HTA Aviation, LLC ( 2014 )


Menu:
  •                ARMED SERVICES BOARD OF CONTRACT APPEALS
    Appeals of--                                )
    )
    HTA Aviation, LLC                           )      ASBCA Nos. 57891, 57892, 57893
    )                 57894,58189,58193
    )
    Under Contract No. F34601-03-C-0394         )
    APPEARANCES FOR THE APPELLANT:                     Gretchen A. Benolken, Esq.
    Benolken & Everett, P.C.
    Denton, TX
    Kathy C. Weinberg, Esq.
    Jenner & Block LLP
    Washington, DC
    APPEARANCES FOR THE GOVERNMENT:                    COL Jennifer L. Martin, USAF
    Air Force Chief Trial Attorney
    Gregory Harding, Esq.
    Anna C. Kurz, Esq.
    Trial Attorneys
    OPINION BY ADMINISTRATIVE JUDGE PAGE
    ON THE GOVERNMENT'S MOTIONS FOR PARTIAL SUMMARY JUDGMENT
    The government moves for partial summary judgment in these appeals, asserting
    that the contractor claims unauthorized costs of upgrading aircraft parts in accordance
    with original equipment manufacturer (OEM) service bulletins (SBs) in violation of
    unambiguous contract provisions requiring prior government approval for "over and
    above" (O&A) work (ASBCA Nos. 57891-94 and 58189). It also seeks summary
    judgment in 
    ASBCA No. 58193
    , contending it has agreed to pay the claim and thus no
    issue is before the Board. Appeals before the Board correspond to HTA's numbered
    O&A requests as follows: 
    ASBCA No. 57891
    , O&A No. 09-088; 
    ASBCA No. 57892
    ,
    O&A No. 10-037; 
    ASBCA No. 57893
    , O&A No. 11-004; 
    ASBCA No. 57894
    , O&A
    No. 11-1005; 
    ASBCA No. 58189
    , O&A No. 10-032; and 
    ASBCA No. 58193
    , O&A
    No. 11-044. The parties fully briefed the motions.
    STATEMENT OF FACTS FOR PURPOSES OF THE MOTIONS
    The Contract
    1. On 12 September 2003, the Department of the Air Force, Tinker Air Force
    Base Oklahoma (AF or government) and HTA Aviation, LLC {HTA), a small business,
    entered into Contract No. F34601-03-C-0394 for logistics support for C-38 aircraft
    stationed at Joint Base Andrews, Maryland. The contract contained firm fixed-price
    contract line item numbers (CLINs). (R4, tab 1 at 1-33) Among these is CLIN 0008
    Flying Hour Fixed Price, which stated a range of fixed prices per flying hour depending
    upon the time required to perform the work and required HTA to "support the aircraft,
    subsystems and support equipment" in accordance with "paragraph 3.1 of the CSOW
    [Contractor Statement of Work]" (id. at 5).
    2. The CSOW (R4, tab 1 at 39-65) states at~ 3.0, Requirements, that HTA, in
    addition to meeting contract administration requirements, "will support the aircraft,
    aircraft subsystems and support equipment by providing all spares, repair of recoverables,
    replenishment of expendables and consumables, replenishment of expendable materials
    and parts required to maintain Contractor-provided support equipment, repair and
    calibration of support equipment, replenishment of bench stock, and all associated
    transportation and material handling." The CSOW also calls for HTA to "provide for
    additional support as over and above tasks, aircraft paint and engine overhaul,
    technical/engineering support and investigations, field team support, aircraft maintenance
    and inspection; aircraft and component modifications, and aircraft crash investigation and
    damage repair." (!d. at 47-48)
    3. CSOW ~ 3.1, Flying Hours, provides:
    HTA will support the aircraft, aircraft subsystems and support
    equipment by providing all spares, repair of recoverables,
    replenishment of expendables and consumables,
    replenishment of expendable materials and parts required to
    maintain Contractor-provided support equipment, repair and
    calibration of support equipment, replenishment of bench
    stock, and all associated transportation and material handling.
    The average flying hour rate is estimated at 55 hours per
    month per aircraft.
    (R4, tab 1 at 48)
    2
    4. CSOW ,-r 3.6.3, COMBS (Contractor Owned and Maintained Base Supply),
    provides:
    HTA will be responsible for all operations to include labor,
    materials, office supplies and equipment and overhead costs
    necessary to operate and maintain the COMBS. HTA will
    include COMBS operations and management in the overall
    Management Plan to be provided with the proposal. HTA
    will provide all spares, repair parts, which includes
    time-change items, bench stock consumables, pharmacy
    items, special tools and support equipment to support the
    missions ofthe C-38 aircraft. HTA will ensure all spares and
    parts issued have the appropriate FAA [Federal Aviation
    Administration] certification. HTA will ensure repair and
    overhaul of all reparable items are accomplished at FAA
    certified repair stations .... HTA will identify any
    inadequacies or non-availability of items required from the
    COMBS; provide a recommended plan for obtaining those
    items.
    (R4, tab I at 50)
    5. CSOW ,-r 3.6.7, Over and Above Work; states that "HTA will perform Over and
    Above work as negotiated with and directed by the" government's Administrative
    Contracting Officer (ACO) (R4, tab I at 52).
    6. CSOW ,-r 3.6.7.4, Aircraft Modifications, states that "HTA will implement FAA
    Service Bulletins, Advisory Data, FAA Airworthiness Directives, Engineering Change
    Proposals (ECPs), TCTOs [Time Compliance Technical Orders], and other service
    actions as approved by the program office and directed by the ACO. HTA shall ensure
    these actions are performed at an FAA approved repair facility." (R4, tab I at 54)
    (Underlining added)
    7. Standard government contract clauses incorporated by reference include DF AR
    252.243-7002, REQUESTS FOR EQUITABLE ADJUSTMENT (MAR I998) (I 0 U .S.C. 241 0)
    (R4, tab I at 35); and DFAR 252.2I7-7028, OVER AND ABOVE WORK (DEC I991) (lAW
    DFARS 2I7.7702) (id. at 37). The O&A work provision, which is referenced 1 multiple
    times in the contract, states:
    1
    (See, e.g, R4, tab I at 6, 7, II, I2, I5, 16, I9, 20, 23, 24, 28, 29, 32, 33, 37)
    3
    (a) Definitions.
    As used in this clause -
    ( 1) Over and above work means work discovered
    during the course of performing overhaul, maintenance, and
    repair efforts that is-
    (i) Within the general scope ofthe contract;
    (ii) Not covered by the line item(s) for the basic work
    under the contract; and
    (iii) Necessary in order to satisfactorily complete the
    contract.
    (2) Work request [WR] means a document prepared
    by the Contractor which describes over and above work being
    proposed.
    (b) The Contractor and Administrative Contracting
    Officer shall mutually agree to procedures for Government
    administration and Contractor performance of over and above
    work requests. If the parties cannot agree upon the procedures,
    the Administrative Contracting Officer has the unilateral right
    to direct the over and above work procedures to be followed.
    These procedures shall, as a minimum, cover -
    ( 1) The format, content, and submission of work
    requests by the Contractor. Work requests shall contain data
    on the type of discrepancy disclosed, the specific location of
    the discrepancy, and the estimated labor hours and material
    required to correct the discrepancy. Data shall be sufficient to
    satisfy contract requirements and obtain the authorization of
    the Contracting Officer to perform the proposed work;
    (2) Government review, verification, and
    authorization of the work; and
    (3) Proposal pricing, submission, negotiation, and
    definitization.
    4
    (c) Upon discovery of the need for over and above
    work, the Contractor shall prepare and furnish to the
    Government a work request in accordance with the agreed-to
    procedures.
    (d) The Government shall -
    ( 1) Promptly review the work request;
    (2) Verify that the proposed work is required and not
    covered under the basic contract line item(s);
    (3) Verify that the proposed corrective action is
    appropriate; and
    (4) Authorize over and above work as necessary.
    (e) The Contractor shall promptly submit to the
    Contracting Officer, a proposal for the over and above work.
    The Government and Contractor will then negotiate a
    settlement for the over and above work. Contract
    modifications will be executed to definitize all over and
    above work.
    (f) Failure to agree on the price of over and above
    work shall be a dispute within the meaning of the Disputes
    clause of this contract. (Underlining added)
    8. As contemplated by DFAR 252.217-7028, paragraph (b), the parties entered
    into a supplemental agreement entitled "OVER AND ABOVE PROCESS CONTRACT:
    F34601-03-C-0394 Revision 3, 21 November 2006" (O&A process agreement). The
    stated purpose of this agreement was "to define the [contract's] Over & Above (O&A)
    process and to identify the specific tasks that must be completed to ensure that the 0 & A
    work performed meets all contractual requirements." The O&A process agreement was
    signed by HTA, and the government's ACO and Procurement Contracting Officer (PCO).
    (R4, tab 3 at 7-9)
    9. Section 1, COMBS, of the O&A process agreement sets forth the parties'
    agreed-upon procedures for HTA to be reimbursed for a WR to perform over and above
    work on COMBS:
    (a.) The Contractor will include the following on all COMBS
    WR[ s] which are not included in Flying Hours and are
    5
    related to, but not limited to, parts repaired and provided
    because of maintenance malpractice, lost and missing,
    parts damaged by bird strikes/lightning strikes, Service
    Bulletins/TCTOs, field team, etc:
    ( 1) Contract number
    (2) Contract Line Item Number (CLIN) under
    which work is proposed
    (3) Sequential work request numbering
    (4) The aircraft registration number and the
    Contractor's assigned WR number
    (5) The location of the C-38 aircraft
    (6) A statement identifying the proposed work and
    an "initial estimate" of cost
    (b.) The contractor shall furnish the above information on a
    WR to the authorized Government Representative at the
    201st ANG [Army National Guard]. The Contractor shall
    also verify that there are sufficient funds available for
    required expenditures. The 201 st ANG will verify the
    accuracy of the work request and necessity of parts
    ordered or field support. The 20 1st representative will
    verify and sign WR and return to the Contractor. The
    Contractor will then commence work.
    (c.) Once the work is completed and a copy ofthe vendor's
    bill of materials, commercial invoice, and/or travel
    receipts with actual costs are received by the contractor,
    an updated, "final" WR is generated by the contractor
    and forwarded to the DCMA ACO, along with a
    Certificate of Conformance (with reviewer's signature
    and a listing of the applicable O&A worksheets) for the
    definitization process.
    (d.) The ACO will log the final WR in a WR control log.
    The ACO will verify and provide the following:
    ( 1) WR information provided is complete
    (2) 201 st ANG authorized representative has
    verified necessity
    (3) lfWR is acceptable, sign and return WR to the
    Contractor
    6
    (4) IfWR is unacceptable, reject and return WR to
    the Contractor for correction.
    (5) The ACO shall record the WR status in the
    control log. If the WR is rejected, the reasons
    for that rejection will also be recorded.
    (e.) The ACO shall evaluate WR for price reasonableness.
    (f.)   A bilateral contract modification (Standard Form 30)
    will be issued to definitize 0 & A work.
    (g.) The contractor may then bill for the definitized 0 & A
    work.
    (h.) The Contractor shall notify the Program Office once
    estimated expenditures reach 75% of the obligated
    amount on the 0 & A CLIN.
    3.     Disputes Process
    (a.) If the ACO/PCO and Contractor reach an impasse,
    FAR Clause 52.212-4 (d), Contract Terms and
    Conditions-Commercial Items, cited in the contract will
    be used to resolve the disputes.
    (R4, tab 3 at 7-9) (underlining added) _
    10. Pursuant to contract provision "Conformed Copy Thru P00028, CLIN 0013,"
    "Over and Above costs shall include, but are not limited to, aircraft contingencies (i.e. bird
    strikes, lightening strikes, depot repair outside the capability of the Air Guard),
    maintenance, malpractice, field teams, additional meetings/conferences, government
    requested contractor travel, etc." (1st app. opp'n, ex. D 2).
    2
    We follow the parties' convention of citing submissions in ASBCA Nos. 57891-94 as
    relating to the first (1st) government motions for partial summary judgment and to
    those pertaining to ASBCA Nos. 58189 and 58193 as referencing the second (2nd)
    government motions for partial summary judgment. All citations to motion
    submissions refer to those containing updated record references following the
    Board's 28 August 2013 Order.
    7
    Contract Administration
    11. Contract Modification No. A00030 dated 29 April 2007 definitized "Over and
    Above Consolidated work requests" Nos. 07-011 through 07-015, 07-018 through
    07-020, and 07-022 through 07-026. Ofthese, O&A No. 07-023 in the amount of
    $534.05 was for work set forth in OEM Rockwell Collins SBs 28 and 30. (R4, tab 33 at
    1-3)
    12. An email sent on 7 August 2007 by Bill (Wilmot) Simpson, HTA's C-38
    program manager, concerned a 2 August 2007 conference call in which he, the
    Air Force's program manager (AFPM) Joyce Hollier, and MSgt Kenneth Crowder,
    quality assurance inspector for the 201 st ANG, participated. The email dealt with
    "Service Bulletins on part in for repairs 08-07-07." According to Mr. Simpson:
    Hello Joyce,
    Per our conversation on August 2, 2007 (conference call with
    MSG Kenny Crowder on Over and Above), it is understood
    and agreed that when a required Service Bulletin is
    accomplished on a part that was sent in for vendor repair, and
    the vendor accomplishes the Service Bulletin in order to
    return the part to service, the Over and Above for the Service
    Bulletin will be initiated when that part is installed on the
    aircraft.
    However, if the part was tested and determined that no fault
    was found for removal and the required Service Bulletin was
    accomplished, the Over and Above for the Service Bulletin
    will be initiated upon return of the part to our COMBS.
    The 201 st [ANG] may request the latest updated COMBS part
    for installation and remove the serviceable unit that does not
    have the Service Bulletin from the aircraft and return it to our
    COMBS.
    (R4, tab 3 at 12-13) The record does not reflect, and the parties do not allege, that the
    government responded to Mr. Simpson's email.
    13. The government's Contractor Performance Assessment Report (CPAR) for
    1 October 2008-30 September 2009 told HTA that it "should ensure contractor-owned
    parts provided across counter through the requirements of this contract should be of the
    latest configuration" at "no cost to the Government" (underlining added). The CPAR
    cited HTA's 18 December 2008 O&A WR for an electronic flight display (EFD) "to be
    brought into compliance with a parts Service Bulletin (Rockwell Collins SB-31)." The
    8
    government questioned this request for payment, "as the contract does not cover the
    upgrade of contractor parts which includes associated SBs; however, the Government is
    only responsible for any SB accomplished on the aircraft. Upgrade of individual parts
    with vendor SBs continues to be in dispute since HTA is submitting over-and-aboves
    claims for this effort." (R4, tab 9 at 10-11)3
    14. HTA took exception to the CPAR. It referenced the 21 November 2006 O&A
    process agreement, "written and approved by the Government, [which] lists SBs on
    COMBS parts as one of the items not covered by Flying Hours and explains the process
    by which an O&A should be submitted." HTA pointed out that the government had
    approved O&A WRs for SBs on a contractor-owned part in the past:
    It was not until HTA submitted an O&A for SB-31 (EFD
    4077, SIN 1455) on 20 Jul 07, that the AFPM did not approve
    it, but after a meeting on 2 Aug 07 with the AFPM, 20 1st
    QAR and the HTA PM, the AFPM agreed to only approve
    O&As on SBs once a part was issued to the 201 51 [ANG].
    The part was issued to the 20 1st [AN G] on 18 Sep 08 and per
    the AFPM[']s direction in the 2 Aug 07 meeting, O&A
    09-088 was submitted for payment. O&A 09-009 for SB-31
    (EFD-4077, SIN 1145) was also generated by HTA only to
    document that the SB was accomplished on the part and that
    the O&A would be reissued when the part is issued. To date,
    the AFPM has/will not approve any O&As pertaining to
    required SBs for contractor-owned parts. It is unclear why
    the Over and Above Process is not being followed.
    (R4, tab 9 at 12)
    15. The parties' continuing disagreement regarding HTA's requests for payment
    for Service Bulletin work as over & above the fixed-price contract requirements is
    reflected in the 1 October 2009-30 September 2010 CPAR (R4, tab 9 at 14-16). The
    government stated:
    An element of HTA[']s performance on this contract is to
    provide, across the counter, contractor-owned parts of the
    latest configuration. The Contractor is responsible to ensure
    this is done at no cost to the Government. The submission of
    3
    Appellant objected to Rule 4, tab 9, pursuant to Board Rule 4(e). We do not herein
    weigh the evidence nor do we rule upon HTA's objection, but admit the document
    into the record for purposes of this motion as we are not convinced that HTA has
    met its burden under FED. R. CIV. P. 56(c)(2).
    9
    Over-and-Aboves for Service Bulletin (SB) accomplishment
    on parts continues to be an issue. The Contractor continues to
    try and charge the Government, through the
    Over-and-Above process, for the upgrade of individual
    contractor-owned parts with vendor SBs that the contract
    requires is the responsibility of the Contractor.
    (!d. at 14) (Emphasis added)
    16. HTA responded on 29 October 2010, disagreeing with the government's
    position that the SB work was the contractor's responsibility. It stated that:
    HTA cannot find any listing or reference within the current contract
    where HTA is to provide the parts "of the latest configuration" as
    the [government's Assessing Official] has stated. In fact, CSOW
    3.0, page 9 reads, "HTA will also provide for additional support as
    over and above tasks ... aircraft and component modification." It is
    important to clarify that all of the Over-and-Aboves submitted for
    signature concern parts for which a SB was required to return the
    part/component to service and are currently installed on the
    C-38 aircraft and belong to the Government.
    HTA reiterated that the O&A process agreement was written by the government and
    required the contractor to include information on all COMBS WRs for work "'not
    included in Flying Hours and [] related to, but not limited to, parts repaired and provided
    because of maintenance malpractice, lost and missing, parts damaged by bird
    strikes/lightning strikes, Service Bulletins/TCTOs, field team, etc ... ' Nowhere in this
    process does it exclude certain types of SB. The Government has in fact paid for a SB on
    a part/component that was repaired in the past." (R4, tab 9 at 15-16) (Ellipses in original)
    17. HTA reminded the government that it had approved O&A No. 07-023,
    contending that the government "only pays for the SB costs while HTA paid for any
    repairs" and that it had not included the costs of SB work within CLIN 1008 for
    "parts/components installed on the aircraft [that] were unknown at the time of submitting
    HTA's proposal." The contractor noted that after O&A No. 07-023 was approved, the
    AFPM contacted HTA and "requested that any future O&As concerning SBs on
    parts/components not be submitted until the actual part/component was installed on the
    aircraft (once the part is installed it is owned by the government) to which HTA
    concurred." HTA said that, during the teleconference of 7 August 2007 with "the AFPM,
    201 st QAR and HTA's PM, the AFPM again agreed that an O&A would be submitted for
    payment when the part/component having the required SB was issued out ofHTA's
    COMBS and installed on the aircraft. HTA's PM sent out the minutes to this meeting to
    all attendees and received no comments or corrections." (R4, tab 9 at 15-16)
    10
    HTA 's Claims of 30 June 2011 Underlying ASBCA Nos. 57891, 57892, 57893 & 57894
    18. By correspondence dated 30 June 2011, HTA submitted to the government
    "Contract Disputes Act Claim[s] under Contract Number F34601-03-C-0394 for
    Disputed Items of Over & Above Work" (R4, tab 3). Each claim is separately analyzed
    in HTA's "Discussion of Claims, Entitlement, and Quantum." HTA advised that, unlike
    Contract No. FA8106-09-R-0010, entered into by the government with a different
    contractor, the instant contract did not require HTA to "[p]rovide all spares and parts in
    the latest configuration that is approved for use on the current configuration of the C-38
    aircraft, to include all required Service Actions including appropriate FAA
    certifications." The contractor maintains that "at no time during" the subject contract did
    the government "request a modification to our contract to have the same wording and/or
    intent as the new contract concerning this subject." (!d. at 2)
    19. As part of its claim, HTA cited two documents in support of its position that it
    is entitled to compensation for its efforts. It relied upon CSOW, 3.0, Requirements,
    which HTA explained "was written by HTA with the understanding that the Government
    via the Over and Above CLIN XX13 would be responsible for any component
    modification including Service Actions and Service Bulletins (SB) accomplished on any
    component or part." Next, HTA cited the parties' 21 November 2006 O&A process
    agreement, and pointed out that § 1.(a.) of that document "includes a list of items not
    included in flying hours which are subject to the O&A Process (reference, parts relating
    to Service Bulletins)." (R4, tab 3 at 1)
    20. HTA explained that "O&A numbers 09-088, 10-037, 11-004 and 11-005
    involve parts for which component modifications/Service Bulletins were required on the
    part to return the part to service and install on the C-38 aircraft. These parts were sent
    out for repair and determined to require modification/service bulletin [work] before
    installation onto the aircraft." (R4, tab 3 at 1) The claim provided details on each O&A
    WR (id. at 1-5), as follows. 4
    4
    The relevant appeal number for each claim has been added for ready reference.
    11
    
    ASBCA No. 57891
    - HTA 's Over and Above Request No. 09-088for Service
    Bulletin Work on the High Voltage Power Supply of an EFD
    21. In O&A No. 09-088, HTA sought $10,736 for its repair ofthe EFD (R4, tab
    3 at 2-3, 16-19). 5 HTA contended this work was called for by Rockwell Collins SB 31,
    and was necessary before the manufacturer would "recertify [the] unit sent in for repairs"
    (id. at 18). HTA explained that when this SB work on the EFD was done in June 2007,
    "in-house O&A 07-034 was created and cancelled for documentation purposes only."
    The documentation was "updated when [the] part was issued" to the 201st ANG on
    17 September 2008 "and installed on aircraft 94-1569 on Spare Parts Issue Request
    (SPIR) 4529." HTA reminded the government that it had "rejected this O&A on
    September 24, 2010" and the government's QAR "denoted on O&A 09-088 that 'Service
    Bulletins accomplished on Contractor owned assets are not spelled out in [the] O&A
    Process, Rev. 3, Dated 21 Nov 06, para. 1A."' (!d. at 2-3)
    
    ASBCA No. 57892
    - HTA 's Over and Above Request No. 10-037 for Service
    Bulletin Work on a Flight Control Computer (FCC)
    22. By O&A No. 10-037, HTA sought $382.59 as the cost of parts, G&A and
    margin for performing SB 43 work it says was required by Rockwell Collins for the
    repair and recertification of the FCC. According to HTA, the "part was repaired in
    June 2007" and subsequently "installed on aircraft 94-1570" in accordance with SPIR
    5042. The government's QAR rejected this O&A WR on 19 October 2010 without
    stating a reason. (R4, tab 3 at 3, 20-22)
    
    ASBCA No. 57893
    - HTA 's Over and Above Request No. 11-004 for Service
    Bulletin Work on an EFD
    23. HTA sought $12,722.36 in O&A No. 11-004 for work on an EFD done
    according to OEM Rockwell Collins SB 31. HTA attributed the necessity of this work to
    the OEM, alleging that this part "was repaired in December 2008 and Rockwell Collins
    SB 31 was accomplished to return [the] unit to service." HTA said that it had "created
    [an in-house O&A request] and cancelled for documentation purposes only and was to be
    updated when [the] part was issued to" the 201st ANG. It related that on "October 20,
    2010, the Engine Flight Display was issued and installed on aircraft 94-1569 on Spare
    Parts Issue Request (SPIR) 5180." The $12,722.36 sought "represents the cost of the
    5
    1st gov't mot. at 5, ~ 15. This paragraph ofHTA's claim, which explains that the particular
    work required on the EFD dealt with the high voltage power supply, references
    Rule 4, tab 6 at 3, which the Board constructively removed from the record following
    appellant's objection pursuant to Board Rule 4(e). We do not rule upon the objection
    but admit the document into the record for purposes of this motion as we are not
    convinced that HTA has met its burden under FED. R. CIV. P. 56(c)(2).
    12
    part(s) to accomplish" SB 31 "only (no other repair or labor costs), and our G&A and
    margin." The government had rejected this O&A request on 3 November 2010, with the
    QAR noting that reimbursement for OEM SB work "accomplished on Contractor owned
    assets [is] not spelled out" in the O&A process agreement, and that the instant "contract
    does not provide a requirement for service bulletins [to be] complied with on contractor
    owned assets." (R4, tab 3 at 3, 25-28)
    
    ASBCA No. 57894
    - HTA 's Over and Above Request No. 11-005 for Service
    Bulletin Work on Engine Display Unit (EDU)
    24. In O&A No. 11-005, HTA sought $40,650.81 to perform "Grimes Aerospace
    Service Bulletin 80-5125-31-0003 & 0004" for an EDU (R4, tab 3 at 4). Appellant
    asserts that these OEM SB repairs were done in August 2009 in order to return the unit to
    service. HTA noted that "no original replacement displays are available from the OEM"
    for this damaged display, and that it "would require a SB to install the later model of
    display on the EDU." The repaired EDU "was issued to the [201st ANG] and installed on
    94-1569 on [SPIR] 5187 ." The government rejected the over and above request, "since
    both service bulletins were incorporated to return the unserviceable part to a serviceable
    condition, [and] it was not a valid O&A." (R4, tab 3 at 4, 28-38)
    The Contracting Officer's Final Decision (COFD) in ASBCA Nos. 57891, 57892, 57893
    & 57894
    25. By COFD dated 12 September 2011, contracting officer (CO) Steven C. Kimbrell
    denied HTA's claims of30 June 2011 for O&A WRs 09-088, 10-037, 11-004 and 11-005.
    The CO reasoned that the government had neither directed nor requested that any of the
    subject OEM SBs be performed on the contractor-owned spare parts, which were the
    contractor's responsibility until installed on the aircraft, and that the government did not
    specify how HTA was to manage parts or provide replacements. He denied the assertion
    that either the contract or the parties' O&A process agreement, without more, authorized
    HTA to be "automatically" paid for all SB work via the O&A process. The CO pointed out
    that the latter agreement specified the process whereby the contractor was required to obtain
    prior written verification from the appropriate government representative following
    submission of an O&A WR. The CO noted that the contract required only SBs issued
    pursuant to FAA-mandated TCTOs to be performed; as none ofthe claims involved such
    work, these O&A WRs were not compensable without previous government authorization that
    HTA failed to obtain. (R4, tab 4)
    HTA 's Claims of7 September 2011Underlying ASBCA Nos. 58189 & 58193
    26. On 7 September 2011, HTA submitted claims for additional O&A work (R4,
    tab 13). Among other items, O&A No. 11-044 dated 16 March 2011 sought $3,227.61
    for replacement of an oil pressure sensor for an "Aircraft 090's Engine Display System
    13
    (EDS)." The government had reported that the EDS was not indicating any oil pressure,
    and the "condition was only corrected following replacement of the Oil Temperature
    Transmitter." (!d. at 4-6, 38)
    27. Also included in HTA's 7 September 2011 submission was O&A No. 10-032,
    which concerns a "Main Aircraft Battery" that was returned by the 201 st ANG to HTA,
    which then set the battery to an FAA-approved repair shop for evaluation. Appellant
    seeks $2,594.71 for "the freight and labor of the servicing to comply with the
    Government's request to have the battery sent out for an evaluation to determine if they
    had contaminated the battery." (R4, tab 13 at 1-4, 11-20)
    28. According to the contractor's claim, O&A No. 10-032 "involve[d] parts that the
    Government directed HTA to replace unnecessarily, which did not resolve the maintenance
    problem/issue and turned out not to be the cause of the problem/issue the Government had
    been experiencing." Appellant noted that "it is important to understand" that the 20 1st
    ANG Battery Shop was responsible for servicing and maintaining main aircraft batteries.
    It claims that "[j]ust prior to the events that gave rise to O&A 10-032, the 201 st had
    returned an entire battery to HTA, claiming it was bad." HTA had the battery "tested by an
    FAA Repair Shop"; after it was "determined that the battery was not serviced properly by
    the 201 st and "only needed proper servicing to return it to service," the government "paid
    HTA for the cost of the testing and proper servicing of the battery under previous O&A
    09-013." HTA says that similar circumstances arose again "Shortly following this event,
    [when] the 20 1st returned another entire battery to HTA, claiming it was bad." Once more,
    HTA sent the battery for testing at an FAA-approved shop, which concluded that the
    battery needed only proper servicing. As this particular "battery had already been replaced
    via exchange, it could not be returned, and, therefore, the Government paid HTA for the
    cost of the replacement battery under previous O&A 09-016." (R4, tab 13 at 1-3, 11-12)
    29. According to appellant, the parties had dealt previously with and developed an
    approach for handling malfunctioning batteries that required only proper servicing and
    not replacement. The contractor contends that, to avoid the situation where the
    government paid "for an exchange replacement battery only to find out later that the
    returned battery only required proper servicing," three government "QAR representatives
    and HTA's Vice President [Brown] met the week of March 14, 2010." According to
    HTA:
    Chief Norvell requested that, from that point forward, HTA
    should send out any battery believed to be "bad" for testing
    first before replacing it with a new battery. If such a battery
    were sent out and determined to be bad, HTA would cover
    the evaluation costs and replacement costs; but if the battery
    was found to need only servicing, the Government would
    cover the cost of the evaluation and servicing (depot level
    14
    support) via an O&A, which would be a cost savings to the
    Government over replacing a battery that did not need to be
    replaced as had been the case with O&A 09-016.
    (R4, tab 13 at 2-3)
    30. HTA contends that it followed this process in March 2010 in handling a main
    aircraft battery from the 20 1st battery shop that the government believed had become
    contaminated. The contractor sent this battery to a certified repair station for evaluation,
    which HTA says disclosed "no contamination but did find evidence of leaking electrolyte
    and a corroded temperature sensor" which are "maintenance issues and should have been
    (but were not) previously detected and corrected" by the 201 st ANG battery shop.
    Appellant seeks in O&A No. 10-032 to recover the cost of the "freight and labor" it
    expended to send the battery for evaluation, contending the deficiencies were due to the
    government's failure to properly maintain it. (R4, tab 13 at 2-3, 13-20)
    The Contracting Officer's Final Decision inASBCA Nos. 58189 & 58193
    31. The COFD dated 28 March 2012 decided HTA's claims arising from a
    number ofO&A requests including O&A Nos. 10.-032 and 11-044 (R4, tab 14). The CO
    stated that "[t]he claim for $3,227.61 for O&A 11-044 is omitted from this discussion
    because the Government determined that this claim is acceptable and has agreed to pay
    $3,227.61 for this claim" (id. at 1). The record does not indicate, nor does the
    government allege, that HTA has been paid for O&A No. 11-044 qespite the CO's
    agreement to do so.
    32. The COFD also denied O&A No. 10-032, citing CSOW '1!'1\3.0 and 3.6.3,
    which require HTA to support the C-38 aircraft. The government "believes that leaking
    electrolyte inside the battery is contamination, as this material is very corrosive and not
    normally leaked from a battery." The CO distinguished the two prior requests regarding
    malfunctioning batteries relied upon by HTA in which the government concurred with
    the repair or replacement of batteries, maintaining these "are entirely different from the
    finding in this case due to the battery contamination issue." (R4, tab 14)
    DECISION
    "Summary judgment is appropriate when, drawing all justifiable inferences in the
    nonmovant's favor, there exists no genuine issue of material fact and the movant is
    entitled to judgment as a matter of law." ProverFs Scientific Corp. v. InnovaSystems, Inc.,
    
    739 F.3d 1367
    , 1371 (Fed. Cir. 2014) (citing Anderson v. Liberty Lobby, Inc., 
    477 U.S. 242
    ,255 (1986)); FED. R. CIV. P. 56(c). A successful movant "must show, based solely
    upon the record now before us and without benefit of a hearing that there is sufficient and
    uncontroverted evidence to meet its evidentiary obligation as defined by law and
    15
    precedent. Substantive law dictates the parties' relative burdens, and defines those
    'material' facts that may affect the outcome of a particular cause of action." Osborne
    Constr. Co., 
    ASBCA No. 55030
    , 09-1 BCA ~ 34,083 at 168,512 (citing Anderson
    v. Liberty Lobby, 
    477 U.S. at 249-50
    ).
    ASBCA Nos. 57891, 57892, 57893 & 57894
    The gravamen of the claims underlying ASBCA Nos. 57891 through 57894 are
    HTA's assertions that it is entitled to recover for executing particular OEM SBs because
    the contract calls for SBs to be performed as O&A work; it followed the direction of
    government officials by performing that work and then submitting its WRs after the parts
    were installed on the aircraft and costs were known; and the parties developed a course of
    performance evidencing the process change and waiving contract requirements for prior
    approval ofO&A work. (1st app. opp'n at 1, 21-28)
    The government moves for partial summary judgment in ASBCA Nos. 57891
    through 57894, asserting that it is entitled to favorable judgment as a matter of law
    because these appeals involve purely legal issues·and no material facts are disputed. It
    denies that the contract calls for HTA to perform OEM SB work, only FAA-directed SBs
    (TCTOs ), and maintains that there is no written government authorization in the contract,
    O&A process agreement, or elsewhere, for HTA to perform the contested OEM SB work.
    According to the government, HTA was required to maintain an inventory of replacement
    parts, and any work performed on these contractor-owned items was to be done at HTA's
    initiative and expense. (1st gov't mot. at 1-6) It cites CSOW ~ 3.6.7.4, which categorizes
    SBs as O&A work that requires prior approval by the ACO to be compensable, and the
    O&A process agreement, which calls for prior verification of the contractor's O&A WR
    by a representative ofthe 201st ANG before commencing performance. (!d. at 1-2, 8-10)
    The government "agrees with [appellant's] overall point that the Over and Above process
    that HTA exercised is not explicitly set forth in the contract or even the Over and Above
    Agreement." The "ACO did not sign off on O&As until an invoice was submitted for
    payment." The government describes giving prior assent for O&A WRs when these were
    "signed by the QAR or [AF]PM, who worked in concert with the PCO." Afterward, once
    O&A costs were known, "the ACO, who worked at DCMA in Dallas, TX, would review
    the charges before any monies were paid to HTA." (1st gov't reply at 1)
    HTA opposes the motions, supporting its position with, inter alia, excerpted
    government responses to discovery requests, a declaration by HTA vice president
    Mr. William Brown, and the 7 August 2007 email from its employee Mr. Bill Simpson to
    AFPM Hollier regarding the 2 August 2007 call during which it maintains the
    government approved the work (1st app. opp'n, exhibits). Appellant argues that the OEM
    SB work in question was called for by the contract as O&A work but not included in the
    base, fixed-price per flying hour price. It notes that CSOW ~ 3.6.7.4 refers to SBs and
    "other service actions" as O&A work that was not specifically known or specifically
    16
    contemplated when the contract was awarded. (!d. at 2-3, 12-13) HTA also relies on the
    6 November 2006 O&A process agreement, which "specifically refers to 'Service
    Bulletins/TCTOs', and thus demonstrates that the Air Force desired that Service Bulletin
    work be accomplished" (id. at 23). Although HTA does not dispute that the contract and
    O&A process agreement call for the contractor to submit a WR to an authorized
    government representative for verification and signature before commencing work, it
    maintains that AFPM Hollier, MSgt Crowder's supervisor, "with the implied consent of
    the ACO and PCO" (id. at 3), verbally changed this process by telling the contractor to
    postpone submitting O&A WRs until after the part was installed on an aircraft and
    became government-owned property, and associated costs were known. HTA cites other
    occasions on which the parties adhered to this revised procedure, contending these and
    other instances show a course of performance modifying the contract and proving that the
    government waived prior submission and verification of its WR and before commencing
    O&A work. (!d. at 3-9)
    The government's motions in ASBCA Nos. 57891 through 57894 are couched in
    terms of contract interpretation, which "is a question of law generally amenable to
    summary judgment." The Public Warehousing Co., 
    ASBCA No. 57510
    , 13 BCA, 35,314
    at 173,360 (citing Varilease Technology Group, Inc. v. United States, 
    289 F.3d 795
    ,798
    (Fed. Cir. 2002); Textron Def Sys. v. Widnall, 
    143 F.3d 1465
    , 1468 (Fed. Cir. 1998)).
    However, this generality does not apply here, as the government has not shown that these
    appeals are amenable to resolution by summary judgment on the basis of contract
    interpretation. Although HTA does not controvert the government's interpretation that the
    contract and O&A process agreement require prior approval of O&A WRs (1st app. opp 'n
    at 3), and the government correctly observes that extrinsic evidence is not usually admitted
    where the contract is not ambiguous (1st gov't mot. at 11-12), the government failed to
    demonstrate the absence of disputed material facts, notably in regard to other legal theories
    raised by appellant that could affect a result dictated solely by the interpretation of contract
    terms.
    Among other matters left unclear by the government, it does not rebut HTA's
    assertions that it was verbally directed by AFPM Hollier and MSgt Crowder, whom the
    government gave considerable power over WRs in the O&A process agreement, to
    postpone submission of O&A WRs until the work was complete and the parts became
    government property upon being installed on the aircraft. We are inadequately informed
    regarding the role played by the COs in administering the contract, especially the O&A
    process. Appellant buttressed its opposition to the motions in ASBCA Nos. 57891 through
    57894 with the 10 May 2013 declaration ofvice president WilliamS. (Steve) Brown. The
    government did not proffer any affidavits or declarations from its personnel who were
    involved in the subject O&A WRs to contradict Mr. Brown's assertions. As all reasonable
    inferences must be drawn in favor of the nonmovant, Mingus Constructors, Inc. v. United
    States, 
    812 F.2d 1387
    , 1390-91 (Fed. Cir. 1987), we must credit Mr. Brown's testimony
    that government officials given a role by the O&A process agreement in handling
    17
    contractor O&A WRs provided direction with respect to submitting these requests; this is
    evidence of a disputed material fact. See Jayco Int '!, LLC, 
    ASBCA No. 58461
    , slip op. at
    12 (12 February 2014). The record is unclear regarding the contractual bases for the
    government's repeated admonishments to HTA that it was obligated to furnish items of
    "the latest configuration." Nor is there sufficient evidence to support the motions
    pertaining to the instances in which the government approved O&A WRs after the work
    was complete, which HTA asserts indicate a revised course of performance and the
    government's intent to waive the requirement of prior approval for this work. This list
    demonstrates the absence of "facts that might affect the outcome of the suit under the
    governing law" and thus "properly preclude the entry of summary judgment." Liberty
    Lobby, 
    477 U.S. at 248
    . The government's motions for partial summary judgment in
    ASBCA Nos. 57891, 57892, 57893 and 57894 are denied.
    
    ASBCA No. 58189
    The government also premises its motion in 
    ASBCA No. 58189
     on contract
    interpretation. It alleges that HTA is not entitled to be compensated for work on the main
    aircraft battery because it is within contract requirements, and not O&A work. The
    government argues that HTA is obligated by CSOW ~ 3 .0, reiterated in~ 3.1, to "support
    the C-38 aircraft by making available all spares, repairs, and replenishments." It asserts
    that, in this case, "the main aircraft battery needed repair" because "an electrolyte had
    leaked and had corroded a temperature sensor." It asserts that appellant's "sole basis for
    its claim under O&A 10-032" is "an alleged oral agreement with Quality Assurance
    Representatives that the Government would cover the costs of evaluation and servicing if
    a battery did not need to be replaced entirely." The government contends that "this is
    contrary to the express language of the Contract, which required that HTA cover the costs
    of repairing and replacing parts"; that "extrinsic evidence cannot alter the terms of a
    contract"; and "QARs have no authority to change the terms of a contract." (2nd gov't
    mot. at 5-7) It points out that Chief Norvell was neither a QAR nor a CO (id. at 7), and
    "contests that there was any oral agreement and to the extent there was, it was not
    binding" (2nd gov't reply at 2).
    HTA responds that summary judgment is inappropriate in 
    ASBCA No. 58189
    because "aircraft contingencies" and "maintenance malpractice" are included in contract
    "CLINs for Over and Above work" (2nd app. opp'n at 6-7). It cites two other instances of
    agreed-upon O&A work for which HTA was compensated, "in which a main aircraft
    battery had been reported by the 201 st to be in need of repair or replacement but was later
    found to require only proper servicing to return it to proper operation" (id. at 7-8 (citing
    2nd declaration of WilliamS. (Steve) Brown)). Appellant cites the parties' "meeting the
    week of March 14, 2010" in which "Air Force and HTA representatives further agreed"
    that "if any such battery proved to indeed be 'bad,' HTA would pay the cost of evaluation
    and replacement, as such work would be covered by its fixed-price, repair/replacement
    obligation, but that if the battery proved to require only proper servicing to return it to
    18
    proper operation, the Air Force would pay for the evaluation, servicing, and related costs
    as over and above work." (!d. at 9) HTA notes that it "did not know when it received
    this main aircraft battery" that "the work would prove to be over and above until after
    the work was done," and that "advance approval was not possible or appropriate, and its
    absence cannot defeat HTA's claims" (id. at 15) (emphasis in original). Appellant takes
    exception to the government's argument that "it had no opportunity to approve this over
    and above work in advance" and that "the Air Force's approval of the previous over and
    above items for batteries that proved not to be bad waived any insistence on prior
    approval." Appellant criticizes the government's "argument about prior approval" as
    "ignor[ing] the Air Force's waiver, the parties' actual practice, and the parties' express
    agreement concerning batteries." HTA alternatively argues that, "if the work involved
    here cannot, for some reason, be treated as over and above work, then it should be
    deemed a constructive change to the Contract and compensated via the over and above
    process." (!d. at 14) (Citation omitted)
    We deny the government's motion for partial summary judgment in 
    ASBCA No. 58189
    , as it failed to establish the absence of disputed material facts. Although the
    government correctly cites Winter v. Cath-dr!Balti Joint Venture, 
    497 F.3d 1339
    (Fed. Cir. 2007) for the proposition that"[ o]nly contracting officers have authority to
    enter into and modify contracts," and 48 C.F .R. § 43.102 et a/., which provides that other
    government personnel are not to "act in such a manner as to cause the contractor to
    believe that they have authority to bind the Government" (2nd gov't mot. at 7), these
    authorities are insufficient to warrant summary judgment in this case without additional
    undisputed facts. As noted in that portion of this decision pertaining to ASBCA
    Nos. 57891 through 57894, the manner in which the government administered this
    contract raises material issues and disputed facts not adequately addressed by the existing
    record. It is unclear what actions were taken by the PCO and ACO, or the extent to
    which these officials directed the contractor to act in accordance with other government
    employees, particularly the AFPM and QARs. Among other things, we note that the
    bilateral O&A process agreement gave power to the AFPM and QAR to allow HTA to
    commence work on O&A WRs and seek reimbursement from someone with CO
    authority later, a practice the government recognizes was followed by the parties. Once
    more, the government furnishes no evidence in the form of declarations, affidavits or
    other references to contradict Mr. Brown's second declaration.
    We note further that the contract underlying the Court's decision in Winter
    v. Cath-dr/Balti allowed the CO to permit "the project Engineer In Charge [EIC]" to act
    as an "authorized representative of the Contracting Officer [COR]," but also stated that
    the COR "[ m ]ay not be delegated authority to make any commitments or changes that
    affect price, quality, quantity, delivery, or other terms and conditions of the contract."
    Cath-dr/Balti, 
    497 F.3d at 1345
    . The government has not shown how the instant contract
    characterized the role of the CO (including ACO and PCO), or how its written direction
    19
    that HTA commence O&A work upon the say-so of government employees lacking CO
    authority, are consonant with this holding.
    
    ASBCA No. 58193
    The government argues that summary judgment is appropriate for O&A
    No. 11-044 in 
    ASBCA No. 58193
    , because "the Air Force has agreed to make payment
    on this claim and [with] nothing more remaining than to actually process the payment,
    the appeal is moot" and "there is no good reason for not dismissing" this appeal. The
    government relies upon Chapman Law Firm Co. v. Greenleaf Construction Co., 
    490 F.3d 934
    , 940 (Fed. Cir. 2007) in support of its position. (2nd gov't reply at 9) HTA replies
    that it "has no desire to litigate this issue unnecessarily" and "will have no objection to
    dismissal" of 
    ASBCA No. 58193
     "when HTA has actually been paid for this item" (2nd
    app. opp'n at 15).
    We grant the government's motion. This was a monetary claim; as the contracting
    officer's final decision determined that HTA was entitled to full payment, the claim is
    rendered moot. As we have stated:
    Where an appeal has been rendered moot by the
    contracting officer granting all of the relief requested in the
    claim on appeal, the Board should dismiss it with prejudice
    since there is no longer a dispute between the parties on the
    appealed claim.
    Lasmer Industries, Inc., ASBCA Nos. 56946, 56966, 11-1 BCA ~ 34,671 at 170,801.
    Because we are "required to assume that the Government [will] carry out the
    corrective action in good faith," Chapman Law Firm, 
    490 F.3d at 940
     (citations omitted),
    we assume that the government will pay HTA the claimed amount plus accrued interest.
    Accordingly, 
    ASBCA No. 5
     8193 is dismissed, subject to reinstatement if the claim is not
    paid within a reasonable period.
    20
    CONCLUSION
    We have considered all arguments advanced by the parties. The government's
    motions for partial summary judgment in ASBCA Nos. 57891, 57892, 57893, 57894 and
    58189 are denied. The government's motion is 
    ASBCA No. 58193
     is granted and the
    appeal dismissed as moot.
    Dated: 27 March 2014
    Administrative Judge
    Armed Services Board
    of Contract Appeals
    I concur                                      I concur
    ``
    Administrative Judge                          Administrative Judge
    Acting Chairman                               Vice Chairman
    Armed Services Board                          Armed Services Board
    of Contract Appeals                           of Contract Appeals
    I certify that the foregoing is a true copy of the Opinion and Decision of the
    Armed Services Board of Contract Appeals in ASBCA Nos. 57891, 57892, 57893, 57894
    58189, 58193, Appeals ofHTA Aviation, LLC, rendered in conformance with the
    Board's Charter.
    Dated:
    JEFFREY D. GARDIN
    Recorder, Armed Services
    Board of Contract Appeals
    21