TLF-Contract-Claims-Insight-7.jpg

Assessing the Scope and Authority of Modifications Before Contract Closeouts

Contractors often face situations requiring them to enter bilateral contract modifications towards the end of a contract to close it out. To avoid incurring excessive costs and liability in such situations, contractors should carefully consider whether the modifications increase the scope of the contract beyond what was initially agreed upon. Federal contractors should review the impact of any applicable Federal Acquisition Regulation (FAR) provisions in their contract on the modification at issue, as recovery under future requests for equitable adjustments and claims may depend on it.

The Armed Services Board of Contract Appeals (ASBCA), in one of its first decisions of 2024, reminded contractors to carefully assess the scope and governing authority before agreeing to bilateral contract modifications. In ASBCA No. 61819, the contractor brought unsuccessful claims of contract changes based on economic waste theory and differing site conditions against NASA. The contract involved construction work on an aircraft parking apron and taxiway at a NASA flight facility in Virginia. It included the Default (Fixed-Price Construction) clause from FAR § 52.249-10(a) and an Inspection of Construction clause from FAR § 52.246-12. The contract also contained Technical Direction and Special Instruction provisions that prohibited the Contracting Officer’s Representative (COR), Government inspectors, or any other Government employees from issuing technical directions that waived or changed any contract provisions without written authorization from the Contracting Officer (CO).

While the contract involved at least five modifications, two modifications were raised by the contractor as entitling it to additional compensation for work beyond the scope of the original contract. The first pertinent modification provided for changes to the contract scope to address a differing site condition. The ASBCA noted significant delays leading up to the modification, due to which NASA even considered terminating the contract. Due to this, the modification specifically released the Government from all liability attributable to the differing site condition. The contractor later alleged that it entered this modification under duress stemming from the threat of economic ruin it would have suffered had the contract been terminated. The ASBCA dismissed this argument, reminding the contractor that economic pressures and even threats of considerable financial loss do not constitute duress. The ASBCA also found that the contractor did not overcome the presumption of good faith afforded to NASA when it alleged that the Government breached its duty of good faith and fair dealing in negotiating and entering this modification.

For the other pertinent modification, both parties agreed that particular “punch list” items would be completed before contract closeout. The punch list refers to a document listing the final pending work items before the construction contract may be considered complete. The document stated that the contractor would perform the punch list work per the original contract requirements and as detailed in the contract specifications pursuant to the authority of the underlying contract. The contractor alleged that it was entitled to additional compensation for the punch list work as a change to the underlying contract under the economic waste doctrine. Under the doctrine, the Government may be liable for being economically wasteful in certain circumstances if it insists upon strict compliance where the completed work is already acceptable for its intended purpose. The ASBCA again found that the evidence produced by the contractor failed to prove that the punch list items were the type of corrective actions directed by the CO that are contemplated under the economic waste doctrine.

The ASBCA concluded that although the contractor did not relieve the Government of its responsibility for economic waste and contract change, still, the modification's terms clearly indicated that the contractor was obligated to complete the work on the punch list items as part of the original contract. The ASBCA noted that the modification expressly cited the underlying contract as the governing authority instead of a Changes clause such as the one contained in FAR § 52.243-4. The ASBCA saw this as strong evidence that the punch list work was agreed upon by both parties as being encompassed under the existing contract and not viewed as the Government unilaterally directing a contract change. In agreeing to the modification, the contractor promised to perform the punch list work as work under the contract pursuant to its underlying drawings and specifications.

Construction contractors performing on U.S. federal contracts are generally required to act in conformance with the Government’s directions or risk having their contracts terminated for default. However, contractors anticipating future requests for equitable adjustments or claims for changes due to factors outside their control should thoroughly review all modifications and original contract provisions to clarify the applicable authority. Additionally, any documents, communications, or materials, such as CO’s instructions relating to additional or corrective work, should be meticulously maintained as potential evidence to be used in settlement negotiations or claims litigation.

This Federal Contract Claims Insight is provided as a general summary of the applicable law in the practice area and does not constitute legal advice. Contractors wishing to learn more are encouraged to consult the TILLIT LAW PLLC Client Portal or Contact Us to determine how the law would apply in a specific situation.

Related Insights

TLF-Bid-Protest-Insight-6.jpg

Successfully challenging contract modification awards at the Government Accountability Office (GAO) under its bid protest function requires a showing that the modification at issue is outside the original scope of the contract under which it is being awarded. Additionally, the protestor must demonstrate competitive prejudice. That is, had the modification requirement been competed under a separate contract, the protestor would have had a substantial chance of receiving the award. The GAO generally does not review the propriety of contract modifications as it has determined that such matters fall outside the scope of its bid protest function. This is because contract modifications are usually contract administration actions that are not reviewable under the GAO’s bid protest function. Specifically, 4 C.F.R. § 21.5(a) requires the GAO to dismiss protests relating to the administration of an existing contract since contract administration is within the discretion of the agency and any administrative disputes between the contractor and the agency are resolved pursuant to the disputes clause of the contract and Contract Disputes Act.

However, the GAO recognizes that when the planned modifications are outside the scope of the contract, they may violate competition requirements. Therefore, a review of the scope of the modifications is permitted at the GAO when the protestor alleges that the modification exceeds the scope of the original underlying contract. In such cases, the primary GAO inquiry is not whether the contract modification is significant in terms of contract value or additional work. Instead, the inquiry is focused on resolving whether a material difference exists between the scope of the original and the modified contract. This inquiry is more akin to a comprehensive totality of circumstances analysis where the GAO reviews the original and modified contracts to compare the type of work, expended costs, and the period of performance. Additionally, the GAO examines the original solicitation to determine whether it adequately indicated to potential offerors that the type of change the modification created could be reasonably anticipated by interested offerors during the solicitation period.

more
TLF-Federal-Procurement-Insight-6.jpg

Federal government contracting operates under a well-defined and highly regulated framework of rules and procedures. However, unforeseen circumstances like natural disasters or national emergencies often disrupt the typical procurement process. Recognizing this, the Federal Acquisition Regulation (FAR) contemplates the need for emergency acquisition flexibilities for contracting officers under special circumstances such as disasters, contingencies, or presidential declarations so that critical work continues. Notably, FAR 18.001 defines emergency acquisition flexibilities as flexibilities provided with respect to any acquisition that is used to facilitate:

  • A contingency operation.
  • The defense against or recovery from cyber, nuclear, biological, chemical, or radiological attacks.
  • The provision of international disaster assistance.
  • A presidential emergency declaration or a major disaster declaration.

FAR 18.1 lists several flexibilities available to contracting officers in emergency acquisitions, provided certain conditions are met. Emergency acquisition flexibilities that are most relevant to the administration of federal government contracts include:

more
TLF-Bid-Protest-Insight-13.jpg

The Competition in Contracting Act (CICA) mandates the use of procurement procedures enabling full and open competition in federal acquisition. Agencies may not place task or delivery orders that fall outside the scope of the underlying blanket purchase agreement (BPA) or indefinite delivery indefinite quantity (IDIQ) contract as such requirements are subject to full and open competition under CICA. In such protests, the protestors generally challenge the award against the master contract by alleging that the task or delivery order improperly exceeded the scope of the underlying master contract. The adjudicative forum must then decide whether material differences in scope exist between the order at issue and the relevant underlying master contract.

In B-412821, the Government Accountability Office (GAO) sustained such a bid protest challenging the issuance of an out-of-scope sole-source delivery order under a Government Services Administration (GSA) Federal Supply Schedule (FSS) Blanket Purchase Agreement (BPA). The protest involved the acquisition of Microsoft e-mail products for the Internal Revenue Service (IRS). The BPA was issued in 2013 for maintenance and software assurance services for the IRS’s existing inventory of Microsoft products and services for a period of three years. The BPA included a complete schedule of the Microsoft product licenses owned by the IRS and their quantities. Under the BPA, the IRS was expressly permitted to upgrade and use the latest version of each Microsoft product during the term of the BPA if it so chose. Additionally, if Microsoft products owned by the IRS became unsupported by the manufacturer, the IRS retained the right to convert its licenses to comparable, supported products at no cost. In other words, by utilizing this BPA, the IRS intended to keep its portfolio of Microsoft licenses up to date with the latest versions.

more
TLF-Contract-Claims-Insight-14.jpg

Government officials often direct contractors to perform contract work in a specific manner not detailed in the contract. If such orders increase the scope of performance beyond the specifications of the contract, they may be construed as constructive changes. While such orders are generally given on the belief that they naturally fall within the scope of performance, they may nevertheless expand the scope of performance beyond the stated specifications. In such situations, contractors may be entitled to compensation for constructive change even if the accompanying government directive expressly states that it is not meant as a change order. Upon receipt of such directives, contractors must compare the new requirements with their existing contract specifications carefully and raise any scope creep issues promptly. Such a proactive approach may prove crucial in avoiding potential disputes and aid the contractor’s arguments in case of litigation.

Additional performance specifications not previously described in the contract may have the effect of increasing the scope of performance and add to costs incurred by the contractor. In such cases contractors may file a claim for increased costs. Such a claim was before the Armed Services Board of Contract Appeals (ASBCA) in ASBCA No. 49648 pursuant to a contract for grounds maintenance services at the Arlington National Cemetery in Virginia. Under the contract, the contractor was required to furnish all labor, equipment, and materials for grounds maintenance supervision. While the contract specifications prohibited any contractor employees, vehicles, or equipment from infringing upon any government ceremonies or visitations, they did not expressly specify the distance contractor employees would have to maintain to comply with the no-infringement provision. Notably, the government had omitted provisions describing the exact no-infringement distances to maximize competition and avoid artificially high bids.

more

Assessing the Scope and Authority of Modifications Before Contract Closeouts

TILLIT LAW Federal Contract Claims Insights