Blog Post

NASA ACITS4 Draft RFP Pricing Synopsis

  • By Mike Gallo
  • 08 Mar, 2018

Summary

While not advertised as an LPTA competition, this 157 FTE/year 8(a) set-aside contract for consolidation of IT services at Ames Research Center looks like a rate shootout for the largest and savviest 8(a) firms.

Background

NASA Ames Research Center Consolidated Information Technology Services (ACITS) 4 is a five-year follow-on contract to the existing ACITS3 contract. The incumbent contract is held by ASRC Research and Technology Solutions (ARTS) under contract # NNA13AB88C and runs through August 31, 2018. Currently ACITS3 has cumulative funding obligations of about $164M. ACITS4 is an 8(a) set-aside with a $27.5M size standard under NAICS code 541512. This single award contract consists of a Firm Fixed Price (FFP) Phase-in; Cost Plus Fixed Fee (CPFF) Contract Management and Technical Requirements (“Core Technical Services”); and a CPFF IDIQ Contract Task Orders.

Cost and Pricing Requirements

Offerors must submit both a cost volume and an Excel pricing model containing 16 different spreadsheet tabs.  Certified cost and pricing data are not required. However, very thorough and detailed information must be provided in the cost volume including:

  • Detailed explanation of all pricing estimating methodologies
  • Disclosure of the basis for all projections, rates, ratios, percentages, factors
  • A narrative portion that explains all judgment-based elements of cost/price projections and profit policies including any proposed price ceilings and team fee sharing arrangements.

Labor Rates and Compensation

The draft solicitation identifies 42 standard labor categories (SLCs) for the ARC Core and Technical Services IDIQ portions of the contract. SLCs were not provided for Contract Management portion, leaving offerors to propose their own labor categories. Offerors must submit a Total Compensation Plan. Curiously, this information is requested in the Mission Suitability Volume, not in the Cost Volume.

Offerors should pay close attention to identifying the basis of their proposed labor rates and well as indicating whether a position is filled by incumbent staff or new hires. NASA has not provided any data on incumbent salaries. NASA’s example seems to imply that offerors either bid incumbent or new hire. The larger labor categories such as Application/SW Developer may require a blend of incumbents and new hires.

NASA provided their guidance on escalation rates from 2019-2024 ranging from 2.9% to 3.0% (it begs the question why they didn’t decide on one or the other). These rates are guidance and offerors are not required to bid these escalation rates.

Labor Effort

Offerors must use the NASA provided labor plugs totaling 257,401 hours (or 139.9 FTE) for Core Technical Services and 36,186 hours (or 19.25 FTE) IDIQ Task Orders.  No labor plugs were provided for contracts management portion.

The draft RFP defines ‘productive time’ “the total available hours for productive work in a year, excluding overtime and paid time off (vacation, holiday, etc.).” Perhaps NASA wants to level the playing field by removal of uncompensated overtime. Separately, NASA wants to understand ‘non-productive’ time which is stated as ‘paid hours for non-work time such as vacation, holidays, sick leave, and other personal leave’. Absent from either of these definitions are hours associated with indirect labor and uncompensated overtime (even though offerors are required to address uncompensated overtime in their Total Compensation Plans). The accounting for indirect time might be an issue for offeror’s senior staff, key personnel and for smaller subcontractors whose principals typically straddle direct and indirect work.

Other Direct Costs

Offerors must include the NASA provided ODC plug figures totaling $96.2 M across the three contract portions (Contract Management, Core Technical, and IDIQ Task Order). The plugs are not provided in the RFP document, but were shown in the Excel template.

Indirect Costs

Offerors must use Exhibit 10 to map their indirect rates from their accounting year and then compute a weighted average indirect rate.   Offerors proposing different indirect rates by year should pay attention to this tab.  These weighted rates should be linked to the pricing buildup in Exhibits 2, 3, and 4 in the pricing model.

In Exhibits 11 and 12, Offerors must also provide full details on the composition of each indirect rate pool, including indirect pool cost elements and the total value of the cost base. In theory, the rates shown in Exhibit 11 should tie to and feed rates in Exhibit 10. This detail is designed to ensure NASA can discern whether offerors proposed credible and realistic indirect rates. The RFP is silent on whether offerors must use current negotiated rates. Primes should be careful to ensure that their subcontractors fully understand these requirements since the draft RFP presumes (in our opinion) a CPFF type subcontract will be flowed down to major subcontractors.

