally considered to be more straightforward and comprehensible than others; whereas some of those other Standards (e.g., CAS 415) are generally considered to be tough nuts to crack.

In other words, some Standards are more difficult than others to comply with. The two pension Standards—CAS 412 and 413—definitely fall into the “tough nuts to crack” category. They are considered by most practitioners to be perhaps the most difficult and complex Cost Accounting Standards to understand, let alone comply with. They are more difficult for a variety of reasons, not the least of which is that you need a really good actuary to help make the necessary adjustments between GAAP accounting and government contract cost accounting.

They are so complex that, when revised in 1995, the revisions initiated a “storm of litigation” that continues to this day. And the litigation involves big dollars, too. In many cases, there may be literally tens of millions of dollars at stake.

Take, for example, General Dynamics’ appeal of a Contracting Officer’s Final Decision asserting that GD was in noncompliance with the requirements of CAS 412 for its Fiscal Years 2005 through 2009. It was estimated that approximately $53 million (plus interest) rode on the outcome.

The issue was GD’s use of actual market returns on its pension plan assets instead of actuarial “expected” returns, for purposes of calculating its Forward Pricing Rates. Just to give you a hint of both the complexities and big numbers involved, let’s throw out some numbers from the June 2011 ASBCA decision.

  • The market value of GD’s pension plan assets (as of 1 January 1994) was $2,122,371,000.

  • The actuarial value of GD’s pension plan assets (as of 1 January 1994) was $1,697,968,000.

  • The “expected” actuarial value of GD’s pension plan assets (as of 1 January 1995) was $1,772,424,000.

  • The “projected” market value of GD’s pension plan assets (as of 1 January 1995) was $1,998,698,000.

Since 1986, GD consistently estimated the next year’s market value of its pension plan assets using the actual market performance from the preceding year. For Forward Pricing purposes, future years’ performance was estimated assuming an 8 percent return on assets. When GD updated Forward Pricing Rates during the year (as it did from time to time), it used actual Year-to-Date performance plus an estimated 8% return for the unknown balance of the year. The government acquiesced to GD’s methodology for 20 years, but in 2006 the government objected to GD’s methodology for the first time, asserting that it violated the requirements of CAS 412. The government’s issue was that CAS 412 allegedly required use of actuarial assumptions that reflect long-term trends, so as to avoid distortions caused by short-term fluctuations; whereas GD’s methodology reflected short-term results.

In its response, GD noted that, under the Truth-in-Negotiations Act (TINA) it was required to identify cost or pricing data that was “accurate, current, and complete”—and thus was required to update actuarial assumptions with actual cost information where known. GD also argued that its market return data was “historical fact” and not an actuarial assumption of any sort. GD also asserted that using actual market returns reflected its “best estimate” of pension costs to be incurred, and thus complied with the fundamental requirement of CAS 412.

Judge Peacock, writing for the ASBCA, found that a fact is not an assumption, when viewed in isolation. However, when viewed in the context of pension accounting, the rate of return of plan assets was an actuarial assumption subject to the requirements of CAS 412. Judge Peacock also found that there was no conflict between the CAS pension measurement requirements and the FAR Part 15 TINA requirements, writing—

There is no conflict between the CAS and FAR cost or pricing data requirements. Although the FAR does require submission of ‘accurate, complete and current’ cost or pricing data for consideration, it does not dictate the relative importance of submitted data or how that data will be used in cost estimation, negotiation and pricing. Appellant assumes that the most current data is also the most accurate and complete data. That may or may not be the case. Appellant's assumption is particularly problematic here because the RPFPRs [Revised Proposals for Forward Pricing Rates] specifically (and pension cost estimation generally) are intended to make projections a number of years into the future. Moreover, the government maintains that the relevant ‘current’ (as well as most accurate) data is that required for use in the CAS 412 measurement methodology.

GD lost. It filed a Motion for Reconsideration. It lost that Motion as well. Then it filed an Appeal at the Federal Circuit. It lost there as well. Notably the decision was divided, with what seemed to us to be a well-reasoned dissenting opinion from Judge Wallach.

Let’s first look at the majority ruling, which affirmed the ASBCA decision. As might be expected, the Appellate decision essentially reiterated the ASBCA’s logic. For example, Judge Lourie, writing for the majority, wrote that—

We agree with the government that General Dynamics’ use of midyear market values and the subsequent blended rate for the base year violate CAS 412-50(b)(4). First, both the midyear market value and the subsequent blended rate are actuarial assumptions. CAS 412-30(a)(3) defines an ‘actuarial assumption’ as an ‘estimate of future conditions affecting pension cost.’ As a matter of principle, we agree with General Dynamics’ proposition that the actual value of the plan assets on a given day is a historical fact, not an actuarial assumption. That historical fact, however, must be distinguished from the two decisions concerning which data point to use and how that data point affects the established rate. …

Contrary to General Dynamics’ assertion, the presumed accuracy of the midyear value in the base year does not make the use of that value and the subsequent blended rate compliant with CAS. Indeed, the ‘accuracy’ argument raised by General Dynamics ignores the fact that the forward pricing rate is not only for the base year, but for a projection from three to nine years into the future. Indeed, even if General Dynamics’ approach may be an accurate representation over the short term, that is only because it impermissibly reflects short-term fluctuations. General Dynamics’ method improperly locks in that short-term fluctuation causing a distortion that alters the level of growth throughout the rest of the projection.

Judge Wallach did not agree with the majority opinion. He wrote—

The ASBCA’s decision denying GD’s appeal rests on two invalid assumptions, either of which, if corrected, is sufficient to mandate reversal: First, GD’s use of current, intra-year data is not an ‘actuarial assumption’ within the meaning of CAS 412; Second, even if the data used is an actuarial assumption, the actuarial assumption does not result in ‘distortions caused by short-term fluctuations.’ CAS 412-50(b)(4). For each reason, the Government did not carry its burden to prove a CAS violation. …

There is no evidence that GD’s use of intra-year data results in distortions caused by short-term fluctuations. To the contrary, the record reveals that GD’s method has proven more accurate. We should not require companies to abandon decades-long practices that are compliant with the CAS for less accurate calculating methods suggested by the Government.

Unfortunately for General Dynamics, any future hopes rest with the Supreme Court. And, as we all know, SCOTUS does not agree to hear very many government contracts cases.

For the rest of you, consider this: General Dynamics is one of the largest defense contractors in the world. It has access to some of the best accountants, actuaries, and attorneys. And it still ran afoul of DCAA. GD’s situation ought to make you worried—because if GD can screw up CAS compliance, then so can you.

 

CAS and FAR Collide at DOE Site

E-mail Print PDF

Atomic_Collision
What happens when a contract clause makes unallowable indirect costs required to be allocated by Cost Accounting Standards (CAS)? Let’s find out, courtesy of this recent audit report by KPMG LLP, courtesy of the DOE Inspector General.

In 2007, Savannah River Nuclear Services (SRNS) received a Management and Operating (M&O) contract from the Department of Energy (DOE) to manage and operate the Savannah River Site. SRNS was a joint venture whose members included Fluor Federal Services, Inc. (FFS), Newport News Nuclear (NNN), and Honeywell International. FFS was the majority owner of the SRNS joint venture.

CAS 403 required Fluor to allocate Home Office expenses to both FFS and SRNS, since those two entities met the CAS 403-30 definition of a “segment”. Unfortunately, the M&O contract contained a special “Section H” clause – H-20 – which stated, “Home office expenses, whether direct or indirect, relating to activities of the Contractor are unallowable, except as otherwise specifically provided in the Contract or specifically agreed to in writing by the Contracting Officer consistent with DEAR 970.3102-3-70."

The Home Offices expenses allocated by Fluor to SRNS were not charged to the M&O contract. We assume they were written off against profit. On the other hand, Home Office expenses allocated to FFS were received in the FFSI G&A expense pool and included in allowable G&A expenses allocated to FFS cost objectives.

The inclusion of Fluor Home Office expenses in FFS indirect cost rates would not normally be a problem, except when FFSI employees charged to the SRNS M&O contract on a “labor loaned” basis.

The DOE IG hired KPMG LLP to perform an audit on the loaned labor costs from FFSI to SRNS. (DCAA auditors take note! Historically, that would have been DCAA and not KPMG performing such audit work.) KPMG found—

In accordance with the Loaned Employee Agreement and Cost Transfer Agreement between SRNS and FFS, employees loaned to SRNS by FFS under the corporate reachback arrangement were billed at actual cost plus applicable FFS burdens (fringe benefits and G&A costs). The fully burdened costs including travel expenses for the employees under the corporate reachback arrangement were billed to SRNS and charged to the M&O contract.

KPMG confirmed that Fluor’s Home Office expenses were included as allowable costs in the G&A rates applied to labor loaned from FFS to SRNS. KPMG estimated that $1,256,481 in Home Office expenses had been billed to SRNS between 2008 and 2012, plus an additional $36,763 in related Facilities Capital Cost of Money (COM) allocations.

For its part, SRNS argued that the indirect cost burdens applied to loaned labor were fully allowable. As KPGM wrote—

SRNS management stated that the H-20 clause within M&O contract DE-AC09-08SR22470 and DEAR 970.3102-3-70 applies only to the DOE contractor, SRNS, and therefore, the fully burdened FFS corporate reachback costs (which include home office allocations from Fluor Corporation and Fluor Government Group Headquarters via the FFS G&A rate) charged by SRNS to the M&O contract were appropriate, because the FFS G&A costs are attributable to FFS and not SRNS.

The SRNS management response was printed, in full, in the KPMG audit report. It is a masterly discourse on why the DOE M&O contract clause is not applicable to labor loaned from FFS to SRNS. Unfortunately, it did not persuade the DOD IG nor did it persuade the cognizant DOE Contracting Officer—who “initiated action.to disallow the $1,256,481 in home office expenses” that KPMG had identified.

We’ll have to see whether Fluor pays up, negotiates a smaller settlement, or takes this issue to Court. In the meantime, the DOD IG gets an opportunity to tout some questioned costs, courtesy of KPMG LLP.

 

 

Judge Promotes DCAA Contract Audit Manual to Federal Regulation Status

E-mail Print PDF

Scales_of_Justice
Wow.

If ever an ASBCA decision cried out for a Motion for Reconsideration, this one is it. It concerns the application of J.F. Taylor, Inc. for recovery of legal fees and expenses pursuant to the Equal Access to Justice Act (EAJA). J.F. Taylor’s application was denied.

You remember J.F. Taylor, don’t you? We wrote about the case here. It was a critical case, as DCAA’s methodology for determining the reasonableness of a contractor’s executive compensation was thrown out as being “fatally flawed statistically.” DCAA questioned roughly $849,000 of Taylor’s exec comp costs, which led to a DCMA demand for about $620,000. The government’s legal case went down in flames, and only about $42,000 of the originally questioned $849,000 was found to have been unreasonable.

Pursuant to the EAJA, J.F. Taylor sought reimbursement of legal fees and expenses associated with its legal victory. As Judge Shackleford wrote—

The government concedes that JFT timely filed its application, that JFT is a prevailing party in these appeals, that JFT meets the net worth and maximum employee requirements for the EAJA, and that the costs the applicant seeks to recover ($192,325.83) were incurred in these appeals and were reasonable. The sole issue disputed by the government and the sole issue we decide is whether the government has proved that it was substantially justified in its position in the appeals.

Notwithstanding the fact that DCAA’s methodology—and the DCMA Contracting Officer’s reliance on it—was flawed, Judge Shackleford found that “the government’s conduct was reasonable and substantially justified” for several reasons. Among the reasons cited by the Judge was this humdinger of a legal error—

… the method used by the government to evaluate the reasonableness of executive compensation had been used over a long period of time and this methodology was part of the DCAA contract audit manual. Cf. R&B Bewachungsgesellschaft mbH, ASBCA No. 42221, 93-3 BCA If 26,010, aff'd on recon., 94-1 BCA 126,315 (government position substantially justified where based on published regulation).

Did you see that?

Judge Shackleford just wrote that the DCAA Contract Audit Manual was a “published regulation”. We all know that’s simply not true. If it were a published regulation, for instance, then public comments would be solicited when revisions were considered. If it were a published regulation, for instance, you could find the DCAA CAM on the Code of Federal Regulations (CFR) website.

Just to name two “for instances”.

We bet we could also find other legal precedents that clearly found that the DCAA CAM did not have the effect of a regulation. We trust the Wiley Rein attorneys will cite them in the Motion for Reconsideration that we hope is coming. In the meantime, trust us: the DCAA CAM is not a Federal regulation.

So here’s the deal.

DCAA has lost twice on the exec comp issue—Metron and J.F. Taylor. The audit agency continues to use its “fatally flawed” methodology to question exec comp costs of smaller contractors—the ones who can’t afford to fight back. We know this because at least one of those contractors is among our clientele.

The government will continue to aggressively pursue this approach because it suffers no penalty, no legal sanction, for doing so. The government will continue to line its pockets with “unreasonable” executive compensation because no Court seems to be interested in stopping government officials from doing so—even though the methodology strikes us as being akin to extortion.

The only way to sanction DCAA and DCMA and the Department of Justice for continuing to advance their flawed legal theories is to award reasonable legal fees and expenses to the contractors to have the gumption to take this issue on, and to prevail.

Now Judge Shackleford has taken away that stick—and he’s done it via a fatally flawed legal analysis.1

Wow.

1 We are not attorneys! Our perception of Judge Shackleford’s analysis may itself be fatally flawed. But we believe that equity and comity demand that this decision be reversed on reconsideration.

 


Page 146 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.