AF- ECMM Pricing Synopsis
Summary
This $100M follow-on contract 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.
Background
The draft solicitation, FA8003-19-R-A002, is designated as a Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside. The Air Force contemplates award of a single 60-month contract consisting of a base period and (4) 12-month option periods.
The ECMM program is designed to provide medical logistical support personnel for routine staffing at various locations for assemblage packaging of War Reserve Materiel (WRM), inspections, and audits; and provide medical logistical support personnel for temporary surge in workload for contingency, humanitarian, and base exercises. The same services are provided to top secret locations under the JANUS project, which is a classified, strategic, national medical contingency program. The work is segmented into four parts: (I) Air Force Medical War Reserve Material Industrial Operations, (II) Consolidated WRM Storage and Deployment Centers, (III) Maintenance Support Services for Other CONUS/OCONUS-P SME Staffed Locations, and (IV) Maintenance Support Services.
This legacy program has a curious 12-year contract history. As far as we can determine, only a single contractor has bid on this effort to date. First, a $7.8M delivery order was awarded to CACI-ISS (FA4452-09-F-0001) under a Department of Veteran Affairs IDIQ contract (VA798-P-0002) in October 2008. It grew modestly to $8.2M at completion in December 2012. Meanwhile, a separate and larger Air Force Medical Support Activity War Reserve Materials (WRM) In-Garrison Maintenance IDIQ contract (FA7014-08-D-0017) was awarded to the same prime in March 2008. This 60-month IDIQ contract grew from $85M to $93.9M and expired in April 2013. Next, the U.S. Army Health Care Acquisition Activity (HCAA) awarded a 5-month $6.7M sole source bridge contract (W81K04-13-D-0031) in May 2013. The Army let the contract expire for the follow-on GSA Professional Support Services (PSS) task order (W81K04-13-F-0013) awarded in October 2013. The 60-month task order (still managed at the time by the Army) grew slightly from $74.8M to $75.6M at completion. An Air Force 2018 Justification & Approval , indicates the Air Force resumed responsibility in 2018 and issued a 24-month $33.4M sole source contract to the same incumbent. This most recent sole source contract (FA8003-18-C-0003) reflects the current incumbent contract.
Pricing Details
The Air Force will award (1) contract with an expected base period start date of 2/1/2020. The award will be made based on ‘best value’. Consistent with the legacy contracts, this solicitation is considered a commercial item acquisition. Furthermore, since RFP states the Contracting Officer has determined an expectation of adequate price competition, pricing requirements and documentation are very streamlined. And, by utilizing a fixed price contract, there is no requirement for cost data, cost analysis, or subsequent cost realism analysis. The Government will perform only price analysis and ensure offeror pricing is not unbalanced.
There is currently no requirement to provide a cost and pricing narrative nor a basis of estimate (BOE). The draft RFP requests offerors to complete the Excel pricing attachment. The draft pricing template contains 27 CLIN/Sub-CLINs of which (7) are pre-populated plug figures for travel, training, and Transition In/Out period. Separate tabs by CLIN/Sub-CLIN are used to input labor hours. Labor rates are automatically fed into these CLIN tabs from a centralized labor rate tab. The template collates all CLINs into a summary tab which contains a Base and (4) Option Years.
The labor rate tab identifies labor rates for 33 different locations. The template comes pre-populated with 13 labor categories that are common for each location. The pricing template requests fully burdened rates inclusive of profit/fee. As stated above, the template is very straightforward and does not request any cost breakdown of labor rates nor request any details on offeror indirect rates or their profit objective.
Some Pricing Questions
Despite the very streamlined pricing requirements and (non-existent) pricing narrative requirement, we think offerors should seek some pricing clarifications on the following:
- SCLS Covered Positions . Although the contract contains SCLS clauses and the Government confirmed (in their answers to industry) that the contract will contain SCLS covered positions, the current draft RFP does not contain any Department of Labor Wage Determinations. Offerors should ensure the final RFP contains all relevant Wage Determinations.
- Overtime Pay . Section 5.5.2 states, "The Offeror shall submit fully burdened base and overtime hourly rates (inclusive of direct costs, indirect costs, and profit) for each of the labor categories located in the Pricing Workbook (Attachment X)." However, the current draft pricing template does not appear to accommodate separate base and overhead rates. Offerors should request the Government clarify this requirement.
- Template Modifications . While the RFP (specifically Section 5.5.3) would appear to permit offerors to use alternative labor categories, we would be very careful about making any changes to the pricing template labor categories. The current template is partially locked which would prohibit offerors from copying the formulas correctly. In fact, all the pre-populated formula cells have been locked down and cannot be selected to edited. Making such changes is likely to break the pricing template. We think offerors should request that the Air Force completely unlock the pricing template.
Conclusion
While the pricing requirements for the draft RFP are very tailored, a solid understand of the underlying contract requirements is still needed to sufficiently estimate labor hours. The Air Force has provided a significant amount of logistics data, by location. Offerors should ensure they have a solid underlying basis for their labor estimates in case the Air Force decides to ask for clarifications or conduct discussions.


