Blog Post

Federal Transit Administration 2019 PMO Draft RFP Pricing Synopsis

  • By Mike Gallo
  • 30 Sep, 2018

Summary

For primes and subcontractors without a Government or CPA approved accounting system, time is running out to bid on this $670M IDIQ re-compete.

Background

The 2019 Federal Transit Administration (FTA) Project Management and Oversight (PMO) contract, under solicitation 69319519R000001, is a re-compete of the 2014 PMO Services contract. The FTA PMO program’s mission is to protect federal investments in transit infrastructure by providing effective, risk-based oversight of the project sponsor’s delivery of major capital projects. The objectives of the PMO contracts are to provide FTA with professional services in the form of oversight to render critical programmatic inputs for a variety of FTA program decisions for its grants programs and major capital projects.

The 2019 procurement is a full & open competition conducted under FAR Part 15 with a $670M combined ceiling (which is $80M lower than the 2014 PMO contract ceiling of $750M). FTA will make multiple Indefinite Delivery/Indefinite Quantity contract awards with a five-year ordering period. While FTA did not disclose the total number of 2019 potential awards (the 2014 contract had 20 total awardees), they intend to award at least five IDIQ contracts to small businesses.

Pricing Volume Contents

The draft RFP heavily reuses content from the 2014 solicitation. In some cases, the 2019 solicitation inaccurately refers to 2014 sections (example Section B.18 is now B.28, and Section B.19 is now B.29). The cost/price proposal contains three tabs: 1) cost and price, 2) cost and price proposal, and 3) accounting system, and audit information.

First, all teammates, including non-major subcontractors, must submit their prior fiscal year balance sheet and income statements ‘to demonstrate the financial capability to perform a contract of this size and duration’. All teammates must also specify the financial resources available (i.e. working capital, lines of credit, etc) and provide a bank point of contact (or other financial institution). Primes additionally must provide their two most recent audited financial statements (or reviewed statements in the case of a small business prime).

Second, there are three pricing attachments required. Attachment J-7 contains the cost plus fixed-fee (CPFF) pricing summary. Attachment J-8 contains the firm fixed price (FFP) pricing summary. Attachment J-13 contains the “B.18 and B.19 Labor Rate Matrix” tables that identify proposed ceiling rates. For pricing the proposal, FTA identified a 5-year total of 87,500 staff hours distributed among 29 prescribed labor categories (as compared to 19 prescribed labor categories from the 2014 solicitation). Three of the 29 positions are ‘key’ and (new for this contract) twelve are considered ‘Mission Critical Personnel’. Offerors cannot propose additional labor categories for the IDIQ award. The contract generally calls for personnel with experience from 3 years for clerical, 5-7 years for level I staff and 10 years for Level II staff and for the Program Manager.

Like the prior contact, PMO 2019 has two sets of annual labor ceiling rates, one for “CPFF” task orders (Table B.28) and a 2nd set for “FFP” task orders (Table B.29). The FFP ceiling rates are fully burdened rates and inclusive of profit. Both schedules have a “TBD” escalation. However, Section L instructs offerors to use 3.0% escalation which is slightly higher than the 2.75% rate prescribed in the 2014 solicitation. Ceiling rates are intended to reflect ‘composite team rates’ (prime and all subcontractors). We recommend offerors plan on separate rate justifications since the rates utilized in Attachment J-7 are used as part of the evaluated price while rates utilized in Attachment J-13 establish the IDIQ contract ceiling rates.

Buried in the instructions, the RFP requires offerors to propose their rates on a contract-year basis, not contractor fiscal year. However, FTA has not provided an anticipated contract start date. Given the fact FTA has requested offeror proposals be valid for 365 days, we would assume a 1 Jan 2020 contract start date since the 2014 FTA competition took slightly less than one year to award after the final RFP drop.

In the third and final part of the pricing volume, offerors must provide evidence of: 1) an adequate accounting system and 2) approved final indirect rates. The accounting system approval can be in the form of a formal approval from either a cognizant government audit agency or a Certified CPA. Importantly, the accounting system must be approved at the time of submission of the proposal for the prime and all major subcontracts or JV partners. Additionally, these same companies must provide a completed pre-award accounting system survey (Attachment J.6).

For final indirect rates, the prime and each proposed subcontractor (team member) must submit statements certifying the most recent year for which final audited indirect rates have been approved by a Federal Government cognizant audit agency. Importantly, if the prime’s, or their major subcontractors’, indirect rates have not been audited, each must provide detailed information showing cost accounts included in each of their cost pools to explain all overhead rates, G&A markups, labor burden (fringes), and any other pools and provide statement from an independent Certified Public Accountant (CPA), not an employee of the contractor stating:

  1. Established cost pools are currently in accordance with FAR 31 regarding overhead, G&A, and other indirect costs as well as the overhead, G&A, and other indirect cost rates and
  2. the Offeror’s, JV, Partnering/Teaming, or major subcontractor accounting system is deemed acceptable and in compliance with Generally Accepted Accounting Principles (GAAP).

Indirect Rates

Offerors will establish both their provisional and ceiling indirect rates in Section B.24. Similar information is required for all subcontractors in Section B.25. (This table makes no distinction between major and minor subcontractors). For indirect rates, FTA requires a full buildup that show both pool and base cost for each indirect rate. This information is required for all members of the bidding team (FTA did not distinguish between major and non-major subcontractors). The instructions also require the indirect rate information by contract year, so offerors should be prepared to show pool and base information annually. Next, offerors must include their negotiated indirect rate agreement. Finally, offerors are required to show final year-end indirect rates or audited final indirect rate for the prior three contractor fiscal years.

Subcontract Pricing

The draft RFP distinguishes a ‘major subcontractor’ as any proposed subcontractor anticipated to perform work with a value of $2M or more over the contract period. Importantly, essentially all subcontractors and teammates proposed must also provide similar levels of pricing details and pricing backup.

For evaluation purposes, the RFP compels the bidding team to adhere to a ‘CPFF’ type pricing buildup. Attachment J.7 is the ‘cost proposal worksheet’ to calculate the ‘notional’ contract CPFF. Interestingly, Section M.2(d) amplifies the expectation of cost reimbursable type subcontracts, “…[P]rime offerors, JV, teaming arrangements, major subcontractors/team members will be required to perform on a cost-reimbursement basis shall possess an adequate accounting system in order to receive an award.” Meanwhile, Attachment J-8 is used to compute annual fully burdened labor rates inclusive of profit. The attachment does not distinguish between prime and subcontractor rates and does not (by default) account for possible separate burden of subcontractor costs.

Fee is disallowed on consultant costs (as well as travel and other direct costs). Curiously, FTA’s pricing attachment J-7 refers to subcontract labor cost as ‘Subcontracted Consultant Services’ and subsequently excludes this line item from the prime’s fixed fee calculation. We know that some offerors pool fixed fee at the prime level, but caution offerors to carefully weigh their fee strategy. While a CPFF pricing structure is mandated for the RFP, there’s no guarantee that once the IDIQ contract is awarded, CPFF subcontracts will be utilized for all subcontractors, especially those small business subcontractors without an adequate accounting system. Primes, if not careful, could end up unintentionally diluting their actual fee on cost rate significantly during contract execution.

Proposal Evaluation

Like the 2014 PMO procurement, FTA will follow a two-step evaluation process to cull bidders. To make the 1st cut, offerors must have ‘an acceptable accounting system in accordance with FAR 16 and ‘sufficient corporate capability (including resources and financial)'. Final awards will be based on ‘best value’. FTA warns that offerors whose accounting system has not been reviewed and formally approved by a cognizant Government audit agency or Certified by a CPA for determining costs under a cost-reimbursement contract are not eligible for award. Thus, offerors who can’t meet this basic requirement should forgo bidding on this contract and save their B&P funds.

FTA will conduct a cost realism analysis. The prime’s and major subcontractor/team member’s proposed cost rates and cost factors will be adjusted to reflect any increases or reductions in cost elements to realistic levels based on the results of the cost realism analysis. Analysis of non-major subcontractors will be limited to review of major cost elements to determine whether they are realistic and reasonable. While FTA doesn’t state non-major subcontractor prices will be adjusted, the draft RFP states FTA “reserves the right to employ the detailed cost analysis procedures”, presumably to include cost realism adjustments.

These evaluation instructions clearly apply to the Attachment J-7 CPFF pricing template. However, Attachment J-8 also contains a pricing template to compute total contract value based on fully burdened labor rates. Offerors must fill in the labor hours for each prescribed labor category, presumably using the same hours identified for use in Attachment J-7. The fully burdened rates are then applied to the annual labor hours to derive a ‘5-Year Sum of Total Direct Cost’. It is unclear whether or how the J-8 calculated labor cost influences the total evaluated price since the draft RFP is not clear on whether the total evaluated price reflects J-7 only or a combination of J-7 and J-8. We think this is an important issue to clarify with FTA.

Conclusion

First, for offerors (especially small business primes) without an approved accounting system, time is running out. Offeror accounting systems must be approved by the time of proposal submission. Second, time may also be running out for subcontractors. The pricing and documentation requirements for this solicitation, while detailed, aren’t necessarily that complex. However, this pricing and documentation detail is required from almost all teammates and subcontractors. It will be essential for primes to aggressively plan, track, and evaluate subcontractor pricing submissions, including accounting system and final indirect rates, to ensure submission of a compliant bid.

Finally, we think offerors should request FTA clarify what pricing and documentation requirements are applicable to ‘non-major’ subcontractors, especially those that are small businesses.

About the author: Mike Gallo is Partner and Principal Consultant at Federal Pricing Group, a consulting firm focused on providing expert 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 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 Al Pearce 13 Aug, 2018
Pricing Synopsis for the NavAir Logistics Support/Technical Data Solicitation
More Posts
Share by: