Shutterstock_1936992886-3.jpg

Protesting Evaluations of Professional Employee Compensation Plans

It is in the government’s best interests that professional employees on federal contracts be fairly compensated. However, recompetition of service contracts often results in lower compensation for professional employees, which can harm the quality of professional services required for contract performance. Thus, certain solicitations for service contracts may contain the provision at Federal Acquisition Regulation (FAR) 52.222-46, which requires procuring agencies to conduct a two-prong evaluation of professional employee compensation plans. The first prong is essentially a price realism evaluation of the offeror’s proposed compensation to determine whether it understands the contract requirements and has proposed a compensation plan appropriate for those requirements. The second prong requires the procuring agency to determine whether a proposal contemplates compensation levels lower than those of predecessor contractors by comparing proposed compensation rates to incumbent rates. Thus, in addition to a price realism analysis, FAR 52.222-46 requires procuring agencies to compare the compensation of the incumbent professional staff to the proposed professional compensation. If the procuring agency fails to conduct such a comparison, the evaluation of professional employee compensation plans may be protested as unreasonable.

In B-4213197, a decision issued on March 4, 2025, the Government Accountability Office (GAO) sustained such a protest by determining that the agency failed to evaluate the offerors’ proposed professional compensation plans per FAR 52.222-46 requirements. The post-award protest challenged the issuance of a task order by the Air Force to provide communications support for the Combined Air and Space Center Operations Center (CAOC), located at Al Udeid Air Base in Qatar. The CAOC provides the command and control of airpower across the U.S. Central Command Area of Responsibility, accounting for a 21-nation region stretching from Northeast Africa and the Middle East to Central and South Asia. The fair opportunity proposal request (FOPR) advised offerors that the government would evaluate their proposed professional compensation plans per the provision at FAR 52.222-46. The FOPR also warned offerors that if their proposals contemplated compensation levels lower than the incumbent contract for the same work, the government would evaluate their ability to maintain program continuity, uninterrupted high-quality work, and ensure the availability of required competent professional service employees.

The Air Force first compared the proposed direct labor rates when evaluating the offerors’ professional employee compensation plans. To determine whether the rates were realistic, the Air Force compared the rates to an eight percent discount from incumbent direct labor rates for comparable labor categories (LCATs). When historical incumbent direct labor rates were unavailable, the Air Force compared the proposed direct labor rates to market rates from the Economic Research Institute (ERI). The evaluation team determined that an LCAT may have realism concerns if an offeror’s proposed rate was below the eight percent benchmark of the incumbent rate or ERI market rate. At the time of the initial realism evaluation, six of the nine direct labor rates proposed by the awardee were below the eight percent benchmark. Consequently, the Air Force issued an interchange notice (IN) to the awardee requesting it to address the rates that were more than eight percent below the incumbent rates. In response, the awardee adjusted its labor rates upwardly, bringing all but one LCAT within the eight percent threshold. Before making the award, the Air Force concluded that the awardee’s rates were now within a realistic range compared to the incumbent’s historical rates and the ERI market data. For the one LCAT that was more than eight percent lower than the historical incumbent rate, the agency concluded that it had no issue with the rate when considering the awardee’s additional data regarding total compensation and the revisions made to its proposal.

In resolving the post-award protest, the GAO determined that the Air Force’s evaluation of the offerors’ professional employee compensation plans failed to fully comply with the requirements of the provision at FAR 52.222-46. Specifically, the Air Force failed to explain, discuss, or otherwise support its application of the eight percent baseline. The GAO noted that the provision at FAR 52.222-46(b) requires that proposals envisioning compensation levels lower than those of predecessor contractors for the same work be evaluated for the offerors’ ability to maintain program continuity, uninterrupted high-quality work and provide the required competent professional service employees. In this evaluation, the Air Force failed to explain why it believed the awardee could maintain program continuity, among other requirements noted in FAR 52.222-46(b), while paying its workforce up to eight percent less than what the incumbent employees were currently being paid. In sustaining the protest, the GAO determined that the Air Force’s mechanical flagging of rates that were more than eight percent lower than the incumbent rates without further explanation was insufficient to support a conclusion that the Air Force considered the elements of FAR 52.222-46(b) during the evaluation of the offerors’ professional employee compensation plans.

Evaluating professional employee compensation plans under the provision at FAR 52.222-46 requires a two-prong analysis. The first prong requires a price realism evaluation, while the second prong requires comparing the proposed compensation plans to that of the incumbent contractor. Contractors should be mindful that comparing an offeror’s proposed professional employee compensation to that of the incumbent contractor is a separate inquiry from the realism of the proposed plan. The procuring agency must satisfy both prongs when evaluating professional employee compensation plans. Furthermore, per FAR 52.222-46, if an offeror proposes lower compensation levels than the incumbent contractor, the procuring agency must further evaluate that offeror’s proposed compensation plan for its ability to maintain program continuity, uninterrupted high-quality work, and provide competent professional service employees. In such situations, the procuring agency’s failure to consider the elements of FAR 52.222-46(b) or adequately document its supporting rationale will likely render the evaluation unreasonable and provide unsuccessful offerors a basis to file post-award protests.

This Bid Protest 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-9.jpg

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.

more
TLF-Bid-Protest-Insight-56.jpg

When evaluating the pricing of prospective contractors, the government must determine whether the proposed pricing is realistic for the work to be performed. The government performs price realism analysis to ensure that the offerors’ pricing reflects a clear understanding of the technical performance requirements. While the Federal Acquisition Regulation (FAR) does not provide agencies with a specific roadmap to conduct price realism analysis, the government must still conduct realism analysis on proposed pricing where the solicitation so requires. Furthermore, the government must also conduct such an analysis if the solicitation advises offerors that the government will review proposed pricing to ensure that the prices are not so low that they demonstrate a lack of understanding of the technical requirements. In the latter scenario, the solicitation must also warn offerors their proposed solution may be rejected if the government determines their proposed pricing as unrealistic. By conducting price realism analysis in such situations, the government ensures that offeror pricing is consistent with the proposed technical solution.

In B-422309, the Government Accountability Office (GAO) sustained a protest alleging that the price realism analysis conducted by the Air Force was unreasonable. The April 2024 bid protest decision concerned a Request for Proposal (RFP) that contemplated the award of an indefinite-delivery, indefinite quantity (IDIQ) contract for base operations support services at the Homestead Air Reserve Base in Florida. Under the IDIQ contract, the Air Force planned to issue fixed-price, time and material (T&M) and cost-reimbursable task orders for the management of materiel, fuel, and services such as ground transportation, traffic operations and real property maintenance. The evaluation under the RFP was to be conducted in two phases, first of which involved an evaluation of proposed pricing. Notably, the RFP advised prospective offerors that their proposed pricing would be evaluated for price realism, if necessary. The RFP also warned prospective offerors that their proposed prices must be based on their corresponding technical approach and demonstrate a logical correlation to the staffing proposed in the technical approach. All offerors with unfavorable proposed pricing were to be excluded from the competition after the first phase. Under the second phase of the evaluation, the Air Force would evaluate the offerors’ proposals for technical acceptability, starting with the lowest priced proposal. To conclude the second phase, the technically acceptable proposals would be evaluated for past performance, with the Air Force finally awarding the contract to the proposal offering the most favorable combination of price and past performance.

more
TLF-Bid-Protest-Insight-71.jpg

Government agencies must document their evaluations decisions in sufficient detail to provide a reasonable basis to support an award. When a protestor challenges the reasonableness of the government’s evaluation in the form of a bid protest, adjudicative forums such as the Government Accountability Office (GAO) first question whether the government’s evaluation is adequately documented before determining whether the evaluation is consistent with the solicitation’s stated evaluation criteria. Therefore, when an agency fails to document its evaluation or retain evaluation materials, it bears the risk that there may not be sufficiently detailed supporting rationale in the record for the adjudicative forum to conclude that the government had a reasonable basis for the award decision. In such cases, the GAO will typically sustain the protest challenging the government’s evaluation decision and recommend that the agency reevaluate the proposals and sufficiently document its rationale. The adjudicative forum will also generally recommend that the procuring agency terminate the awarded contract for the government's convenience if as a result of the reevaluation, an offeror other than the awardee is in line for the award.

more
Shutterstock_2265396937-2.jpg

When evaluating proposals received in response to competitive procurements, the government may utilize a variety of techniques to ensure it obtains best value depending on the specific circumstances of the acquisition. In such procurements involving any one or a combination of source selection approaches, government evaluators often assign strengths and weaknesses to various aspects of the proposals to justify the government’s tradeoff decisions. A strength is an aspect of an offeror’s proposal that improves the probability of successful performance. Meanwhile, a weakness could be a defect in the proposal that increases the risk of unsuccessful performance. Notably, Federal Acquisition Regulation (FAR) § 15.306(d)(3) requires agencies to discuss significant weaknesses with offerors in the competitive ranges. However, not all strengths and weaknesses are created equal, and evaluators may not derive adjectival ratings from a mechanical count of the strengths and weaknesses alone. In other words, the government must qualitatively assess proposals based on the stated criteria in the solicitation when assigning adjectival ratings in competitive procurements. Additionally, agencies must adequately document their rationale so that a bid protest adjudicative forum such as the Government Accountability Office (GAO) has sufficient basis to review the underlying evaluation decision. Should the government assign adjectival ratings on a mechanical counting of strengths and weaknesses alone or fail to adequately document its evaluation rationale, the resulting award may be protested.

more

Protesting Evaluation of Professional Employee Compensation Plans

TILLIT LAW Bid Protest Insights