The Federal Acquisition Regulation (FAR) requires contracting officers (COs) to purchase supplies and services from responsible sources at fair and reasonable prices. In determining price reasonableness, the procuring agency’s primary concern is typically whether the offeror’s quoted prices are too high. Generally, adequate competition between proposals received in response to the solicitation establishes the reasonableness of pricing. However, depending on the procurement, the government may employ various other price analysis techniques to establish price reasonableness. Such techniques may include comparing proposed prices to historical prices paid, competitive published price lists, an independent government cost estimate (IGCE), or prices obtained through market research for the same or similar items or services. Unsuccessful offerors may challenge the procuring agency’s price reasonableness evaluation techniques in a post-award protest. In such protests, the manner and depth of the government’s price reasonableness evaluation is typically within the sound exercise of the agency’s discretion. However, while it is the agency’s prerogative to select an appropriate method for evaluating price reasonableness, the chosen method must provide a reasonable basis for assessing the different proposed pricing under the competing proposals.
In B-422266.4, a decision issued on February 18, 2025, the Government Accountability Office (GAO) entertained a post-award bid protest challenging the agency’s price reasonableness determination. The procurement involved a fixed-price task order request for financial support services for the United States Space Force. The task order was awarded at an evaluated price of $184,970,025 under the General Services Administration’s (GSA) One Acquisition Solution for Integrated Services (OASIS) indefinite delivery indefinite quantity (IDIQ) contract. During the evaluation of the proposed pricing, the agency utilized three price analysis techniques to determine the reasonableness of the awardee’s average labor rates and proposed pricing. Firstly, the agency compared the awardee’s proposed labor rates to labor rates from the incumbent bridge contracts, which had followed on from previously competitively awarded task orders. Secondly, the awardee’s labor rates were compared to GSA’s CALC+ prices-paid database data. Finally, the agency compared the awardee’s labor rates to those of the Bureau of Labor Statistics (BLS). Based on these rate comparisons, the procuring agency concluded that each of the three techniques independently supported a finding that the awardee’s proposed pricing was reasonable. The protestor challenged the reasonableness of all three price reasonableness analysis techniques.
Incumbent Bridge Contract Labor Rates
The protestor argued that the agency improperly compared the awardee’s labor rates to the incumbent bridge contract labor rates because the labor mix on the bridge contracts was significantly more senior and thus represented an artificially inflated price that the agency should have downwardly adjusted for a more apt comparison to the current requirement. Additionally, the protestor alleged that the awardee had proposed a more senior mix than the minimum qualifications outlined in the solicitation and that the agency should have evaluated price reasonableness based on the minimum qualifications. However, the GAO found these arguments unpersuasive and pointed to the solicitation, which included “desired qualifications” for many of the positions in addition to the minimum qualifications. The GAO noted that it would have been irrational for the agency to establish desired qualifications in the solicitation but not allow offerors to propose rates that would permit the recruitment and retention of staff that met those qualifications. The GAO also determined that the incumbent efforts involved a remarkably similar scope of work to the current requirement, noting that the awardee would perform the services in question for the same agency at the same location. Ultimately, since price reasonableness determination is a matter within agency discretion, the GAO concluded that it had no basis to find the agency’s evaluation unreasonable.
CALC+ Prices Paid Database
As part of its price reasonableness analysis, the agency compared the proposed rates to labor rates derived from GSA’s CALC+ Prices Paid database. The CALC+ database contains historical pricing for labor categories across various multiple award IDIQ contracts. The protestor alleged that the agency’s use of the GSA CALC+ prices-paid database was improper for several reasons. Firstly, the protestor pointed to the CALC+ tool user guide and alleged that, according to the guide, it was inappropriate to use CALC+ data to assess price reasonableness. Secondly, the protestor referred to the analysis technique employed by the agency in utilizing CALC+ data. It alleged that it was inappropriate for the agency to create average rates and standard deviations based on historical CALC+ labor rates. The protestor argued that the standard deviation benchmark established by the agency did not bear a reasonable relationship to prices actually paid by the government because the labor rates obtained via the standard deviation methodology for the purposes of comparison with the proposed rates were, in some cases, higher than any historical price paid by the government as recorded in the CALC+ database. Finally, the protestor noted that several of the awardee’s individual rates even exceeded the standard deviation benchmark established by the agency, demonstrating that the awardee’s pricing was unreasonable even by those standards.
The GAO first dismissed the protestor’s argument regarding the agency’s use of the CALC+ database by noting that the protestor had relied on a selective reading of the user guide. The user guide only warned agencies not to rely on the CALC+ database as a sole or primary method of determining price reasonableness. However, nothing in the user guide prevented agencies from utilizing the tool to inform a broader price reasonableness analysis. In fact, using the CALC+ database to inform and support price reasonableness determination is one of the tool’s intended purposes. Consequently, since the agency utilized the CALC+ database tool consistent with its purpose as part of its broader price analysis, the agency was justified in employing the CALC+ historical rates methodology.
Furthermore, the agency did not rely solely or mechanically on the standard deviation analysis to make the award decision. The agency evaluated both the overall average rates of each offeror, and the average rates proposed for each individual labor category. The awardee’s overall average rates were within one standard deviation of the average of relevant historical CALC+ rates. Additionally, while some of the awardee’s individual labor category rates were higher than the standard deviation benchmark, the same was true for several of the individual labor category rates proposed by the protestor. Thus, the GAO ultimately found the agency’s decision to not mechanically reject the proposals based on this sub-component of its broader price reasonableness analysis was consistent with the recommendations of the CALC+ user guide.
BLS Labor Rates
Finally, the protestor alleged that the agency’s use of the BLS labor rates was improper because the agency’s calculation of wrap rates to burden BLS direct labor rates was incorrect. The protestor pointed to the record to support its argument, which suggested that the agency may have double or triple-counted specific fringe benefit rates in burdening the BLS rates to make them comparable to the offerors’ proposed rates. While the GAO noted the protestor’s argument concerning BLS labor rates, it did not resolve it. The GAO reminded the protestor of the requirement that it must demonstrate competitive prejudice for the protest to be sustained. Here, even if the protestor’s argument regarding the BLS labor rates was assumed to be correct, the protest could not be sustained because the agency had reasonably relied upon two additional independent price analysis techniques to determine the reasonableness of the awardee’s pricing. Thus, the GAO did not resolve the protestor’s argument regarding the agency’s use of BLS labor rates because the agency had established the reasonableness of the awardee’s pricing using historical prices on the incumbent bridge contract and the CALC+ prices paid database.
In making price reasonableness determinations, procuring agencies are concerned with whether the offered pricing is too high. While protestors may challenge price reasonableness evaluations, such protests are typically difficult to sustain as the manner and depth of the agency’s price reasonableness evaluations are squarely within the agency’s discretion. Additionally, the reasonableness of proposed pricing is often justified if the procuring agency receives at least two competing offers. The government typically also has various methods to determine price reasonableness, including comparing proposed pricing with historical pricing, IGCE, or market research data. When the government employs multiple techniques to evaluate price reasonableness, as the procuring agency did in the procurement described above, the protestor may need to demonstrate that each price reasonableness technique was independently unreasonable. However, despite these challenges, protestors may successfully protest the government’s price reasonableness evaluation if they can demonstrate that using a particular methodology was unreasonable under the circumstances. Additionally, depending on the facts of the procurement, protestors may attempt to prove that the government’s price reasonableness analysis was incomplete or was not conducted equally amongst all offerors. Finally, in certain situations, protestors may also rely upon other related but distinct arguments, such as the existence of unbalanced pricing.
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.