NASA also foresees offerors will bid ‘impacted indirect rates’. Exhibit 12 provided a breakout of G&A base dollars into three buckets entitled: ‘Existing Business Base’, ‘This Contract’, and ‘Forecasted Business Base’. This breakout was not found in the Exhibit 11 tab for the Fringe and Overhead pools. Presumably, offerors with a single overhead pool could also experience a significant beneficial impact on their overhead rate should they win this bid and should clarify with NASA whether they can provide this detail in Exhibit 11.

Subcontractors

Proposed subcontractor budgets that exceed a five-year total of $2M are considered ‘major subcontractors’.  Major subs must also submit a cost proposal in the same format as the prime. Subs may submit sanitized bids to primes and unsanitized bids directly to NASA (of course this complicates management of the proposal pricing for both the prime and the subs). This seems like a low threshold for requested detailed pricing information and will increase both time and effort for prime bidders with many smaller subcontractors.

Cost Realism and Total Evaluated Cost 

NASA will perform cost realism analysis. Additionally, the draft RFP states, “Cost information supporting a cost judged to be unrealistic and the technical/management risk associated with the proposal will be quantified by the Government evaluators and included in the assessment for each Offeror.”  We’re not sure we understand what this statement means. It’s possible NASA intends to summarize the information provided by offerors whose cost element was deemed unrealistic.  We suggest offerors request NASA to clarify the intent of this statement.

Evaluated price is defined as “The overall value for selection purposes will be the sum of the cost plus Fixed fee proposed for the ACITS4 Contract Management (CLINs 0002, 0005, 0008, 001 l, 0014), the ACITS4 Core Technical Services (CLINs 0003, 00006, 00009, 0012, 0015), and ACITS4 IDIQ Task Orders (CLINs 0004, 0007, 0010, 0013, 0016). Phase-in (CLIN 0001) will not be included in the evaluated total cost for selection purposes, but it will be evaluated for reasonableness and realism.” This removes the incumbent’s price advantage and somewhat levels the playing field. So, bidding “zero” for Phase-In price doesn’t improve the non-incumbent’s pricing competitiveness.

Summary

While not an LPTA type contract, the draft solicitation fixes ODCs and most of the proposed labor effort. Therefore, differences in pricing will be limited to differences in salaries, indirect rates, and proposed fee. The pricing requirements while lengthy, are not overly complex, since NASA has fixed both labor level of effort and ODCs.  Primes should carefully consider their indirect rate strategy along with closely monitoring and managing their subcontractors. Smaller, less mature subs may have a more difficult time accommodating NASA’s requirement for detailed indirect rate data. Primes should carefully consider which teammates are considered ‘major subcontractors’ for this bid.

Finally, we think offerors should take the hint from NASA that the era of bidding one percent or less for labor escalation is probably over. Recent wage trends[1] across all workers, as shown in the Employment Cost Index, is now firmly above 2.5 percent and is approaching 3 percent wage growth for professional scientific, and technical services.

 


[1] Bureau of Labor Statistics, Table 9 WAGES AND SALARIES (NOT SEASONALLY ADJUSTED): Employment Cost Index for wages and salaries, for private industry workers, by occupational group and industry


About the author: Mike Gallo is Partner and Principal Consultant at Federal Pricing Group, a firm focused on providing expert contracts pricing to small and mid-sized federal government contractors and cost-related acquisition support services to federal agencies. You can find more resources like this article at https://www.federalpricinggroup.com/.

By Daniel Fox January 16, 2025

In this case, the protestor lost to a competitor's lower evaluated price because the protestor's bid of $251M ($22M below their estimated cost) was adjusted by the Army to $271M. The GAO sustained the protest and said the Army erred in adjusting the protestor's price because the protestor made a credible contractually binding offer to limit their price.

Cost Realism and Probable Cost Adjustments

Normally, on cost-type contracts, Government evaluators will upwardly adjust the price of proposals deemed unrealistic (i.e., too low). These adjustments can unfavorably swing the source selection decision to another competitor. However, when offerors agree to cap rates or otherwise establish a ceiling on their price, agencies may not adjust that offeror's price because that portion of the proposal is now considered fixed price.

