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

DFARS Revised to Enhance Competition by Making It Harder to Achieve Competition

E-mail Print PDF

On June 26, 2012, the Defense Federal Acquisition Supplement (DFARS) was revised “to address acquisitions using competitive procedures in which only one offer is received.” Readers of this blog should not be surprised. After all, we told you it was coming more than a year ago.

At that time, we took DOD officials to task for prohibiting DOD Contracting Officers from using the flexibilities provided by the FAR to determine whether or not they had achieved “adequate competition” in their acquisitions. To be specific, the FAR provided three means by which adequate competition could be achieved (see 15.403-1(c)(1)(i) through 15.403-1(c)(1)(iii). DOD told its Contracting Officers that only one of the three methods was acceptable.

We refer you back to our 2010 article (link above) for details on the DOD policy guidance, and our issues with it. For purposes of this article, suffice to say that DOD’s policy reduced the ability of Contracting Officers to determine that their acquisitions had achieved adequate price competition, and thus forced them into using “cost analysis” (instead of “price analysis”) in order to determine that the bidders’ prices were “fair and reasonable.” We opined that this reduction in authorized regulatory was a mistake.

Using understated language typical of our academic, disinterested, approach to analysis, we wrote—

There is nothing about this memo—from the bureaucratic maneuvering to avoid the transparency of the public rule-making process, to the willful blindness to existing regulatory flexibility within a regulatory schema not known for flexibility—that we think has any merit.

We’ll note for the record that, more than a year ago, we linked the DOD policy position to recent DCAA findings that certain subcontract awards were problematic because only one offer was received. (You can find details in our original article.) We just spent a week discussing the reasonableness of subcontractor pricing when challenged by DCAA. It is clear to us (as we told our readers) that DCAA and DOD’s recently created Pricing Directorate are driving this issue. And so now we have a final DFARS rule, making the policy position formal regulatory guidance for DOD Contracting Officers. (You’ll note that the formalization of the policy position addresses one of our complaints, quoted above.)

According to the promulgating comments, the final rule clarifies that the policy revision is aimed to emphasize the need for increased competition and, in the case where only one offer is received, provide direction to DOD Contracting Officers regarding next steps. Before we delve into the details, let’s clarify that the issue that the DAR Council was trying to address was this: Competition was expected (thus the use of competitive procedures), but only one offer was received. Regardless of what the FAR says, the receipt of only one offer indicates a problem: (1) acquisition and market planning were poorly done, (2) the solicitation was poorly drafted, or (3) the incumbent was so strongly positioned that no other bidder could effectively compete. So that’s the issue; let us now delve into the details of the new rule.

(One more caveat: As always, we are going to discuss the points that we find interesting. We are not going to recite the entirety of the rule. You should click on the link we provided and read the rule for yourself.)

Many parts of the DFARS were revised. In particular, a new Subsection (215.371 “Only One Offer”) was created. 215.371-1 (Policy) states—

It is DoD policy, if only one offer is received in response to a competitive solicitation—

(a) To take the required actions to promote competition (see 215.371–2); and

(b) To ensure that the price is fair and reasonable (see 215.371–3) and to comply with the statutory requirement for certified cost or pricing data (see FAR 15.403–4).

The policy statement illustrates the shift between the initial draft and the final rule, which seemed to be driven by some excellent comments from the public. The DAR Council stated—

The policy statement is completely rewritten to shift the emphasis away from whether the circumstances described at FAR 15.403–1(c)(1)(ii) constitute adequate price competition, to an emphasis on the objectives of the rule, i.e., to increase competition and, if only one offer is received nevertheless, to make sure that the price is fair and reasonable and that the statutory requirements for obtaining certified cost or pricing data are met.

Indeed, the revised rule expressly states that if only one offer was received, despite the “reasonable expectation” that more than one would be received, then that situation may constitute adequate price competition—but only if an official at one level above the contracting officer approves the contracting officer’s determination that the offered price is reasonable. Otherwise—

Obtain from the offeror cost or pricing data necessary to determine a fair and reasonable price and comply with the requirement for certified cost or pricing data at FAR 15.403–4, in accordance with FAR provision 52.215–20. For acquisitions that exceed the cost or pricing data threshold, if no exception at FAR 15.403–1(c) applies, the cost or pricing data shall be certified; and [the contracting officer will proceed with negotiations on the basis of the certified cost or pricing data].

The revised DFARS subsection under “adequate price competition” now reads (in part)—

Adequate price competition normally exists when—

(i) Prices are solicited across a full range of step quantities, normally including a 0–100 percent split, from at least two offerors that are individually capable of producing the full quantity; and

(ii) The reasonableness of all prices awarded is clearly established on the basis of price analysis (see FAR 15.404–1(b)).

In addition to the foregoing, much verbiage was written discussing whether or not this policy revision applies to acquisitions of commercial items, or to DOD acquisitions from the GSA Federal Supply Schedules. The answer? Yes, it does.

So there you have it. The DAR Council is doing what it is doing, and neither your kvetching nor our kvetching will not stop the policy change. We’ll let the DAR Council have the final word on the matter.

The purpose of this rule is not just to save money but to ensure the integrity of the process. More competition benefits all parties, including small businesses. Although it is possible to demonstrate that increased competition strengthens the industrial base and has a beneficial impact on pricing, the benefits are not readily quantifiable. DoD is tracking improvement in the percentage of effective competition (more than one offer). DoD has always had a fiduciary responsibility to determine that prices are fair and reasonable. The most basic pricing policy at FAR 15.402 is that the contracting officer shall purchase supplies and services from responsible sources at fair and reasonable prices. Unless certified cost or pricing data is required by law (see FAR 15.403–4), the contracting officer is required to obtain data other than certified cost or pricing data as necessary to establish a fair and reasonable price. This rule provides a mechanism to accomplish that goal when a competitive solicitation does not result in more than one offer. As revised, the final rule does not impose unnecessary burdens.
 

United Technologies Settles Criminal Arms Export Charges for $76 Million

E-mail Print PDF

Z-10
First, we’d like to thank the Justice Department for an unusually detailed press release, in which it announced that several subsidiaries of the United Technologies Corporation (UTC) had agreed to plead guilty to (1) violating the Arms Export Control Act, (2) making false statements in connection with “belated” disclosures of making illegal exports to China, and (3) failing to make timely disclosure of defense related exports to China. As part of the deferred prosecution agreement worked out with the DOJ, the UTC companies agreed to pay $75.7 million and to retain an Independent Monitor for the next two years (who will watch over UTC’s compliance with export control laws and regulations).

Ouch.

The settlement concerned the actions of two UTC subsidiaries, Pratt & Whitney Canada Corp. (PWC) and Hamilton Sunstrand Corporation (HSC). The matter involved illegal sales of defense equipment to China in connection with China’s development of a modern attack helicopter, the Z-10. As the DOJ press release reminded readers—

Since 1989, the United States has imposed a prohibition upon the export to China of all U.S. defense articles and associated technical data as a result of the conduct in June 1989 at Tiananmen Square by the military of the People’s Republic of China.  In February 1990, the U.S. Congress imposed a prohibition upon licenses or approvals for the export of defense articles to the People’s Republic of China.  In codifying the embargo, Congress specifically named helicopters for inclusion in the ban.

Dating back to the 1980s, China sought to develop a military attack helicopter.  Beginning in the 1990s, after Congress had imposed the prohibition on exports to China, China sought to develop its attack helicopter under the guise of a civilian medium helicopter program in order to secure Western assistance.  The Z-10, developed with assistance from Western suppliers, is China’s first modern military attack helicopter.

PWC sold China engines for the Z-10. But according to the DOJ, “PWC determined on its own that these development engines for the Z-10 did not constitute ‘defense articles,’ requiring a U.S. export license, because they were identical to those engines PWC was already supplying China for a commercial helicopter.” That sounds somewhat legit, but (as the DOJ reported), “because the Electronic Engine Control software, made by HSC in the United States to test and operate the PWC engines, was modified for a military helicopter application, it was a defense article and required a U.S. export license.”

So because the software that controlled the engines was modified for military applications, that made the (otherwise commercial) engines into military articles, subject not only to export control but also to a flat-out export prohibition by Congress. DOJ reported, “PWC knowingly and willfully caused this software to be exported to China for the Z-10 without any U.S. export license.  In 2002 and 2003, PWC caused six versions of the military software to be illegally exported from HSC in the United States to PWC in Canada, and then to China, where it was used in the PWC engines for the Z-10.”

Notice the use of the phrase “knowingly and willfully.” The Justice Department was convinced that this export control violation was more than an “oopsie.” It told readers—

PWC knew from the start of the Z-10 project in 2000 that the Chinese were developing an attack helicopter and that supplying it with U.S.-origin components would be illegal.  When the Chinese claimed that a civil version of the helicopter would be developed in parallel, PWC marketing personnel expressed skepticism internally about the ‘sudden appearance’ of the civil program, the timing of which they questioned as ‘real or imagined.’  PWC nevertheless saw an opening for PWC ‘to insist on exclusivity in [the] civil version of this helicopter,’ and stated that the Chinese would ‘no longer make reference to the military program.’ PWC failed to notify UTC or HSC about the attack helicopter until years later and purposely turned a blind eye to the helicopter’s military application.

Apparently, PWC was not a good corporate citizen and kept any doubts about the ultimate use of its engines (and software) to itself, and pulled the wool over HSC’s eyes. DOJ stated, “HSC in the United States had believed it was providing its software to PWC for a civilian helicopter in China, based on claims from PWC.” One wonders whether PWC felt pressure to make its sales numbers, or whether there was another reason it felt compelled to lie to its sister UTC subsidiary and make the China engine deal happen. The Justice Department thinks it knows the answer to that question. It reported—

According to court documents, PWC’s illegal conduct was driven by profit.  PWC anticipated that its work on the Z-10 military attack helicopter in China would open the door to a far more lucrative civilian helicopter market in China, which according to PWC estimates, was potentially worth as much as $2 billion to PWC.

But eventually, HSC realized that it was being lied to. DOJ stated, “By early 2004, HSC learned there might an export problem and stopped working on the Z-10 project.” But that didn’t stop PWC from its determination to make the sale. DOJ stated, “Regardless, PWC on its own modified the software and continued to export it to China through June 2005.”

According to the DOJ, it took pointed “queries” by an outside “investor group” to make UTC realize it had an export control problem on its hands. In July 2006, UTC made an initial disclosure to the State Department and followed up with subsequent disclosures over the next few months. The problem was—according to DOJ—UTC made “numerous false statements” in its disclosures. DOJ reported—

Among other things, the companies falsely asserted that they were unaware until 2003 or 2004 that the Z-10 program involved a military helicopter.  In fact, by the time of the disclosures, all three companies were aware that PWC officials knew at the project’s inception in 2000 that the Z-10 program involved an attack helicopter.

The U.S. Attorney summarized the case thusly—

PWC exported controlled U.S. technology to China, knowing it would be used in the development of a military attack helicopter in violation of the U.S. arms embargo with China. PWC took what it described internally as a ‘calculated risk,’ because it wanted to become the exclusive supplier for a civil helicopter market in China with projected revenues of up to two billion dollars.  Several years after the violations were known, UTC, HSC and PWC disclosed the violations to the government and made false statements in doing so.

We wonder if the UTC subsidiary (Pratt & Whitney Canada) took a $76 million fine into account, when it calculated the risks associated with its intentional export control violation? We think not.

 

The Reasonableness of Subcontractor Costs—Part 3

E-mail Print PDF

This article continues the story of KBR and its DFAC subcontractor, Tamimi, in support of contingency operations at Camp Anaconda, Iraq. In a recent legal decision, KBR lost out on at about $30 million in payments to Tamimi, because it was unable to show that those payments were based on prices that were fair and reasonable. This is Part 3 in a series of articles exploring that legal decision.

In the previous articles, we told you that KBR wasn’t paying Tamimi for services rendered, because of problems with the procurement file and concerns over Tamimi’s pricing for DFAC services. KBR and Tamimi entered into a series of complex negotiations that resulted in at least three retroactive price discounts. But by this point, the Defense Contract Audit Agency (DCAA) had zeroed-in on Tamimi and its billings to KBR.

The auditors’ focus was on the number of “boots through the door” into the DFACs. As the Court summarized—

… the genesis of this controversy was a misunderstanding about the services to be provided at the DFACs. KBR worked from the standpoint that these were fixed-price contracts that provided the Army with a turnkey service; it would retain a subcontractor to establish a DFAC wherever the Army requested one—a fixed cost—and that subcontractor would be prepared to serve the number of troops that eventually were present at that location, regardless of the number of troops that actually utilized the facility. … DCAA, however, viewed the DFACs as variable-priced contracts where the costs were based on the number of soldiers actually coming through the DFAC doors.

In response to DCAA’s concerns, KBR modified its subcontracts to be more transparent; however—

… this contractual modification came too late to satisfy DCAA, and on February 14, 2004, DCAA issued its first Form 1 against all prior DFAC payments, claiming that KBR was owed only what was spent on meals actually served. … Other Form 1s followed, and at the height of the controversy, DCAA was withholding over $200 million from KBR for DFAC services.

The government’s position evolved and, eventually, “Ms. DeRoche explained that the accuracy of the invoicing and cost information between KBR and its subcontractors was not ‘the substantial question’—the reasonableness was.” [Emphasis added.] The Court wrote—

The [government’s team] began its mission by enlisting the services of a consultant—RCI—to provide analytical support to come up with a ‘should-cost analysis’ whereby the team would pull together the available data to attempt to devise an independent model of what the costs should have been at various DFACs. … However, the [Team] abandoned this effort given the complexity and the number of different variables involved. … One reason in particular for moving away from the should-cost analysis was that it relied on the [Team] having access to particular data for each DFAC facility, and, for some of the relevant sites and periods of performance, no records were kept on the actual number of troops that had eaten at each DFAC site. … Without knowing the exact number of troops at each DFAC site, the should-cost analysis was not going to be particularly useful.

In order to assess the reasonableness of KBR’s (and Tamimi’s) pricing, the government team eventually developed a parametric model and used the results of that model to negotiate a $55 million global settlement with KBR. However (as the Court noted), “According to the model, the site-specific reasonable amount for Camp Anaconda was calculated to be $106,565,119.00, which happened to be greater than the $105,623,149.00 that KBR had invoiced in subcontract costs at the site.” In any case, the settlement price was officially determined to be “fair and reasonable.” The Court found that, “On July 26, 2005, KBR and the Army executed Modification 38 to TO 59. Modification 38 implemented the Global DFAC Settlement and converted KBR’s DFAC subcontract effort—less the $55 million decrement—into a firm-fixed-price contract, thereby establishing the adjusted billing as a reasonable amount immune from future audits.”

But that global settlement did not ease DCAA’s continued concerns with the subcontract prices paid by KBR to Tamimi at Camp Anaconda. “On July 19, 2006, DCAA issued a preliminary findings report regarding DFAC services at Anaconda that questioned $44.8 million in KBR costs.” KBR responded to the preliminary DCAA report, pointing out several flaws with the DCAA analysis. The DCAA auditors reviewed KBR’s response and, in response, began to modify their position. The Court summarized DCAA’s evolving position on the reasonableness of Anaconda DFAC costs as follows—

DCAA did not respond to KBR for almost a year, but during that period its own internal position on the amount of costs that should be questioned varied significantly. By January 2007 David M. Fisher, a DCAA auditor … adjusted the calculation method, which lowered the amount of questioned costs to $39.2 million. … However, by January 19, 2007, Mr. Fisher had further adjusted this figure downward to $28.6 million … and by February 2, 2007, Mr. Fisher had arrived at calculations questioning only $5.1 and $1.6 million,

The Judge recited more internal DCAA maneuvering, but the official position did not change. “On January 29, 2008, DCAA issued a Form 1 suspending a total of $41.1 million—inclusive of the fee collected by KBR on the questioned amount—for amounts billed to the Government for DFAC services provided at Camp Anaconda.” KBR submitted a claim to the cognizant Contracting Officer, but he did not issue a Final Decision. And so KBR filed its appeal in the Court of Federal Claims in June, 2009, roughly two years after DCAA had issued its Form 1.

The Judge’s decision turned on whether or not KBR was able to show that its costs were “reasonable,” as that term is defined in the FAR. As the Judge wrote—

FAR 31.201-3 affords the court significant discretion in determining whether or not claimed costs are reasonable and sets forth a non-exhaustive list of circumstances to be considered. See FAR 31.201-3(b)(1)-(4). Despite this guidance, case law in which a court or the Armed Services Board of Contract Appeals (“ASBCA”) has exercised its discretion and evaluated the reasonableness of a claimed cost in similar circumstances is limited.

But the Judge was clear that KBR had the burden of proof. The government, as defendant, “simply” made the argument that KBR had “failed to meet its burden that Tamimi’s prices were reasonable.” KBR, for its part, argued that its decisions were prudent, when all the facts and circumstances were taken into account. The Judge agreed with KBR—to a point--writing—

Plaintiff [KBR] consistently advocates that it acted in a ‘prudent manner’ in negotiating prices with Tamimi and that, when the realities of the situation KBR faced at Anaconda are taken into consideration—the various environmental factors such as the threat to supply lines and personnel, along with the need to fulfill the demands of the Government in performing under LOGCAP III—the court should find that the outcome with Tamimi, although perhaps not ideal from a ‘conference room’ perspective, was reasonable. … (‘Viewed in the totality of the circumstances, KBR’s actions may not have been perfect but were prudent, and are not properly subject to Government second guessing . . . .”) … (“The standards the Court must apply do not, as suggested by the Government, relate to ‘conference-room’ contracting . . . but rather are those from the crucible of a war . . . .”). The court concurs with plaintiff’s point, with the following caveat: while plaintiff’s decisions must be viewed in the context in which they were made, and thus must take into account the realities that KBR personnel and its subcontractor were facing at the time, this willingness to expand ‘reasonable’ beyond the ‘conference room’ is confined to circumstances when KBR was dealing with realities over which it had no control….

… KBR cannot now point to a deficit in bargaining power and contend that its weakened state entitles it to greater latitude when the court makes a reasonableness determination on the product of those negotiations. A contractor may not itself manufacture—or in this case exacerbate—a situation that leads to higher costs for the Government and then attempt to pass the ultimate financial responsibility for that situation on to the Government. Because it was KBR, and not the Government, that contributed to its weakened negotiation position, it is KBR, and not the Government, that bears the financial risk of whatever fiscal concessions Shabbir Khan was able to wrangle out of KBR due to Tamimi’s greater bargaining power on this issue. The Government agreed to compensate KBR for costs reasonably incurred under LOGCAP III; it did not agree to be an insurer of any business decision that KBR attempted to implement and will not be held to such a standard.

[Emphasis added.]

But the Judge had more (a lot more to say). She wrote—

Plaintiff seeks costs that were incurred during the six-month period … emanating from a war initially conducted as a contingency operation beginning in March 2003 that became a sustained effort; costs that were impacted by fluctuating projections for the number of troops on the ground; costs that were driven by the singular goal of putting DFAC facilities in place to offer warm meals to the troops by July 4, 2003; costs that were the product of first-generation contracts that lacked certain formalities required by plaintiff’s customary procurement policies because the subcontractor undertook to provide DFAC services while its subcontract was being finalized; costs that flowed from fixed-price contracts with a subsidiary in a foreign contractual environment for which the record amply supports the politically infelicitous label of tolerating questionable practices for securing and maintaining business relationships; and costs that were the subject for hand-wringing and finger-pointing once those in authority became aware of the asymmetry, i.e., that the taxpayer was footing the humongous bill for DFAC services that were not utilized. … Correspondingly, the court finds that the Army did not foist upon plaintiff the fixedprice subcontract arrangement with vendors such as Tamimi. … Plaintiff wanted the work, got on the ground early, and took on the risk under its costplus contracts that it would not be able to pass on to the Government its subcontractors’ prices negotiated in a challenging environment when the prime contractor had few options. No one should be heard to play the violin tune of we-couldn’t-abandon-our-commitment-to-feeding-the-troops. Sincere as plaintiff’s commitment was to providing for the troops, this is no proxy for proof of reasonable costs.

KBR’s primary proof of the reasonableness of Tamimi’s pricing was the several negotiations it undertook, negotiations that resulted in retroactive credits and future price decreases. Unfortunately for KBR, Judge Miller found that “the weight of the evidence demonstrates that [KBR’s] negotiations were not conducted reasonably.” She wrote—

Although the court does not agree with defendant that Ms. Hayes [KBR’s negotiator] should have complied with all of KBR’s procurement policies and procedures to yield a reasonable negotiation, the dearth of any contemporaneous notes is disconcerting, not only because of the complexity of the matters dealt with in the negotiations, but also because the only record evidence available to the court is the Negotiation Memorandum with its errors and omissions and Ms. Hayes’s broad-brush testimony. Ms. Hayes did not set any particular target goals for the negotiation, other than obtaining some decrease in price, ownership of the facilities, and a contract extension. It thus becomes difficult to say how successful the negotiations were because the court is unaware of how much KBR wanted to achieve. Except for the initial request for a 45% discount across the board … which was on the order of an opening salvo, the court has no evidence as to how the negotiations actually were conducted. …

When she was selected to negotiate with Tamimi, Ms. Hayes was not particularly informed about the contractual situation concerning Anaconda. … Although she prepared herself for the negotiations over the intervening month, it does not appear that she gained much insight into the circumstances of the situation that she was tasked to negotiate. Her casual attitude in approaching the negotiations … reveals a lack of appreciation of the nuances present in this situation with which every other party to this dispute, including this court, has struggled. The issues at hand were complex and the facts surrounding the dispute went back more than a year, yet during the negotiations, Ms. Hayes did not ask a single KBR employee for analytical support. These observations and, as argued by defendant, the several serious errors reflected in the Negotiation Memorandum regarding the contractual situation at the time—the most notable being that Ms. Hayes seems to have been under the impression that the original prices at Anaconda were fair and reasonable…—do not support plaintiff’s argument for reasonableness.

