Shutterstock_2509951939.jpg

Unbalanced Pricing & Associated Risks in Federal Contracts

Unbalanced pricing exists when despite an acceptable total evaluated price, the price of one or more line items is significantly over- or understated. Federal Acquisition Regulation (FAR) 15.404-1(g)(2) instructs contracting officers (COs) to analyze offers with separately priced line items or subline items to determine whether the prices are unbalanced. If unbalanced pricing is detected, the FAR requires that the CO consider the risks to the government in making the award decision and whether the contract award will result in paying unreasonably high prices for contract performance. If the performance or pricing risks associated with unbalanced pricing rise to unacceptable levels, the procuring agency may reject the offer containing the unbalanced pricing. Alternatively, the agency may accept the offer with unbalanced pricing if, after conducting a risk assessment, it determines that the offer does not pose an unacceptable performance risk and that the government is unlikely to pay unreasonably high prices. The methodology and scope of an agency’s cost or price analysis are matters within the agency’s discretion, and the GAO only reviews the record to ensure that the evaluation is reasonable and consistent with the terms of the solicitation and the applicable law.

While both overstated and understated prices are relevant to an unbalanced pricing analysis, the primary risk the government assesses in this context is the risk posed by overstated prices. This is because low prices are not inherently improper and do not by themselves establish unbalanced pricing. Thus, to sustain a protest alleging unbalanced pricing, a protester must specifically identify one or more line or subline items and demonstrate that their pricing is significantly overstated. In B-421025.2; 421025.3, a bid protest decision issued by the Government Accountability Office (GAO) on July 6, 2023, the protester failed to identify any line items in the awardee’s proposal that contained overstated pricing. Instead, the protester merely observed that because the awardee had reduced its pricing on certain line items during discussions with the government, its pricing on other line items could now be overstated. Predictably, the GAO dismissed the allegation, noting that the protester had failed to meet the threshold requirement for proving unbalanced pricing because it could not demonstrate that any particular line item in the awardee’s proposal was overstated.

Furthermore, for unbalanced pricing to exist, the relevant proposed prices must be for line or subline items, rather than the total evaluated price (TEP). In B-422826, a bid protest decision issued by the GAO on November 20, 2024, the protester’s allegations of unbalanced pricing in a Defense Health Agency (DHA) contract were dismissed because they were solely related to differences between the TEPs. The offerors were required to provide prices for three “stepladder ranges,” for services involving healthcare environmental cleaning. The stepladder ranges included pricing for a base period, four option periods, a transition period, and a period for service extension. Each of these periods of performance represented a separate line item. The DHA added the proposed prices of all the line items to compute a TEP for each stepladder range. During the post-award protest, the protester alleged that the awardee’s pricing for stepladder 3 was unbalanced because it was inconsistent with its proposed pricing for stepladders 1 and 2. However, the GAO was unpersuaded by the protester’s argument because the stepladder prices represented TEPs and not pricing for individual line items. Consequently, the protester’s allegation of unbalanced pricing was dismissed because it could not demonstrate that the stepladder prices were for individual line or subline items.

It is also worth noting that, unless the solicitation specifically calls for it, unbalanced pricing evaluations are only mandated in FAR Part 15 procurements. In B-422081.2, a bid protest decision issued by the GAO on January 23, 2025, the underlying solicitation did not provide for the evaluation of proposed prices for balance. The acquisition was conducted under FAR 16.505, and the solicitation expressly stated that, regardless of the language used, the policies in FAR 15.3 did not apply to the ordering process. Following the award, the protester challenged the task order award, asserting, among other arguments, that the awardee’s pricing was materially unbalanced and that the procuring agency had failed to perform an unbalanced pricing analysis. The GAO dismissed the protester’s arguments, noting that the agency was not required to conduct an unbalanced pricing analysis because the solicitation did not call for it. Furthermore, the protester was reminded that the unbalanced pricing evaluations were not required in FAR Part 16 procurements. Consequently, the allegations regarding unbalanced pricing were dismissed due to the protester’s failure to state a valid basis for protest.

Even when unbalanced pricing is detected, the agency may waive the risks associated with it if they do not rise to unacceptable levels. Additionally, while the FAR generally instructs COs to utilize cost and price analysis techniques, it does not identify the precise manner in which a CO must assess proposals for risks associated with unbalanced pricing. In B-421311; 421311.2, a decision issued on March 15, 2023, the agency’s price analysis technique considered offered unit pricing that was more than 15 percent higher or lower than the average market price as unbalanced. Based on this methodology, the CO determined that the awardee’s pricing was unbalanced and proceeded to assess the risks associated with the unbalanced pricing. As a result of its risk assessments, the CO found that although the awardee’s proposed pricing was unbalanced, it did not pose an unacceptable risk of the government paying unreasonably high prices during contract performance. Furthermore, the CO determined that there was no risk of the awardee being unable to perform at the offered price. During the protest that followed, the GAO reviewed the unbalanced pricing risk assessment methodologies employed by the CO and found no reason to disturb the CO’s determinations. Consequently, the protest ground alleging unbalanced pricing was denied.

An offeror’s pricing is unbalanced when one or more line items are significantly over- or understated, despite an acceptable total evaluated price. Procuring agencies are required to conduct unbalanced price evaluations in FAR part 15 acquisitions and on proposals received in response to solicitations that call for unbalanced price evaluations. Once the agency determines that an offeror’s pricing is unbalanced, it proceeds to conduct a risk assessment to determine whether the unbalanced pricing poses an unacceptable price or performance risk. The GAO reviews for reasonableness both the agency’s determination regarding whether an offeror’s prices are unbalanced and the determination regarding whether the risks associated with the unbalanced prices are unacceptable. While both under- and overstated prices are relevant to an unbalanced pricing analysis, the primary risk the government is concerned with is the risk posed by overstated prices. Ultimately, contractors should remember that even when unbalanced pricing is detected, the procuring agency retains considerable discretion to waive any associated performance or pricing risks following a risk assessment, provided such risks do not rise to unacceptable levels.

This Federal Procurement 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
Protesting Price Reasonableness Evaluations.jpg

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.

more
Shutterstock_2474143053.jpg

Firm-fixed-price contracts place maximum risk and full responsibility upon the contractor for all costs and resulting profit or loss incurred in performing a government contract. Fixed price contracts provide for a price that is not subject to any adjustment based on the contractor’s cost experience. Meanwhile, fixed-price contracts with economic price adjustments provide for upward or downward revisions of the stated contract price upon the occurrence of specified contingencies. There are three general types of price adjustments. First, price adjustments based on established prices provide for increases or decreases from an agreed-upon level in published prices of specific items. Second, adjustments based on actual costs of labor or materials contemplate increases or decreases in the specified costs of labor or materials actually experienced by the contractor during contract performance. Finally, adjustments based on labor or material cost indexes provide for increases or decreases in labor or material cost standards or indexes identified explicitly in the contract. In fixed-price contracts that do not provide for economic price adjustments, the contractor assumes the risk of unexpected costs not attributable to the government.

more