TLF-Bid-Protest-Insight-9.jpg

Challenging Inadequate Cost Realism Analyses

U.S. federal agencies conduct realism analyses on cost-reimbursable contracts to determine whether costs in a prospective contractor’s proposal are realistic and consistent with the proposed technical solution. Under such contracts, the government must pay contractors all actual and allowable costs, regardless of the proposed costs. Proper realism analysis helps the government determine whether the contractor’s proposed costs are so low that they fail to reflect a clear understanding of the solicitation’s requirements. Since contractors may submit artificially low bids on cost-reimbursable contracts to gain a competitive advantage, cost-realism analysis is necessary to ensure performance under these contracts is not compromised. In recent years, such contractor strategies have also contributed to the government’s shift away from the use of cost-reimbursable contracts. The Federal Acquisition Regulation (FAR) § 15.404-1(d)(2) outlines the requirements of cost realism analysis under such contracts to determine the probable cost of performance. Under FAR § 15.404-1(d)(3), cost realism analysis may also be utilized under limited circumstances in certain fixed-price contracts when new or complex requirements still need to be fully understood. Contractors may challenge the adequacy of the government’s cost realism analysis in a post-award bid protest by alleging that the agency failed to conduct a cost realism analysis or did not conduct such an analysis on a reasonable basis.

In B-420627, the GAO sustained a post-award bid protest alleging a lack of adequate and contemporaneous cost realism analysis of the awardee’s direct labor rates and escalation methodology. In that procurement conducted under the procedures of FAR § 16.505, the Federal Emergency Management Agency (FEMA) contemplated the acquisition of training services under a task order involving both fixed-price and cost-plus-award-fee contract line items. The task order had a base year and four one-year options and was to be awarded on a best-value trade-off basis. The awardee’s total evaluated cost/price of approximately $88 million was significantly lower than the protestor’s evaluated cost/price of approximately $109 million. The protestor challenged FEMA’s evaluation of the awardee’s proposed costs, alleging that the awardee’s proposed direct labor rates for a vast majority of positions were unrealistically low. Additionally, the protestor alleged that the awardee improperly failed to apply escalation to these unrealistically low rates for the four option years. The GAO agreed with the protestor and sustained the protest by determining that FEMA’s cost realism evaluation of the awardee’s proposed costs was inadequate in three key aspects.

  • Wage Determination Rates Proposed as Labor Rates for Incumbent Personnel

The awardee was the incumbent contractor and produced letters of commitment from all incumbent personnel performing under the cost-plus-award-fee contract line items. In proposing labor rates, the awardee used the actual salaries of key and certain non-key-named personnel. However, wage determination rates were used as labor rates for the remaining non-key labor categories, which included personnel performing under the cost-plus-award-fee line items. These personnel constituted a vast majority of the proposed incumbent staff. The protestor alleged that the agency failed to adequately evaluate whether the awardee’s proposed wage determination rates were sufficiently realistic to retain the proposed incumbent personnel on the contract. That is, even though the awardee produced letters of commitment for all incumbent personnel, nothing in the record demonstrated that these personnel actually agreed to perform at the proposed wage determination rates instead of their actual salaries. The GAO agreed with the protestor that FEMA’s cost realism evaluation was unreasonable as it did not evaluate whether the awardee’s proposed wage determination rates would be realistic to retain incumbent personnel on the contract.

  • Lack of Escalation of Proposed Wage Determination Rates

Additionally, the awardee failed to apply an escalation factor to the proposed wage determination rates labor categories. Notably, both the awardee’s own non-Service Contract Act (SCA) labor rates and the government’s independent cost estimate applied an escalation factor for the option years. FEMA pointed to the inclusion of FAR clause 52.222-43 in the contract to justify why it did not require the awardee to apply an escalation factor to its proposed labor rates. The GAO determined that FEMA’s reliance on this clause was misplaced as the purpose of FAR 52.222-43 is to enable contractors to obtain upward adjustments to their price in case of increased labor costs in an otherwise fixed-price contract. Therefore, the clause was included in the hybrid contract only for its applicability to the solicitation’s fixed-price contract line items.

The GAO further explained that the agency’s reliance on wage determination as a substitute for conducting an adequate cost realism analysis on the awardee’s non-escalated rates was unreasonable. This is because a wage determination demonstrates the minimum wages or fringe benefits to which an employee may be entitled. In comparison, a cost realism analysis determines whether a proposed cost is realistic for the work to be performed. The GAO found FEMA’s cost realism evaluation was unreasonable since no documentation existed to demonstrate that it considered the realism of the awardee’s potential cost increases in retaining incumbent personnel in the option years.

  • Cost Realism Evaluation Utilizing an Inadequate Standard Deviation Methodology

Finally, the protestor alleged, and the GAO agreed, that FEMA relied on a flawed standard deviation methodology to partly justify the realism of the awardee’s proposed costs. Under the methodology, FEMA calculated the mean of the proposed costs of the cost-reimbursable contract line items for all contractors. FEMA then calculated a range representing one standard deviation over and below that mean and suggested that since the awardee’s proposed costs for the cost-reimbursable contract line items fell within that range, they were realistic. GAO explained that while the use of such standard deviation methodologies in determining the realism of proposed costs may be acceptable under certain conditions, it is not appropriate where prospective contractors are required to propose unique staffing approaches. In such solicitations, using standard deviation methodologies often disregards the government’s obligation to consider the unique methods of performance described in the prospective contractors’ technical approaches. Since the solicitation at issue required unique staffing approaches, the GAO concluded that FEMA’s reliance on the standard deviation methodology produced unreasonable results, making the cost realism analysis of the awardee’s proposed cost-reimbursable contract line item rates inadequate.

To protest awards based on the government’s inadequate cost realism analysis, contractors should challenge the government's cost evaluation methodologies. The government’s analysis must adequately evaluate whether the awardee’s proposed costs represent the probable cost of performance. Additionally, the government’s analysis must be sufficiently documented to represent that the awardee’s proposed costs demonstrate a clear understanding of the technical requirements. Contractors should be aware that any cost development techniques that reduce proposed costs to levels jeopardizing contract performance, including unbalanced pricing, may be challenged in a post-award bid protest.

This Bid Protests Insight provides 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-Federal-Procurement-Insight-10.jpg

Contractors may establish a structure for receiving progress payments under certain federal contracts that involve significant upfront costs. Under such contracts, progress payments can help alleviate this financial burden by allowing partial payments from the government throughout the contract based on factors such as costs incurred by the contractor or the percentage of work completed. The administration of such progress payment structures is governed by the contract at issue and the policies outlined in the Federal Acquisition Regulation (FAR). However, contractors should note that while progress payments may be negotiated on federal contracts, they are generally only available on contracts over a certain dollar threshold requiring a substantial amount of time between the start of contract performance and the time for initial deliveries. Progress payments based on cost, performance, and percentage of performance completion are described below.

Cost-Based Progress Payments

Under cost-based progress payments structure, the government pays a percentage of the costs incurred by the contractor as work progresses. FAR § 32.5 prescribes policies relevant to contract financing through cost-based progress payments, whereby contractors may recover a percentage of their incurred costs. FAR § 32.501 provides for two types of progress payments based on costs – customary progress payments and unusual progress payments. Customary progress payments are made pursuant to FAR § 32.5 utilizing the customary progress payment rate, the cost base, and frequency of payment established in the progress payments clause of the contract. All other payments are considered unusual progress payments only made under exceptional circumstances. The ordinary and alternate liquidation methods for calculating cost-based progress payments are provided in FAR §§ 32.503-8, 32.503-9. Under FAR § 32.501-1(a), the customary progress payment rate is 80% of the contractor’s costs of performing the contract. Small businesses may receive 85% of their costs expended in performing the contract as progress payments. Both small and large contractors are permitted to recover the entire amount of progress payments made to their subcontractors.

more
TLF-Contract-Claims-Insight-11.jpg

The federal government monitors the performance of contractors through inspections to ensure contract requirements are being met. The Federal Acquisition Regulation (FAR) includes several inspection clauses permitting the government to inspect contractor performance. On fixed-price service contracts, the government has the right to inspect and test all services provided for the duration of the contract. While the government has no formal obligations to perform such inspections, it may choose to do so pursuant to the specific conditions outlined in the contract at any time and place as practical. In contracts for services exceeding the simplified acquisition threshold, FAR § 46.304 requires contracting officers to insert the inspection of services fixed-price clause at FAR 52.246-4. Under the clause, contractors must maintain an acceptable system of inspection, along with a complete record of all inspections conducted during contract performance.

If the government chooses to perform inspections on contractor premises, the contractor must provide reasonable facilities and assistance accommodating the inspection at no additional cost to the government. Of course, disputes may and often do arise regarding what constitutes reasonable assistance and the extent to which the government may expect such assistance during an inspection. In case the contractor does not meet the standards of performance required under the inspection, the government has the right to demand that the contractor perform the services again to conform with its contractual obligations under the same terms as the original contract. Notably, if the contractor is unable to cure the performance defects through re-performance, the government may require the contractor to take necessary actions to ensure future performance under the contract conforms with the contract requirements. In such situations, the government may additionally reduce the contract price to reflect the reduced value of the services delivered under the fixed-price contract.

more
TLF-Bid-Protest-Insight-12.jpg

Prospective contractors may raise pre-award protests challenging solicitations that contain flawed evaluation methodologies. While the government has discretion in selecting the appropriate evaluation methodologies for fulfilling its procurement needs, the stated evaluation scheme must generally provide a meaningful basis for differentiating between offerors, while supporting a reasonable award decision. Pre-award protests that challenge the government’s evaluation methodologies are distinct from post-award protests filed due to flawed agency evaluations or disparate treatment of offerors. Such pre-award challenges are raised in response to the agency's planned approach to evaluate one or more solicitation factors, rather than a failure to adequately evaluate the proposals.

While it is within the agency’s discretion to select an appropriate method to assess offeror pricing, the agency may not use an evaluation method that produces a flawed or misleading result. In B-409872.2, the GAO sustained a pre-award bid protest because it found that the solicitation’s price evaluation methodology could produce misleading evaluation results when analyzing the competitiveness of price proposals. The solicitation issued by the Defense Commissary Agency (DeCA), contemplated an indefinite-delivery requirements contract for fresh fruit and vegetables for military commissary stores in South Korea, Japan, and Guam. The commissary stores provided groceries and household items to members of the military and other authorized patrons. The incumbent contractor responsible for fulfilling the fresh fruit and vegetables requirement for the commissary store protested the solicitation terms for allegedly containing a flawed pricing evaluation methodology.

more
TLF-Bid-Protest-Insight-14.jpg

The Federal Acquisition Streamlining Act (FASA) of 1994 establishes the Government’s preference for acquiring commercial items through customary commercial practices. Therefore, prospective contractors may raise pre-award protests against commercial item solicitations that deviate from customary commercial practices without obtaining an adequate waiver for doing so. In defending against such protests, it is the Government’s burden to show that it conducted adequate market research, which demonstrated that the solicitation provisions at issue are consistent with customary commercial practices. Alternatively, if the Government deviates from such customary commercial practices, it must obtain a waiver. Such waivers must be based on adequate market research, describe the customary commercial practice in the marketplace, and demonstrate why the Government’s requirements cannot be met by following customary commercial practices. In other words, the government must demonstrate its need to include solicitation provisions that are inconsistent with customary commercial practices.

In B-411760.2, the Government Accountability Office (GAO) sustained a bid protest alleging that the Army failed to conduct adequate market research to reasonably support its determination that the pricing terms for a solicitation procuring a commercial service were consistent with customary commercial practices. The FAR Part 12 solicitation was issued in 2015 to procure solid waste management services at Fort Polk, Louisiana, where nearly 44,000 U.S. Army soldiers trained yearly before deployment. The solicitation contemplated a single-award indefinite-delivery requirements contract and required prospective contractors to submit pricing reflecting all fixed and variable costs per ton. That is, contractors were only permitted to invoice the Government based on the tonnage of waste collected. The incumbent contractor filed a pre-award protest alleging that the solicitation’s per-ton pricing provisions were inconsistent with customary commercial practice.

more

Challenging Inadequate Cost Realism Analyses

TILLIT LAW Bid Protest Insights