What key ingredients in this protestor's proposal convinced the GAO that the Army's probable cost adjustments were unreasonable and inappropriate? Likewise, what key questions should government evaluators consider to determine if a below-cost offer is credible and should not be adjusted?

They ensured compliance

Key evaluator question: Does the solicitation restrict or forbid below-cost offers?

The protestor correctly understood that while the RFP did not explicitly restrict or forbid below-cost offers, the instructions warned offerors that any inconsistency between promised performance and proposed cost required adequate explanation (including business policy decision to absorb a portion of the estimated cost). Consequently, failure to do so could result in a finding of Technical Unacceptability or a finding that a proposed cost is unrealistic for work to be performed.

They fully costed the contract

Key evaluator question: Has the offeror adequately resourced and costed the effort in accordance with the Performance Work Standard (PWS) and the technical proposal?

The protestor identified and estimated the costs of all resources necessary to meet the PWS requirements and provided enough detail to fully demonstrate that the resources identified in their technical proposal aligned with the resources included in their pricing proposal.

They explicitly quantified the discount

Key evaluator question: Has the offeror clearly and unambiguously quantified the cost/price reduction?

After building the fully costed proposal, the protestor added a separate cost element summary line-item that explicitly quantified the costs to be absorbed by the protestor (which was $22M), thus lowering the overall price.

They clearly articulated their binding intent

Key Evaluator question: Does the offeror understand will not fully recoup their costs?

The protestor's proposal clearly stated they were making a business decision to 'absorb' certain costs (which were redacted in the published protest) and included a legally binding promise to limit the cost to the agency to a specific total throughout the performance. The terminology here was key because the protestor wasn't decrementing, offsetting, or otherwise adjusting their cost estimate (which could introduce an inconsistency between the priced resources and the resources identified in the technical proposal). By using the term 'absorbing,' the protestor communicated their intent to incur these costs during contract execution and would not invoice the Army for these costs.

They identified all parties involved in the discount

Key Evaluator Question: Which teammates are absorbing costs?

The protestor clearly stated their subcontractors were not part of the cost absorption decision and reiterated that their subcontractors submitted fully costed proposals.

They explained how these costs would be absorbed

Key Question: How will the offeror pay for/fund the cost absorption?

The protestor stated they intended to pay for these costs using corporate funds. This statement reinforces and backs up the earlier claim that the price reduction is not a cost reduction via the reduction of resources assigned to the contract.

They declared their acknowledgment and acceptance of risk and responsibilities

Key Evaluator Question: Does the offeror commit to meet the performance requirements and standards of the PWS?

The protestor's proposal included a formal statement acknowledging and accepting the risks and responsibilities associated with their business decision. This included key statements reiterating their understanding of the financial impact of the business decision and commitments that this decision would not impact their operational approach to managing and executing task orders to meet PWS requirements and associated performance standards.

They demonstrated access to funds

Key Contracting Officer Question: Can the offeror afford to invoice for less than their costs?

This is a responsibility question per FAR Part 9.104 – not a cost realism question that impacts evaluated price. It's an important ingredient that ensures contract award eligibility. The protestor's proposal documented that they were a financially sound and transparent publicly traded corporation with a strong cash position and fully capable of absorbing the cost of this Business Policy Decision.

Final Thoughts

Pricing contracts below estimated costs is a risky strategy and not is a strategy companies should normally adopt. However, given the right opportunity, companies can use these eight key points as a high-level approach to building a credible below-cost offer. The precise steps to adopt a below-cost offer for a specific opportunity will depend on the specifics of each solicitation and your team's unique financial circumstances. For evaluators, this framework also represents a helpful guideline for determining the credibility and realism of a below-cost offer.

About the author: Mike Gallo is Partner and Principal Consultant at Federal Pricing Group, a consulting firm focused on providing federal contracts pricing analysis and pricing volume support to small and mid-sized federal government contractors and cost-related acquisition support services to federal agencies. Learn more at https://www.federalpricinggroup.com/.

By Mike Gallo March 1, 2021
3 Pricing Ghosts Competitors Can Use to Unseat the Incumbent Prime Contractor
By Mike Gallo January 28, 2021
As federal contractors look forward to a fresh start in the new year, here are three resolutions to to strengthen your competitive pricing posture.
By Mike Gallo May 4, 2020
In this blog, Federal Pricing Group discusses six reasons for justifying higher profit on your next contract. For pricing proposal advice, contact our team today.
By Dan Fox October 2, 2019
Compliance must be ingrained in the company culture and all aspects of management, operations, finance, and business development. Learn more about cost compliance from FPG.
By Federal Pricing Group February 20, 2019
Indirect rates are used to allocate the pro rata share of indirect costs to contracts that benefit from that indirect cost. Learn more about indirect rates by contacting our team today.
By Michael Gallo February 19, 2019
The $100M follow-on contract, AF - ECMM, seems to have escaped credible competition for the last 10+ years. We’re curious to see if the current large business incumbent can work their magic through a SDVOSB partner and maintain their iron grip on this contract.
By Daniel Fox November 8, 2018
The Incurred Cost Proposal calculates and documents a firm’s actual direct and indirect costs and ultimately compares the contractor’s “billed” costs versus “claimed” costs on cost reimbursable type contracts or contract line items.
By Mike Gallo November 5, 2018

After months of wondering what happened to your proposal submission, the Government has responded with pages of pricing questions. Now what? Here’s three tips to help you answer pricing questions.

Common Issues

 Generally, cost and pricing questions fall into four broad issue areas:

  • Omission  The Government believes something is missing from your price proposal. It could be something as simple as a sub-total calculation error or something more serious such as unpriced tasks that are identified in your technical volume, but not included in your price.
  • Necessity  The Government believes something priced into the proposal is not relevant or ‘in-scope’. Sometimes a lack of a clear explanation of how costs were derived and or calculated can also lead the Government to question certain costs. Lump sum costs, without underlying details and explanation, are a great example of this.
  • Consistency  The Government believes something in your pricing doesn’t align with your technical volume. This can occur when last minute pricing drills shave costs (such as staff hours), but the change is not reflected in the technical volume (or vice versa).
  • Reasonableness/Realism  If the Government says a particular cost appears ‘unreasonable’, they’re saying they think it’s too high. Conversely, if the Government says a particular cost appears 'unrealistic', they’re concerned it's too low.

Three Helpful Tips

How should companies respond to these questions?

1.     Don't fight the Fed.

Even if you disagree with the evaluator's question, keep in mind there’s something unclear in your proposal that created ambiguity and doubt in the evaluator’s mind. Don’t take it personally. Avoid argumentative language in your responses that just serves to aggravate the evaluators and doesn’t help you to address the issues raised. The fact that the Government may think a proposed cost might be too high (or too low) doesn’t necessarily mean you should revise your price. Often the Government uses terms such as ‘Justify’, ‘Substantiate’, ‘Clarify’, ‘Explain’, etc. to describe their need for additional information.

2.    Fortify answers with facts and data, not more unsubstantiated assertions.

The four main issues: Omission, Necessity, Consistency, and Reasonableness/Realism almost always boil down to a lack of adequate documentation and substantiation as a root cause. Provide corroborating evidence to justify unit costs and rates. Clearly explain how costs were derived and/or calculated.

3.     Make it Easy for the Evaluator.

If you elect to revise your pricing, clearly track those changes in your pricing model. This is especially important when there are numerous and significant changes to price. The Government needs to understand how and why your price changed. Highlight cost elements that were added to your proposal. Identify unit cost and rates that were revised. Flag items that were removed from your revised proposal. Also ensure to provide a brief narrative summarizing what has changed in your revised proposal pricing.

 Conclusion

Breathe a little sigh of relief. Your firm has progressed through 1st cut. While your firm hasn’t won the contract (yet), the Government believes your proposal has enough merit and deems it worthy enough for additional consideration.

Remember, the Government is evaluating MANY proposals in addition to your proposal. Contracting officers want to progress to contract award, now ! Help them by clearly, accurately, comprehensively responding to evaluator pricing questions. Give the evaluators the missing pricing facts and data they need so they can demonstrate they evaluated your winning proposal objectively, fairly, and consistently.


About the author:  Mike Gallo is Partner and Principal Consultant at Federal Pricing Group, a consulting firm focused on providing expert contracts pricing to small and mid-sized federal government contractors and cost-related acquisition support services to federal agencies. Learn more at https://www.federalpricinggroup.com/.

By Mike Gallo October 15, 2018
In this blog, Federal Pricing Group discusses five good practices for building robust pricing volume compliance matrices. Learn more by contacting our team today.
More Posts
Share by: