Blog Post

NAVAIR SAIL Pricing Synopsis

  • By Mike Gallo
  • 09 Jul, 2018

Summary

There’s some rough seas ahead for building the pricing volume on this 5-year, $40+M engineering support contract until NAVAIR addresses some of some conflicting issues and clarifies scope of transition costs.

Overview

The Naval Air Warfare Center Aircraft Division Pax River Surface/Aviation Interoperability Laboratory (SAIL) solicitation (N00421-18-R-0045, NAICS 541330) is a follow-on to the current incumbent contract N00178-05-D-4663-M809, awarded in 2014 to Wyle Laboratories Inc, and expiring in April 2019. There are (8) incumbent subcontractors: American Electronic Warfare Associates, Engility Corporation, Heron Systems, ITG Global, LLC, Organizational Strategies, Inc. and Solute, Inc. As of February 2018, $23.1M of $44.1M has been obligated.

SAIL essentially functions as an operational U.S. Navy ship for aircraft in the Patuxent River MD area to test with and verify that their systems will be interoperable with before they are fielded and deployed. This contract will provide engineering, technical, operational, test and logistics services in support of the SAIL efforts related to conduct of Joint and Navy research and development (R&D) programs; systems integration; simulation and stimulation systems development, test planning and conduct; command, control, communications, computers, intelligence, surveillance, and reconnaissance (C4ISR) systems interoperability; and, technology demonstration programs.

Contemplated Contract

The five-year contract contains both fixed price and cost type Contract Line Items (CLINs) with annual staffing of 27 FTEs. NAVAIR intends to award to one offeror on a best-value basis. All evaluation factors other than Price/Cost, when combined, are significantly more important than Price/Cost. Approximately 98 percent of work will be performed on-site at Naval Air Station (NAS) Patuxent River, the remaining 2 percent of work is to be performed at Contractor site(s) as required.

Cost Volume

The cost volume consists of 1) summary contractual information, 2) a populated copy of Section B CLINs and Sub-CLIN unit price, quantity and total prices 3) Completed Attachment P6 (Cost Summary Spreadsheet), and 4) Attachment P7 (Fully Burdened Labor Rates).

The RFP defines a ‘principal subcontractor’ as a subcontractor who provides at least 20% of the proposed total price (excluding prime fee) OR provides one or more key personnel. The current draft solicitation contains no special pricing requirements for principal subcontractors.

Full Documentation of Proposed Pay

The RFP requires extensive pay rate information for all proposed positions (for both prime and subs) including: Collective Bargaining Agreements (CBAs), Area Wage Determinations (AWDs), the most current Defense Contract Audit Agency (DCAA) Provisional Billing Rate Approval Letter, DCAA Final Billing Rate Approval Letter, and/or DCAA Forward Pricing Rate Agreement recommendation. Offerors must also provide a payroll verification form containing the title and direct labor rates, accompanied by a signed certification by an authorized representative of the company that the information contained in the form is correct. Rates for contingent hires require offer letters with salary information (with associated signed Letters of Intent). For non-key prospective hires and consultants, other substantiating information and consultant agreements substantiating the rates proposed are required. Finally, a submission of a total compensation plan is also required.

The RFP identified (7) of 21 labor categories as SCA covered. However, NAVAIR did not provide the current SCA wage determination letter(s) in the draft. Interestingly, there are (8) labor categories identified as key, of which, (2) (Electrical & Electronics Engineering Technician III and Engineering Technician VI) are identified as being both Key Person and SCA covered. The draft SOW contains labor category details including functions, Bureau of Labor Statistics Occupation Code Mapping, Key/No-Key annotation, Experience, and Education. The RFP does not specify whether any of the current incumbent staff are operating under a CBA.

To BOE or not BOE?

Part B, Section 3.3.1 instructs offerors to, “Demonstrate that the unit prices and the total proposed price/cost are reasonable, realistic, and commensurate with the work required by the solicitation and the technical and management approaches identified in the Technical Volume of the proposal. Show traceability with the CLINs, SubCLINs, PWS, proposed effort, proposed manning levels, and prices/costs.” This level of documentation is akin to a ‘Basis of Estimate’ and appears to be excessive given the fact that Section 3.6.2 instructs offerors to propose the RFP-provided labor categories and hours (Five-year total is 259,200 hours). Offerors should push back on this requirement and request the staffing approach be addressed fully in the technical volume.

Other Potential Pricing Issues

Fully Burdened Annual Labor Unit Cost

Section L, Part B, Section 3.3 advises that “Offerors proposing a fully burdened annual labor cost for any employee that exceeds $300,000 shall provide rationale in their cost proposal narrative that justifies the reasonableness of the proposed cost for the applicable employee(s)”. Based on the solicitation’s standard of 1,920 hours per year, the associated burdened tripwire rate is $156.25 per hour. Given typical wraps and profit, annual salaries above $95,000 ($90,000 for subcontractors) could exceed this tripwire. Section M3.2 warns offerors that “exceeded tripwire may ultimately be determined unreasonable absent justification”. Offerors should clarify whether ‘fully burdened’, as used in the sentence above, includes or excludes fee/profit.

Limits on Pass-Through and Fee Rates

Fee for CPFF CLINs are capped at 8.0%. This limitation is applicable to both the prime and subcontractors. Subcontractor profit rate must also not exceed the prime’s profit rate. ‘Pass-Through’ rate on subcontract costs are limited to 8.0%. Offerors with large G&A rates should either consider proposing a separate subcontract handling indirect pool (along with a revised G&A rate) or a capped G&A rate applied to subcontractor costs. In most cases, subcontract handling rates fall well below 8%, which means companies that adopt a separate sub-contract handling fee will likely fully recoup their indirect costs. Offerors should clarify whether ‘pass-through rate’ is inclusive or exclusive of prime contractor profit on subcontractor cost. Section M also forewarns offerors that if there are discrepancies in rates between Section B, Attachment (P6), and Volume 3 Narrative, Section B prevails.

Unallowable Costs

Section 3.1.5 of the SOW states, “The costs of general purpose business expenses required for the conduct of the Contractor’s normal business operations are not an allowable direct cost in the performance of this contract. General purpose business expenses include, but are not limited to, the cost for items such as telephones and telephone charges, reproduction machines, word processing equipment, personal computers and other office equipment and office supplies.” It's sensible and appropriate for NAVAIR to disallow direct charge of corporate ‘desktop’ costs since staff will sit on-site at NAVAIR and will be provided with office space, computers, and phones, etc (as specified in 3.1.2.1). However, we still think the basic language of this clause is overly broad and recommend offerors request tighter language such as the language provided in NAVAIR’s example or as specified within Section 3.1.2.1 of the SOW.

Total Evaluated Price – Option Extension

Section M4.0 states total evaluated cost/price will also include the six month performance period permitted under the clause. It will be calculated by dividing the final proposed contract year by twelve (12) to establish an estimated monthly amount; thereafter, the monthly amount will be multiplied by six to establish the estimated cost for the six (6) month option to extend services. Companies should figure this additional 6-month option extension into their pricing strategy.

Unpriced Transition?

Part B, Section 1.3 instructs offerors to address their Management and Transition Plan and notifies offerors that a written transition plan must be provided within 30 days of contract award. The current draft does not appear to request offerors to price their transition. It is also unclear whether a separate Transition Out CLIN will be established whose period of performance precedes the main contract CLINs. Offerors should confirm whether or not the plug labor specified in the RFP is inclusive of “Transition Out” activities.

Potential Costs

It’s also unclear what NAVAIR intends to do with the following instruction found in Section 3.5: “The Offeror shall identify additional costs that would be incurred that have not been identified in the solicitation and describe in detail the performance that would cause these costs. Also, describe any assumptions with regard to Government actions (e.g., providing resources whether it be equipment or people) that enabled the proposed price/cost to be lower and identify the amount by which it is lower.”

We are also concerned with language found in Section M regarding additional Government costs applied to probable cost- “In addition, adjustments to the cost portion of the offer may be made to include Government costs required to accomplish the Offeror’s proposed approach (e.g., additional Government-Furnished Property/Government-Furnished Information required by the Offeror to implement its approach) with the exception of those costs to the Government that are equal to all Offerors.”

We urge caution, especially with respect to identifying ODC costs that are represented as additional costs. NAVAIR’s instructions do not contain any additional scoping details and assumptions for their ODC plug figures.

No Exceptions (Well, Maybe)

Section 3.6.1 instructs offerors to propose the RFP-provided separate annual ODC plug figures for Travel and Material that totals $20.7M. The plug is considered an unburdened costs and offerors can elect price their offer with or without their applicable burden. However, the RFP advises, “If the Offeror chooses not to burden ODCs, then the Offeror shall propose an H-clause to identify this special term and condition.” We’re not sure how this language squares with Section L.1 which warns offerors, “The Government advises the Offeror that taking exception or deviating from any term or condition of the RFP may result in the assessment of a deficiency to the proposal.” Companies should exercise caution and seek clarification from NAVAIR regarding whether adding a Section H clause would be construed as ‘taking exception’ from the RFP that might result in a deficiency.

Conclusion

We think there’s some rough seas ahead for building the pricing volume until NAVAIR addresses some of some conflicting issues and clarifies scope of transition costs. This appears to be another ‘rate-drill’ type of solicitation with detailed backup required for all direct and indirect rates proposed.

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. Learn more 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: