Virgin Islands Commission on Aging, DAB No. 890 (1987)

DEPARTMENTAL GRANT APPEALS BOARD

Department of Health and Human Services

SUBJECT:    Virgin Islands Commission on Aging

Docket No. 87-34
Decision No. 890

DATE:  August 14, 1987

DECISION

The Virgin Islands Commission on Aging (appellant) appealed the
determination of the Administration on Aging, Office of Human
Development Services (respondent) disallowing $399,211 charged to a
grant awarded under title III-C of the Older Americans Act for the
provision of nutrition services.  Payments were made by the appellant to
a contractor, Duvergee, Inc. (Duvergee), for meals provided to qualified
persons on St. Thomas from February 11, 1986 through February 10, 1987
and on St. Croix from March 14, 1986 through March 13, 1987.  Duvergee
was awarded the contracts pursuant to a judgment of the Territorial
Court of the Virgin Islands which also required the appellant to
terminate contracts awarded to other bidders pursuant to competitive
bids.  The court found that Duvergee was a responsible bidder entitled
to status as a preferred bidder under Virgin Islands law.  The court
further found that federal procurement standards permitted application
of the preferred bidding statute in this case.  The appellant appealed
this decision to the Appellate Division of the Territorial Court.  Its
appeal is still pending. 1/

The disallowance was taken on the ground that Duvergee was not a
responsible bidder and did not submit the bid which was lowest in price,
as required by 45 CFR Part 74, Appendix G, section 11.b. The appellant
agreed that these were the applicable procurement standards, that the
preferred bidders statute should not have been applied, and that
Duvergee should not have been awarded the contracts.  However, the
appellant argued that the payments should not be disallowed since it had
originally awarded the contracts in accordance with the applicable
procurement regulations but was compelled to follow the decision of the
Territorial Court.  The appellant further argued that since the
respondent could have intervened in Duvergee's action against appellant
but failed to do so, the respondent should be precluded from disallowing
the payments to Duvergee.

For the reasons discussed below, we uphold the disallowance.

The appellant did not dispute that, but for the court order, all
payments made to Duvergee were unallowable because the contracts were
awarded to Duvergee in violation of the applicable procurement
standards.  Thus, the question presented here is simply whether
otherwise unallowable costs incurred by a grantee pursuant to court
order should be paid by the federal government.

We conclude that the order of the Territorial Court does not provide any
basis for reversing the disallowance.  Although the order required the
appellant to award the contracts to Duvergee, it did not order the
respondent to reimburse the appellant for payments under the contracts.
Thus, not only does the order not run against the respondent as a
procedural matter, but the order in substance clearly does not require
federal reimbursement. Appellant has cited no provision authorizing or
requiring respondent to participate in unallowable payments simply
because a court ordered appellant to make the payments.

Moreover, the appellant's suggestion that the respondent had a duty to
intervene in the action by Duvergee stands things on their head.  To the
contrary, as the defendant in the action, the appellant should have
taken the initiative by requesting the respondent to intervene.  (This
assumes that, as a matter of sovereign immunity, the respondent could
not be sued without its consent, as the respondent argued.)  There is no
allegation that the appellant made such a request, however. 2/

Accordingly, while we appreciate the predicament in which the appellant
finds itself, we cannot find that the appellant was entitled by virtue
of the court order to be reimbursed for payments to Duvergee which it
conceded are otherwise unallowable.

We note, however, that while the appellant repeatedly conceded that the
contract should not have been awarded to Duvergee since it was not the
lowest bidder and the preferred bidding statute was not applicable, it
is not as clear that the appellant conceded that Duvergee was not a
responsible bidder.  Instead, the appellant stated that its position at
the court hearing was that Duvergee "was not the most responsible
bidder," and did not have "the best sanitary conditions of the bidders."
(Appellant's brief, p. 3)  We see no requirement in the applicable
regulations that the award be made to the most responsible bidder, or to
the bidder with the best sanitary conditions.  The appellant created
further confusion regarding its position by stating that it was "in full
agreement with the position taken by the Federal Government . . .
[which] the Virgin Islands Government adopted . . . at trial."  (Id., p.
9)

If Duvergee had been a responsible bidder although not the lowest
responsible bidder, the respondent apparently would have had discretion
to disallow only those payments under the contract which were in excess
of the lowest bid.  See South Carolina Department of Social Services,
Decision No. 256, February 16, 1982.

We can not find Duvergee to be a responsible bidder on the record before
us, however.  Although the Territorial Court found that Duvergee was
responsible, the respondent here made independent findings on this issue
which appellant did not dispute.  See disallowance letter, pp. 2-3. 3/

Conclusion

For the reasons stated above, the disallowance in the amount of $399,211
is sustained.

 


                            _____________________________ Judith A.
                            Ballard

                            _____________________________ Norval D.
                            (John) Settle

                            _____________________________ Alexander G.
                            Teitz Presiding Board Member

 

1.     The Presiding Board Member in this case denied the appellant's
request for a stay of proceedings until the issuance of a decision by
the Appellate Division, stating that the Board would not keep this case
on its docket indefinitely.  The appellant had provided no firm basis
for its belief that a decision would be issued by the end of the year;
indeed, it stated that no briefing schedule had yet been set.  (Letter
to parties dated July 30, 1987)

2.     A question concerning the effect of a court order on federal
funding was presented to the Board in Joint Consideration--Abortion
Funding, Decision No. 260, February 26, 1982.  The Board there reviewed
the claims by several states for federal financial participation under
Medicaid for the costs of abortions for which the Hyde Amendment
prohibited funding.  The states argued that Medicaid funding should be
available to them as they were compelled by federal court orders to
provide the abortions.  The Board denied the appeals, finding that
although the court orders required the states to reimburse health care
providers for abortion costs, the court orders did not require the
federal government to reimburse the states.  The Board's decision was
upheld on appeal. State of Illinois v. U.S.  Department of Health and
Human Services, 594 F. Supp. 147 (D.  Ill. 1984), aff'd 772 F.2d 329
(7th Cir. 1985).

However, we do not specifically rely on that decision here since the
factual context and applicable provisions were different.

 

3.     Appellant also did not raise the possibility that while Duvergee
was not a responsible bidder at the time the contract was awarded, it
could have become responsible during the term of the contract by having
satisfactory sanitary conditions.  If this did in fact occur, respondent
may consider whether appellant should be allowed to set off against the
disallowance the low bid price per meal, multiplied by the number of
meals served in the particular time period, or possibly even the fair
value of the