KBR also attacked the DCAA analysis of price reasonableness. The Court found that DCAA’s position did evolve substantially as the result of its internal discussions. Judge Miller wrote—

Plaintiff [KBR] points out that, after receiving Mr. Bishop’s response a mere month after DCAA issued its preliminary findings, DCAA took approximately a year before responding to KBR. … During that time frame, DCAA’s internal position on how much of KBR’s costs to question varied wildly, from as low $1.6 million to as high as $39.9 million, the amount questioned in the final audit. … Plaintiff cites the testimony of Mr. Moskal to demonstrate that, even as a DCAA supervisor, he could not explain the numerous positions that DCAA occupied. … Illustrative of what plaintiff characterized as DCAA’s ‘moving target,’ … Mr. Moskal could not explain the path from the initial $44.8 million in 2006 to Mr. Fisher’s questioned costs ranging from $39.2 million to $28.7 million, to $5.1 million, to $1.6 million, to Mr. Duggan’s $37.1 million in questioned costs (as well as his $12.2 million and $13.9 million), culminating in November 2007 in the Form 1 that questioned $39.9 million. … Mr. Moskal found no need to support intermediate steps: ‘We’re supporting the final conclusion which is $39.9 million.’ … Plaintiff concludes that ‘DCAA was simply unable to justify the unjustifiable . . . [and that] [i]ts process . . . was corrupted by a drive for results over reasonableness.’ … Further, plaintiff notes that ‘[t]he Government in litigation has abandoned the DCAA’s flawed audit, which is the best evidence of its lack of merit.’ …

[But] defendant [the Government] dismisses plaintiff’s focus on the DCAA audit analysis as ‘primarily a distraction because the Government case does not rely upon the DCAA audit report to defeat KBR’s claim, but rather upon KBR’s failure to meet its burden of proof in response to the costs challenged by the audit report.’ … Defendant contends that the DCAA audit report ‘is just not relevant at this point in the case, having already served its purpose of raising questions to the contracting officer regarding the Camp Anaconda prices.’ … Thus, defendant concludes that, ‘[w]hatever flaws there might have been in the audit report, they do not advance KBR’s case.’

Unfortunately for KBR’s arguments—

While the court understands that circumstances forced plaintiff to disagree with DCAA’s approach, and DCAA’s approach was to question, not establish, the reasonableness of KBR’s costs, it is less than persuasive to present a rebuttal to an approach argued to be unreasonable as proof itself of reasonableness. By plaintiff’s logic, successfully rebutting DCAA’s unreasonable approach, to be detailed further, would establish the reasonableness of KBR’s costs. Successfully rebutting DCAA’s approach could warrant only a finding that plaintiff has fended off that particular avenue of attack, not that it has presented evidence for reasonableness. Given that the precise issue is not the reasonableness of DCAA’s audit, the court concurs with plaintiff that DCAA’s approach was deficient by failing to take into account, and appropriately adjust for, some of the factors that made Anaconda unique among DFACs in Iraq. …

However, rather than illustrate that DCAA was unreasonable in questioning KBR’s costs, the finding that the court can derive from the erratic audit process is that, because of the facts on the ground, it is a difficult task to attempt to unravel and quantify the costs that KBR incurred at Anaconda. The court agrees with defendant that ‘the final [audit] opinion . . . reflected DCAA’s best estimate of the overcharging by KBR.’

[Emphasis added.]

This next part of the decision is critical for those contractors who are having difficulties with DCAA right now. (Okay, that’s everybody.) The Judge wrote—

Regardless of how DCAA arrived at its final amount, the issuance of the Form 1 charged plaintiff with the burden to prove the reasonableness of its costs and establish its entitlement to the sum that the Government was questioning. As a matter of logic, plaintiff’s showing that the Government entertained higher and lower amounts in arriving at the questioned amount does not lead to a finding that KBR’s costs were, in fact, reasonable. That finding becomes sound only if one adds the additional premise that, in the absence of a showing of unreasonableness, a contractor’s costs are reasonable. This substituted default presumption, however, is not the law; plaintiff is not entitled to claim a presumption of reasonableness simply because the Government has not demonstrated persuasively why the questioned costs are unreasonable.

[Emphasis added.]

Despite numerous problems, however, KBR was able to persuade Judge Miller that some of Tamimi’s prices were reasonable. After all, Tamimi did provide DFAC services and soldiers did eat. The Judge spent some time looking at comparable prices and concluded that KBR was entitled to $11.5 Million in direct costs, plus applicable indirect costs and base fee, for a total of about $12 Million. The remainder of DCAA’s Form 1 suspended costs was deemed to be unreasonable.

In the concluding article of this series, we’ll explore some lessons that can be learned from this complex story.

End of Part 3

 

The Reasonableness of Subcontractor Costs—Part 4

E-mail Print PDF

This article concludes the long and complex story involving LOGCAP contractor KBR and its DFAC subcontractor, Tamimi, in support of contingency operations at Camp Anaconda, Iraq. In a recent legal decision, KBR lost out on at about $30 million in payments to Tamimi, because it was unable to show that those payments were based on prices that were fair and reasonable.

In Part 1, we discussed DCAA’s relatively new contention that subcontractor payments are unallowable when the prime (or higher-tier) subcontractor is unable to demonstrate that the price it’s paying is fair and reasonable, as the FAR requires.

In Part 2, we discussed the stormy marriage between KBR and Tamimi, and how that marriage suffered from several problems (such as noncompliances with the requirements of KBR’s Purchasing System and a lack of payment of Tamimi invoices). Among the bigger problems was a “solution” devised by KBR and Tamimi to construct permanent dining facilities at Anaconda despite initial Contracting Officer objections. As a result of these problems, KBR had significant difficulties demonstrating Tamimi’s price reasonableness, even when attempting to do so after the subcontract had already been awarded.

In Part 3, we discussed DCAA’s concerns with Tamimi’s pricing and issuance of a “Form 1” suspending payments to KBR. We quoted extensively from the Judge’s decision regarding “reasonableness” as an element of cost allowability, and also told readers how simply attacking DCAA’s methodology was insufficient to demonstrate reasonableness when challenged. Judge Miller found that KBR’s deal with Tamimi—especially the pricing structure—was unreasonable. However, she was able to find that some amount of KBR’s payments to Tamimi was reasonable. Hence, KBR recovered about $12 million of the $41 Million initially suspended by DCAA.

In this final article, we want to explore some lessons that might be learned from KBR’s travails.

The first lesson is that Judge Miller was willing to cut KBR some slack. She agreed that what was “reasonable” depended on the context in which the questioned costs were incurred. In particular, she understood that life in a war-zone was different from life in a conference room. However, that slack was given only for those circumstances over which KBR had no control. Where KBR had control of circumstances, she gave the contractor no slack at all. She wrote—

The Government agreed to compensate KBR for costs reasonably incurred under LOGCAP III; it did not agree to be an insurer of any business decision that KBR attempted to implement and will not be held to such a standard.

She also noted that the Army did not “foist” a fixed-price subcontract arrangement with Tamimi; that was KBR’s doing. KBR had the ability to determine the best subcontract type, to conduct (and document) negotiations and, thus, to be prepared to demonstrate why Tamimi’s prices were fair and reasonable. Ultimately, KBR was not able convince Judge Miller that it had done a good job in those areas.

The second lesson is that attacking a flawed DCAA audit methodology will not result in a finding that your costs were, in fact, reasonable. In other words, showing that DCAA acted unreasonably is irrelevant to cost allowability. The contractor bears the burden of proof once the costs are challenged; it is irrelevant whether or not the costs were properly challenged. In this case, there were serious flaws with DCAA’s audit methodology and its conclusions were largely wrong. But once the Contracting Officer agreed with DCAA, it then fell to KBR to demonstrate why its costs (and Tamimi’s prices) were reasonable. This they could not do to the Judge’s satisfaction.

However, the Judge did write that there was more than one way to demonstrate the reasonableness of subcontractor prices. Competition was not always a requirement. In this case, she agreed that a comparison of Tamimi’s current (non-competed) pricing to its previous competitive bid pricing could form an acceptable basis of showing reasonableness. And so KBR was able to recover about a quarter of its DCAA-suspended costs.

The third lesson is that acquisition personnel need to own subcontractor source selection and award decisions. In this case, KBR’s Operations personnel ran roughshod over KBR’s Purchasing System policies and procedures in the name of expediency and troop support. The Judge was not impressed with that rationale and stated that—

Plaintiff wanted the work, got on the ground early, and took on the risk under its costplus contracts that it would not be able to pass on to the Government its subcontractors’ prices negotiated in a challenging environment when the prime contractor had few options. No one should be heard to play the violin tune of we-couldn’t-abandon-our-commitment-to-feeding-the-troops.

KBR deployed its back-office support personnel after the fact, and without tremendous effect. In particular, its key negotiator failed to impress the Judge, and the errors and omissions in the negotiator’s files did not help KBR’s cause. KBR personnel obviously did not work as a coherent team, and let organizational silos get in the way—which cost shareholders quite a bit of earnings.

We think the final lesson is this: contractors need to invest in themselves. Contractors need to have robust business systems (such as Purchasing) with strong command media. Contractors need to train employees in the requirements those systems, and then they need to hold those employees accountable for compliance. In this case, KBR can play a nice “what if?” game. What if it had invested $10 million in enhancing its Purchasing System to meet the challenges of contingency contracting? What if it had invested $10 million in employee training and in internal reviews? What if it had invested $5 million in make sure the Tamimi subcontract met all requirements?

If KBR had done all those things, it would still have $5 million more than it does right now, not counting unallowable legal fees.

 

The Reasonableness of Subcontractor Costs—Part 2

E-mail Print PDF

This article continues the story of KBR and its DFAC subcontractor, Tamimi, in support of contingency operations at Camp Anaconda, Iraq. In a recent legal decision, KBR lost out on roughly $30 million in payments to Tamimi, because it was unable to show that those payments were based on prices that were fair and reasonable. This is Part 2 in a series of articles exploring that legal decision.

In the previous article, we told you that KBR and Tamimi had a complex and tempestuous relationship. Tamimi reimbursed travel expenses for certain KBR employees, and even offered some extra funds on the side to help with recreational activities ancillary to the ostensible purpose for the business-related travel. At least one KBR employee bribed several Army contracting officer personnel to help ensure that work kept going to certain contractors. But the KBR/Tamimi relationship had its difficulties, as we will relate today.

Tamimi was one of several “master subcontract” holders that received subcontracted work from KBR. KBR decided to award work to an individual subcontractor based on various factors, which included more than simply the bid price. Thus, the subcontractor that was awarded work was not always the low bidder. Judge Miller, writing for the Court of Federal Claims, found that—

… while pricing for specific contracts was a factor to be considered, it was not the only criterion governing the decisions. … Not uncommonly, work release awards were made to the master agreement holders that were not actually the lowest bidders for the work. In those cases the rationale was that geographic and other logistical considerations weighed in favor of the higher-priced vendor thereby making it the ‘best value’ to the Army.

After a multiplicity of changed requirements and in somewhat murky circumstances, Tamimi began supporting DFAC services at Camp Anaconda. The Court noted that, “in the rush to stand up DFACs … at the time Tamimi began operating the DFACs at Anaconda under KBR supervision, it did so despite the fact that KBR officials had yet to approve the payment of any money to Tamimi for its efforts.” KBR officials had concerns with Tamimi’s pricing and did not sign-off on the necessary procurement approvals that would permit Tamimi to have its invoices processed by KBR Accounts Payable. Tamimi’s problems getting KBR to pay its invoices in full, on time, would continue to trouble the relationship between the two entities. And yet the two continued to work together, trying to make their partnership work out.

When the Army directed KBR to increase DFAC operations and to construct more permanent facilities at Camp Anaconda, KBR and Tamimi turned to another subcontractor (PPI), who began construction “without a contract or a SOW.” But the notion that KBR would undertake construction of permanent facilities under a contract scoped for support services (and not, we assume, construction) caused problems. The cognizant ACO objected to KBRs plans. In response to the contract scope issues raised by the ACO, KBR personnel “devised a solution whereby … Tamimi would take on PPI as Tamimi’s subcontractor and pay PPI for the new DFAC facilities and then work the costs of the buildings into the PPPD rates that Tamimi was charging KBR at Anaconda.”

Despite payment problems, Tamimi agreed to KBR’s “solution” and further agreed to undertake construction and management of PPI. And PPI, you may remember, had neither a contract nor a SOW. This situation later would prove problematic for KBR in terms of analyzing the reasonableness of Tamimi’s pricing.

In the more immediate near-term, KBR’s decision to have Tamimi construct the permanent facilities would prove to be unwise because, subsequently, the Army changed its “corporate mind” and directed KBR to acquire the facilities from Tamimi. In other words, after everything was said and done, the Army decided to hell with the LOCAP contract scope issues: its support contractor should provide required support. But that decision came too late. Tamimi (quite reasonably) figured that it owned the facilities it had “contracted” with PPI to construct, and expected to make a profit on any sale to KBR. (We assume KBR’s notions of performing cost analysis on Tamimi’s and PPI’s actual costs of construction struck Tamimi as sadly naïve.) Suffice to say, when KBR tried to unwind the complex “solution” it had worked out with Tamimi and PPI, its negotiations with Tamimi proved to be a challenge. In the meantime, Tamimi continued to support DFAC operations at Anaconda.

As these two strings of events unwound, internal KBR procurement personnel had identified “serious violations” of KBR’s procurement system, with respect to subcontracting with Tamimi. As the Court found, “Although Tamimi had been operating as a KBR subcontractor since September 1, 2003, at Anaconda, the Operations personnel still had not generated a [purchase] requisition for the DFAC services by the end of October 2003.” No Purchase Requisition, no contract. No contract, no invoice approval. Accordingly, KBR continued to have Tamimi perform services for which the subcontractor was not receiving payment. As you might imagine, this situation created some friction and made negotiating the sale of the permanent DFAC facilities more difficult than they otherwise might have been.

(Note to contractors: If you want your subcontractor to work with you and support your changing needs, it’s usually a good idea to pay them.)

When a requisition was finally generated, Tamimi submitted an official proposal in response to KBR’s request. The Tamimi proposed price was “almost identical to the amount stated in the requisition form from [KBR] Operations.” That fact raised suspicions.

The Court related the subsequent chain of events as follows—

On November 26, 2003, the Food Service personnel … signed a Justification for Other Than Full and Open Competition justifying the sole source-selection of Tamimi for the Anaconda work. … By December 6, 2003, Mr. Petsche had completed the … paperwork—superseding the [work order] issued on August 25—awarding Tamimi the work at all four DFACs at Anaconda. … By this date WR 3 contemplated a period of performance backdated from September 1, 2003, through March 1, 2004, and it had been signed by Shabbir Khan of Tamimi. However, Mr. Petsche refused to sign WR 3 without the proper authorization from his superiors. … In a December 8, 2003 e-mail to various KBR personnel, Mr. Petsche stated that, aside from WR 3's being beyond his signature authority, even at this date no SOW existed for WR 3—a responsibility of Food Service—thereby making the finalization of a contract impossible. … Mr. Petsche later expressed uncertainty about his ability to justify the high cost of this contract at the time, opining that he ‘could not present it with the data and support [he] had,’ … and foreshadowed the inevitable examination of this chaotic effort by the Defense Contract Auditing Agency (“DCAA”).

The Court spent many pages relating KBR’s internal efforts to justify the reasonableness of Tamimi’s subcontract price. Among the many issues, the Court found that, “Regarding the new DFACs … while KBR had instructed Tamimi to pay PPI for the structures, it had not instructed Tamimi to manage the PPI SOW, effectively meaning that there was no SOW for PPI. … The result was that neither KBR nor Tamimi could justify the $5 million cost of the new DFAC structures at Anaconda.” The procurement files were incomplete in this regard—a not uncommon occurrence for contingency contractors operating in a war zone. Nonetheless, since the files were lacking, KBR tried to develop an “after the fact” price justification for Tamimi. Eventually, the pricing was approved by KBR executives, who accepted the after the fact determination that Tamimi’s pricing was fair and reasonable.

The Court reported—

Despite the … approval for WR 3, the prices that Tamimi were invoicing to KBR for DFAC services throughout Iraq came under scrutiny due in large part to the Army’s and DCAA’s growing objections to the costs. … DCAA had taken particular interest in the Tamimi subcontracts because Tamimi was billing on a PPPD based on either projected or actual headcount, whichever was higher. … When informed by KBR that the Government was questioning the amounts being billed, rather than attempt to work toward a resolution, Tamimi indicated that it would not sign any new [Change Orders] or submit new pricing to KBR, instead preferring to continue billing under the old pricing structure, which was highly favorable to Tamimi.

Eventually KBR and Tamimi were able to negotiate new, lower, pricing. However, the Court noted that KBR’s “attempt to justify the [new] prices, however, was, at best, confused.” Within KBR, certain executives were unsatisfied that Tamimi had offered reasonable pricing; Tamimi invoices continued to not be paid because it was felt their prices were still unreasonable. Eventually, KBR relented and began to pay roughly 50 cents on the Tamimi invoiced dollar. The Judge found that—

These partial payments were computed using the actual headcounts at the site and the average [PPPD] rate paid by KBR to its subcontractors.’ [Sic] However, KBR recognized that ‘[o]n average, these partial payment[s] represent about half of what the subcontractor has requested in payment for the invoices covered.’ … In other words, KBR was still holding a substantial amount of money that Tamimi had billed for its services. According to Mr. Jonas, these ‘slow rolling payments’ were effected in order to give KBR leverage over Tamimi in future negotiations for price reductions.

(Note to contractors: Issuing partial payments to legitimate subcontractor invoices, simply to gain negotiating leverage, is not a best practice, in our view.)

Meanwhile, negotiations continued on DFAC facility ownership and a “host of disputed issues” between KBR and Tamimi. Unfortunately, KBR’s lead negotiator (at this point in time) did not impress the Judge, who wrote—

The court found that the enthusiastic endorsement of Ms. Hayes by Mr. Jonas and plaintiff’s counsel was borne out by neither her testimony nor the record of her negotiations that she included in her Negotiation Memorandum dated March 29, 2005. … Her testimony was in the nature of summations on the topics, flavored with anecdotes. Ms. Hayes’s considerable experience with Air Force procurements before her retirement in 2001 at the rank of Master Sergeant after twenty-three-and-one-half years of service, coupled with a decade in contract-management positions with plaintiff, did not inform her testimony. This was a witness in whom plaintiff reposed enormous confidence and upon whose shoulders plaintiff laid one of its core arguments—that the CO 9 settlement would support the reasonableness of the costs passed on to the Army. As will be examined further, Ms. Hayes was more general than specific, did not appreciate or use KBR’s leverage, fundamentally misunderstood some important facts, and stood up to Shabbir Khan’s posturing, but could not explain what she accomplished other than in overall monetary terms. The court was impressed with this witness as a person, but Ms. Hayes did not convey that she was informed about the history of KBR-Tamimi-Anaconda or savvy about the parties’ respective negotiating leverage. Her Negotiation Memorandum was discounted by defendant’s surgical cross-examination, as well as by the key DCAA auditor, George W. Duggan (“the most senior working level auditor in Iraq” … who testified by deposition. …

Ms. Hayes had only a general sense of Ms. Pettibone’s analysis…. Ms. Hayes could not explain the information that was in her negotiating arsenal other than generalized comments about the type of document she consulted. … (‘Well, the problem was I didn’t know how change order 6 was even allocated, how they came about with the numbers that they allocated.’). She did not relate that she drew on her experience with the Anaconda DFACs. In these circumstances it was unfortunate for the record and in contravention of KBR’s procurement policies … that Ms. Hayes did not prepare a pre-negotiation memorandum, although she was sure about her objectives going into the negotiation. … Ms. Hayes explained that her objectives were to lower the overall price of the Tamimi Seven, with particular emphasis on lowering the price for the work at Anaconda and to resolve the DFAC ownership issue at Anaconda.

[Footnote: As a further inconvenience, Ms. Hayes kept only limited notes from her negotiations with Mr. Khan. … Thus, the following account of the negotiations, at which she was the only KBR member present, is based on her recollection. Her later Negotiation Memorandum contained erroneous information about the history of the contract, although the court credits its recitation of her involvement in the negotiations. But see Tr. at 751 … (testifying that her Negotiation Memorandum does not reflect the actual progress of negotiations, such as from where she started).]

Though KBR and Tamimi eventually reached (a third) agreement on the contentious issues that included another retroactive price discount, DCAA was getting more and more suspicious regarding DFAC billings.

In Part 3 of this series, we’ll look at DCAA’s allegations and what the Judge decided.

End of Part 2

 


Page 174 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.