UNITED STATES GOVERNMENT PRINTING OFFICE CONTRACT APPEALS BOARD Appeals of Knepper Press Appeals dated December 21, 1983 Hearing held on July 11, 1984 Decision dated October 2, 1984 Contract Appeals Board 84-2 and 84-3 THOMAS O. MAGNETTI WILLIAM R. ROSE JOEL E. REEVES (dissent) PRELIMINARY STATEMENT Knepper Press Co. (hereafter the contractor) has appealed the final decision of the U.S. Government Printing Office (GPO) Contracting Officer terminating two contracts for default that the contractor had with the GPO. Excess costs for reprocuring the two defaulted contracts were assessed against the contractor. The contractor appealed both of these default actions in a timely fashion pursuant to the "Disputes" clause. Article 2-3, Contract Terms No. 1, GPO Publication 310.2, revised October 1, 1980. In accordance with Contract Terms No. 1 and GPO Instruction 110.10B, entitled "Board of Contract Appeals Rules of Practice and Procedure," the GPO Contract Appeals Board has jurisdiction over this matter. Although the contractor appealed the two separate default actions, the issues raised by the contractor in the two appeals were identical. Therefore, at the hearing which had been requested by the contractor, the two appeals were consolidated by the Board Chairman without objection from either the contractor or the Contracting Officer. As a result of this consolidation, there will be one decision covering both appeals. The decision of this Board is based solely on the record of these two appeals, identified as 2-84 and 3-84. This record consists of a consolidated appeal file which includes documents relevant to both appeals, testimony provided at a hearing held on July 11, 1984, and a post-hearing submission from the Contracting Officer which relates to the assessment of reprocurement costs. STATEMENT OF FACTS 1. By Purchase Order 29784 dated June 27, 1983, the contractor was awarded a contract, identified as Program C40-S, to produce a looseleaf, self-covered book entitled "Changes to Sailing Directions." The term of this contract was one year, July 1, 1983, to June 30, 1984. Prior to the award of the contract, the contractor confirmed the bid price. Exhibit 6, File 2-84. 2. By Purchase Order 30307 dated June 28, 1983, the contractor was awarded a contract, identified as Program A832-S, to produce a perfect bound book entitled "List of Lights and Radio Navigational Aids." The term of this contract was one year, July 1, 1983, to June 30, 1984. The contractor confirmed the price it submitted as a bid. Exhibit 6, file 3-84. 3. By letter dated September 12, 1983, the contractor returned all materials furnished by the GPO under Program C40-S, claiming that it could no longer perform the contract for the price which it had originally bid. Exhibit 10, File 2-84. Prior to notifying the GPO that it did not intend to perform work under this contract, the contractor had performed work under Print Orders 301 through 304 which had been issued pursuant to the contract. A similar letter dated September 19, 1983, was sent to the GPO stating that the contractor did not intend to continue work on Program A832-S. Exhibit 11, File 3-84. All materials which the GPO had furnished in relation to this contract were returned with this letter. At the time the contractor notified the GPO of its intention not to perform the contract, it had not performed any work on this contract. 4. As a result of the contractor's abandonment of work on the two contracts, the GPO terminated the two contracts for default. In the letters notifying the contractor of the default action, the contractor was informed that it would be liable for any excess costs that might arise in reprocuring the defaulted contracts. 5. The excess cost for reprocuring Program C40-S was $3,236.93. The excess cost for reprocuring Program A832-S was $8,892.33. Excess costs were assessed only for work performed by successor contractors during the same period of time as the term of the original contracts. See the Contracting Officer's post-hearing submission. The GPO set off the excess costs for reprocuring these two contracts from funds that were due and owing the contractor. 6. In two letters, both of which were dated December 21, 1983, the contractor challenged the terminations for default and the assessment of excess costs for reprocuring the defaulted contracts. 7. At the hearing held on July 11, 1984, the contractor contended that the contracts should have been terminated by the GPO at no cost to it because the escalating cost of paper had not been factored into its bid on the respective contracts. According to the testimony of the contractor's representatives, the cost of paper increased in mid-1983 after it had bid on the two contracts and this increase had not been taken into account when it had submitted the two bids. In addition, the contractor alleged that because it lacked perfect binding equipment to perform the contract in accordance with the contract schedule, the GPO should have never awarded it the contracts. The contractor's challenge to the assessment of excess costs of reprocurement consisted of the allegation that there had been a substantive change in the term of the contract under which work was reprocured, and that, because the term of the reprocured contracts differed from the term of the original contracts, the contractor should no longer be responsible for any excess costs of reprocurement. DECISION It has been the position of this Board that if a fixed price contract does not have a price escalation clause or if the Government is not responsible for the increase in costs, the contractor must bear the risk of an unanticipated price increase made by a supplier of material which is needed by that contractor. Appeal of B & W Press, GPO CAB 9-83, March 8, 1984. Since there is no contract clause that would shift the burden of such a price increase to the GPO and no evidence that the GPO is responsible for the contractor's increased costs, the contractor must bear the risk of the increase in its costs. The contractor's argument that the.GPO should not have awarded Program A832-S to the contractor because it lacked the appropriate equipment to perform a contract requiring perfect binding is also without merit. The contractor's representatives testified that its lack of perfect binding equipment meant that it could not comply with the delivery schedule. However, it is the contractor's responsibility to have the capability to perform work on a contract or the ability to obtain that work from another source. Appeal of Progress Graphics, Inc., GPO CAB 6-82, May 3, 1982; Appeal of Associated Graphics Services, Inc., GPO CAB 76-12, January 12, 1981. The failure to have the means to perform a contract is no excuse for repudiating a contract. Furthermore, the GPO had a pre-award survey that indicated that the contractor would contract this process out. Exhibit 16, File 3-84. The GPO also had confirmation from the contractor that it could meet the schedule requirements of Program A832-S. Exhibit 7, File 3-82. Clearly, there was no reason for the GPO to doubt that the contractor would not be able to perform the contract in a timely fashion. The Board finds, based upon the evidence of record, that the contractor repudiated these contracts without reason or excuse. Therefore, the termination of these contracts for default is affirmed. In regard to the issue of reprocurement, the contracts permit the GPO to assess the contractor for any excess costs that might arise from their reprocurement. See Article 2-18(b), Contract Terms No. 1. However, the contractor has alleged that the assessment of excess costs was unreasonable and represented the failure on the part of the GPO to mitigate the excess costs of reprocurement because the reprocured contracts were for a term that extended beyond the term of the original contracts. The contractor has the burden of proving the allegation that the GPO substantially changed the contract when it procured the work for a period of time that extended beyond the term of the original contracts. Although it is true that the term of the reprocured contracts was for period of time that exceeded the term of the original contracts, 1/ there has been no evidence introduced into the record to indicate that the letting of the contract for a period that extended a few months beyond the term of the original contract represented a failure on the part of the GPO to mitigate the excess costs of reprocurement or a substantial change in the contract. Since no evidence was submitted by the contractor to substantiate its allegations that the successor contractors factored into their bids increases in costs that might have occurred for the period of time which was beyond the term of the original contract, the contractor has not met its burden of proving that there was a substantive change in the reprocured contracts. Both of the reprocured contracts were awarded to the lowest responsible bidders after the contracts were formally advertised. Each contract required the same type of work as was required under the defaulted contracts. Moreover, the record indicates that the excess costs of reprocurement were assessed only for print orders that were issued during that period of time covered by the original contracts. The Board requires no further evidence from the Contracting Officer to find that the assessment of excess costs was reasonable in this case, and to affirm the assessment of these costs against this contractor. Accordingly, based upon the above reasoning, both of the contractor's appeals are denied in their entirety. 1/ The term of the original contract identified as Program C40-S was July 1, 1983 to June 30, 1984; the term of the reprocured contract was from December 1, 1983 to November 30, 1984. The term of the original contract identified as Program A832-S was July 1, 1983 to June 30, 1984; the term of the reprocured contract was November 1, 1983 to October 31, 1984. Dissent Although I agree with the majority in its affirmance of the termination of these two contracts for default, I must dissent from their decision regarding the assessment of reprocurement costs. The record indicates that the excess costs of reprocurement were assessed only for that period of time covered by the original contracts. However, the reprocured contracts covered a period of time that extended beyond the original term of the contracts. See footnote on preceding page. During a period of increasing costs, a contractor would experience an increase in his average unit costs. Therefore, since these contractors were bidding on a contract whose term covered a period of time which extended beyond the original contracts, the prospective bidders would have had to factor in, over the entire term of the contract, higher costs which might occur in that extended period of time. This would mean that, although a print order would have been generated in May 1984, the original contractor would be erroneously held responsible for excess costs for that print order that would have had increases in cost factored into it to compensate the successor contractor for price increases in labor and materials that might occur during that period of time which was beyond the term of the original contracts. The contracts should have been reprocured for a period of time that would coincide with the remainder of the original contract term. Without evidence from the GPO that the reprocurement of these contracts for a period of time that extended beyond the original term of the contract mitigated the excess cost of reprocurement, the assessment of excess costs is not appropriate. JOEL E. REEVES