Blog Post

Army Fires Center of Excellence Training Mission Support Draft RFP Pricing Synopsis

  • By Mike Gallo
  • 09 Aug, 2018

Summary

The pricing requirements for this 5-year $247M IDIQ look like smooth sailing. However, pricing hazards may be lurking just below the surface.

Overview

The solicitation, issued by MICC-FORT EUSTIS, represents a full & open competition under solicitation number W9124L18R0016 listed under NAICS 541990, PSC U008. It replaces prior solicitation number W9124L-17-R-0022 (a small business set-aside which has since been cancelled). This is a multiple award IDIQ contract for up to (5) awardees with a combined ceiling value of $247M over the five-year ordering period (8 February 2019 – 7 February 2024).

IDIQ contract holders will compete for fixed price task orders (TOs) that will also utilize cost reimbursable travel and ODC CLINs. Individual TOs will use contractor’s proposed fixed labor rates for labor categories incorporated at IDIQ award. Importantly, the Army warns that Cost, Labor Hour (LH), and Time & Materials (T&M) type TOs are not allowed under this contract. Incidental T&M/LH CLINs are also not allowed.

Summary of Services Requested

The successful offeror will provide support to the Fires Center of Excellence (FCoE) in its mission to develop and produce training strategies, doctrine, concepts, instruction and products for the current and future force.

The IDIQ has 13 “primary task areas” consisting of: (1) Concepts and Capabilities, (2) Training and Development, (3) Doctrine Development Support, (4) Organizational Development Support, (5) Instructor and Training Development and Support, (6) Test and Evaluation Support, (7) Information Technology Support, (8) Experimentation and War-gaming, (9) Studies and Analysis Support, (10) Models and Simulations (M&S) Support, (11) Science and Technology, (12) Material Requirements Support, (13) Operational Environment Support.

Source Selection

The solicitation contains standard language regarding the evaluation of pricing. The Army will evaluate pricing for reasonableness and ensure pricing is not unbalanced. Award will be a ‘best value’ tradeoff source selection. Section M.1.3 also notes, “The Government is looking for the offerors that demonstrate superior technical expertise and offers the best possible qualified personnel in order to mitigate the risk inherent in the performance of this requirement. A proposal that demonstrates superior processes, plans, and ability to provide better qualified personnel may be worth more to the Government than a proposal that just meets the minimum needs. The Government has identified the following specific Best Value Tradeoff goals for this requirement and will consider paying more for an Offeror that clearly demonstrates its capability to recruit and retain high risk, hard to fill positions for performance in a rural, low density area (Fort Sill, OK) for (i) Joint Terminal Attack Controllers (JTAC), (ii) Electronic Warfare (EW), and (iii) Multiple Air Defense Artillery (ADA) instructors/operators.”

Pricing Requirements

The proposal consists of five (5) separate volumes/files: (I) General, (II) Mission Capability/Risk, (III) Past Performance, (IV) Small Business Participation, and (V) Price. The pricing volume (with no page limitations) consists of 1) a price narrative and 2) a completed Excel Pricing Worksheet (Attachment 5). Certified cost or pricing data are not required. The Pricing Worksheet contains “Tab A” Labor Category Pricing and “Tab B” Sample Task Order Base”.

“Tab A” is a simple matrix consisting of 33 labor categories. Offerors will provide a fully burdened ‘ceiling rate’ for each of the (5) contract years and identify whether the labor category is subject to Service Contract Act (SCA). The pricing exhibit does not request offerors to distinguish their rates between ‘Gov’t Site’ and ‘Contractor Site’ work locations. Offerors are permitted to propose additional labor categories and are required to explain how the proposed labor category relates to the Government listed categories.

“Tab B” consists of (2) Excel tabs for Base Year Pricing and (1) One-Year Option Pricing. The sample task order contains five major task requirements that address all (13) IDIQ specified task areas. The task order pricing is very streamlined. Offerors identify prime and total subcontractor labor hours, PWS paragraph, and labor category and then apply a burdened labor rate to arrive at an extended price. A 3-month “Phase-In” period is identified in the base year. There are no requirements for pricing breakouts by individual subcontractor nor any requirements for “rate buildups”.

Pricing Issues and Questions to Consider

Roll Your Own Narrative

The solicitation is mostly silent on pricing narrative requirements. The introductory statement in Section L.4.5 broadly states, “This section shall consist of all information required to support the proposed prices located in the pricing worksheets described below, and Schedule B”. Clearly, different offerors will have different interpretations for what constitutes ‘all information required to support the proposed prices”.

No Indirect Cost Information Required

The solicitation is also silent on accounting system adequacy and indirect rate information requirements. We note that since the contract contains cost reimbursement type CLINs, offerors should be permitted to burden their travel and ODC costs according to their accounting system practices. Section 1.6.23 of the IDIQ PWS contained some peculiar language which stated, “Contractor administrative fees and profit are not allowable costs that can be claimed for ODC reimbursement. (Examples include but not limited to: reproduction, and shipping expenses associated with training activities.)” We recommend offerors seek clarification and confirm formally that offerors are permitted to burden ODCs with their applicable indirect rate(s). We’re not sure why the Army hasn’t requested indirect cost information. We hypothesize that delaying the submission of this information until an apparent winner is selected may foster increased competition and reduce the Government evaluation burden.

Method for Pricing Army’s Option to Extend Services

Section M.3.6 states the Government will evaluate its FAR Clause 52.217-8 Option to Extend Services by adding six (6) months of the offeror’s final option period price of the Sample Task Order to the offeror’s total price. The pricing template does not account for this six-month extension and offerors are instructed not to propose this extension period. Regardless of how the Army has priced these extensions on past solicitations, we recommend offerors leave nothing to chance and confirm the Army will price this extension with Year 2 proposed task order rates since it could influence pricing strategy.

What is the Priced Contract?

Section B contains (4) generic CLINs: 0001 – FCOE Support Services (FFP), 0002 - FCOE Travel (Cost), 0003 – FCOE ODCs (Cost), and 0004 – FCOE Contractor Manpower Reporting (CMR) FFP. These are the basic CLINs identified at the IDIQ level that will be subsequently used for individual task orders. Section L.4.5 contains the following language, “A Section B (Supplies or Services and Prices/Costs) shall be submitted fully completed and error free in the narrative. It shall contain the offeror’s prices for the established Contract Line Items (CLINS).” We’re unsure why the Army has inserted this requirement. Section M.3.6 clearly states that the sample task order will NOT be awarded. Also, while the Army has provided historical workload data (Attachment 7), they have not requested the offeror to prepare any pricing utilizing this information. The data represents 652,360 hours (or 347 FTE) across (31) labor categories. It’s unclear whether this data is supposed to represent a historical analog to the sample task order or merely represent average annual workload across all potential task orders. We note the historical data aligns with the labor categories identified in the pricing template. However, the pricing template contains two additional labor categories not present in the historical data: Program Manager (Alt) and Instructor – THAAD. We recommend offerors request the Army clarify what the Attachment 7 data is supposed to represent.

Locale Differentials

Upon award, the proposed rates will become part of the contract and be the maximum rate allowable (ceiling rate) for that labor category when pricing task orders. The solicitation warns offerors, “The fully burdened labor rates proposed for each year cannot be adjusted except for instances where the labor categories are subject to the Service Contract Labor Standards and a revision is permitted under the provisions of FAR Clause 52.222-43 -- Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts).” Offerors should carefully consider their pricing options as the U.S. is likely exiting from a relatively stable and low wage inflation environment into a potentially more volatile one. Furthermore, Section 1.6.5 of the IDIQ PWS states that while work will be performed primarily at Fort Sill, the IDIQ leaves open the possibility of temporary duty at overseas locations and for work to occur at other locations which will be specified at that Task Order level. Offerors should request further clarification on potential places of performance based on historical experience. Offerors may want to clarify with the Army whether any potential salary uplifts for OCONUS work would chargeable as an Other Direct Cost.

Conclusion

While the pricing exhibits and the pricing volume appear to be simple and straightforward to prepare, the solicitation presents some interesting complexities in pricing strategies. The proposed labor rates are ceiling rates that are used not only for establishing ceilings, but also can be used by the Army for projecting future budget requirements. All task orders issued will be firm fixed price giving offerors significant flexibilities in terms of both pricing the task orders and executing them. Finally, with (5) possible awardees and the ability to propose IDIQ additional labor categories, there’s ample pricing strategy options available.


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 Mike Gallo 01 Mar, 2021
3 Pricing Ghosts Competitors Can Use to Unseat the Incumbent Prime Contractor
By Mike Gallo 28 Jan, 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 04 May, 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 02 Oct, 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 20 Feb, 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 19 Feb, 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 08 Nov, 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 05 Nov, 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 15 Oct, 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.
By Mike Gallo 30 Sep, 2018
Federal Transit Administration 2019 PMO Draft RFP Pricing Synopsis
More Posts
Share by: