Price Realism Analysis: An Examination of an Area Ripe for Reform
By
Alexis J. Bernstein
B.A., June 2001, Washington & Lee University
J.D., May 2005, Rutgers University School of Law
A Thesis submitted to
The Faculty of
The George Washington University Law School
in partial satisfaction of the requirements
for the degree of Master of Laws
January 31, 2012
Thesis directed by
Professor Christopher R. Yukins
Professor of Government Contracts Law
ii
Acknowledgements
The author wishes to thank Professor Christopher Yukins and Ms. Marcia
Bachman for their mentorship and guidance through this process.
iii
Disclaimer
Alexis Bernstein is an attorney for the U.S. Air Force. This paper was submitted
in partial satisfaction of the requirements for the degree of Master of Laws in
Government Procurement at The George Washington University Law School. The views
expressed in this paper are solely those of the author and do not reflect the official policy
or position of the United States Air Force, Department of Defense, or U.S. Government.
iv
Abstract
Price Realism Analysis: Examination of an Area Ripe for Reform
The purpose of this thesis is to explore the confusion and misapplication of price
realism analysis in evaluations of firm-fixed price contracts and to make
recommendations to generate a more straightforward process. It undertakes an
examination of the relevant regulations, case law, scholarly articles, and approach to
realism analysis taken by the international procurement community in order to
demonstrate that revisions to the current regulations are long overdue. The overarching
message is that FAR Part 15 needs to be revised to clarify the purpose and process for
performing a price realism analysis. Simple revisions to the FAR, including placing cost
realism and price realism analysis in two different sections and explaining how price
realism is different than price reasonableness, would clear up a great deal of confusion
and would result in fewer sustained protests in this area. Furthermore, these revisions
would provide the government with a valuable tool to ensure that only offerors who can
perform for the price proposed are awarded firm-fixed price contracts. Price realism
analysis enables the government to eliminate performance problems associated with
offerors that cannot comply with the representations made in their proposals due to
underbids.
v
Table of Contents
I. INTRODUCTION ................................................................................................................... 1
II. ORIGINS OF REALISM ANALYSIS .................................................................................... 2
A. HOW TREATMENT OF REALISM ANALYSIS IN THE REGULATIONS HAS
EVOLVED ................................................................................................................................... 3
B. THE CURRENT REGULATIONS ON COST REALISM ................................................. 4
C. WHAT IS PRICE REALISM ANALYSIS? ........................................................................ 6
D. EFFORTS TO IMPROVE THE REGULATIONS ............................................................. 9
III. JUDICIAL AND ADMINISTRATIVE TREATMENT OF REALISM ANALYSIS: THE
KC-135 PDM LINE OF CASES ................................................................................................... 13
A. THE KC-135 PDM SOLICITATION................................................................................ 14
B. EVALUATION AND AWARD ........................................................................................ 16
C. GAO DECISION I ............................................................................................................. 18
D. GAO DECISION II ............................................................................................................ 21
E. THE COURT OF FEDERAL CLAIMS DECISION......................................................... 22
F. THE FINAL WORD DECISION FROM THE U.S. COURT OF APPEALS FOR THE
FEDERAL CIRCUIT................................................................................................................. 25
IV. GAO AND COFC DECISIONS ON PRICE REALISM .................................................. 26
A. REALISM v. REASONABLENESS ................................................................................. 26
B. WHEN THE AGENCY DOESN‟T UNDERSTAND ITS OWN SOLICITATION ......... 30
C. MOST PROBABLE COST AND FIXED PRICE EFFORTS ........................................... 33
D. INADEQUATE PRICE REALISM ANALYSIS .............................................................. 34
E. WHEN THE AGENCY GETS IT RIGHT ........................................................................ 37
F. COST REALISM DECISIONS ......................................................................................... 42
V. DO WE NEED PRICE REALISM? ...................................................................................... 47
A. THE BEST WAY TO EVALUATE REALISM ............................................................... 48
VI. COMPARATIVE ASSESSMENT OF REALISM ANALYSIS ....................................... 49
VII. RECOMMENDATION ..................................................................................................... 54
1
I. INTRODUCTION
A long-standing source of confusion in the area of proposal evaluation is how to
perform a cost realism analysis on a fixed-price effort, or, as the GAO and courts refer to
it, a price realism analysis. In theory, fixed-price contracts place much less burden on
contract officials than cost-type contracts. When offerors submit price proposals for
fixed-price efforts, the proposed prices are not subject to adjustment, and the agency does
not have to perform an analysis of the individual cost elements of a fixed-price proposal.
Accordingly, it would seem that protests in the area of price evaluation would be few and
far between, but because the acquisition regulations are so ambiguous in the area of
realism analysis on fixed-price efforts, contracting officials frequently trip over this area
of the price evaluation. This confusion has resulted in a relatively high number of
sustained protests.
Price realism analysis, while confusing in the form currently presented in the
regulations, can be a valuable tool when used correctly. While fixed-price contracts shift
risk and responsibility for all potential loss to the contractor instead of the government,
there is still risk to the government that a contractor that bids too low will not be able to
successfully complete the contract. The results of a price realism analysis are useful in
that they illustrate whether an offeror grasps the magnitude of the effort that will be
required of it during performance. If it is clear from the results of the evaluation that the
offeror does not fully understand the requirements, the government can eliminate it from
the competition and make award to an offeror that will be able to perform without the risk
of failing financially.
2
This thesis offers recommendations for improving the regulations that address
how to perform a price realism analysis. Section II outlines the roots and evolution of
realism analysis on fixed-price efforts. Section III explores a recent line of cases from
the GAO, the Court of Federal Claims, and the Court of Appeals for the Federal Circuit
on price realism analysis. Section IV discusses some of the most frequent issues
encountered in price realism protests and also explores some decisions in the area of cost
realism analysis. Section V explores whether price realism analysis is even necessary
and the form that a realism analysis should take. Section VI presents a comparative
analysis of how the international procurement community addresses unrealistically low
prices. Finally, Section VII presents recommendations for improving the regulations to
make performance of price realism analysis understandable to contracting officials. The
thesis concludes that serious revisions are necessary to isolate price realism analysis from
cost analysis. This should result in a reduced number of sustained protests in this area.
II. ORIGINS OF REALISM ANALYSIS
The roots of realism analysis can be found in the mistake rules relating to sealed
bidding. Under the FAR rules for sealed bidding competitions, the contracting officer
must examine submitted bids for apparent mistakes before awarding the contract.
1
The
contracting officer is permitted to correct obvious mistakes, such as misplaced decimal
points and mathematical errors, after verifying with the contractor that the error was
unintentional.
2
But, for mistakes that are not clerical in nature, a complex set of rules has
evolved to balance the government‟s desire to award to a low-cost bidder against the
1
FAR 14.407-1.
2
FAR 14.407-2(a).
3
danger involved in awarding to an offeror that cannot perform at the proposed price.
3
The policy behind these rules for sealed bidding is straightforward: if a contractor bids
too low out of a lack of understanding of the requirements or a lack of experience, it
would not be in the government‟s interest to take advantage of the low price because
inevitably, the contractor will falter during performance and the government will have
expended funds on a requirement that will have to be fulfilled through other means.
A. HOW TREATMENT OF REALISM ANALYSIS IN THE REGULATIONS
HAS EVOLVED
The FAR‟s discussion of cost realism has never been especially instructive,
despite decades of calls for rewrite to make the treatment of cost realism more easily
understood.
4
While early versions of the regulations did not provide specific guidance on
performing realism analysis, they did succinctly and accurately state the purpose for
performing a realism analysis: early versions of the regulations simply stated that for
cost-reimbursement contracts, the cost proposal should not be controlling since this
would encourage “submission of unrealistically low estimates and increase the likelihood
3
FAR Subpart 14.407-3 contains a complex set of instructions for dealing with bids that
contain a mistake.
4
Ralph C. Nash, Jr. & John Cibinic, Jr., Cost Realism Analysis in Negotiated Fixed Price
Contracts: Confusion at the GAO or a New Limitation on Buy-Ins? 4 NASH & CIBINIC
REP. ¶ 61 (Oct. 1990). John Cibinic called for a rewrite of the regulations governing cost
realism analysis:
We also believe that the regulations dealing with cost realism analysis are in need
of major work. They should require that all fixed price contracts be subject to
cost realism analysis. Award of a contract at an unrealistically low price should
only be made with a knowledge of the risks involved. In addition, the regulations
should make clear the differing purposes of cost realism analyses for cost
reimbursement and fixed price contracts. Id.
4
of cost overruns.”
5
The need for further guidance was obvious confusion over how to
perform a proper realism analysis resulted in a significant number of sustained protests,
both on firm-fixed price and cost-reimbursement contracts.
6
B. THE CURRENT REGULATIONS ON COST REALISM
The current version of the FAR addresses cost realism analysis under FAR
15.404-1, Proposal analysis techniques. Cost realism analysis must be performed on all
cost-reimbursement contracts.
7
It is defined as “the process of independently reviewing
and evaluating specific elements of each offeror‟s proposed cost estimate to determine
whether the estimated proposed cost elements are realistic for the work to be performed;
reflect a clear understanding of the requirements; and are consistent with the unique
methods of performance and materials described in the offeror‟s technical proposal.”
8
5
48 C.F.R. 15.605(d) (1990). This explanation was deleted during the FAR Part 15
Rewrite because the FAR Council wanted to broaden the definition of cost realism.
Jerome S. Gabig, Jr., FAR Part 15 Rewrite A Lost Opportunity to Reduce the Confusion
Involving Cost Realism, 12 NASH & CIBINIC REP. ¶ 16 (Mar. 1998).
6
Gabig, supra note 5, citing Richard D. Lieberman, “Winning Bid Protests at the General
Accounting Office: A Statistical Analysis,” 58 Fed. Cont. Rep. (BNA) 606 (Nov. 23,
1992):
For example, a study of Comptroller General decisions indicates that a protest
which alleges that an agency has not correctly performed a cost realism analysis
had a 345% better chance of being sustained than a protest which alleges that an
agency did not engage in meaningful discussions.
Id.
7
FAR 15.404-1(d)(2).
8
FAR 15.404-1(d)(1). Cost realism analysis is undertaken to determine whether the
estimated proposed cost elements are realistic for the work to be performed, reflect a
clear understanding of the requirements, and are consistent with the offeror‟s technical
proposal.Karen L. Manos, GOVERNMENT CONTRACT COSTS & PRICING §
84:22 (2011).
5
The FAR dictates that cost realism analysis “shall be performed on cost-reimbursement
contracts to determine the probable cost of performance for each offeror.”
9
This means
that agencies are required to develop a most probable cost of performance for each
offeror proposing on a cost-reimbursement effort; development of the most probable cost
is not discretionary.
10
The purpose of developing a most probable cost is to identify those offerors that
provide unrealistically low cost estimates since actual, allowable costs under a cost-
reimbursement contract will be reimbursed by the government.
11
This bidding technique
would provide those offerors with an unfair advantage, so by developing a most probable
cost for each offeror, the government is able to adjust offerors‟ costs accordingly and
provide for a level playing field.
12
The most probable cost is developed by adjusting the
offeror‟s proposed price in accordance with the findings of the realism analysis.
13
The
most probable cost must be developed based on an evaluation of the elements of the price
proposal in conjunction with an evaluation of the offeror‟s proposed approach from its
technical evaluation. The agency then adjusts the offeror‟s proposed price based on what
it considers to be the true costs of performance. This adjusted price serves as the
evaluated price for the competition.
9
FAR 15.404-1(d)(2).
10
FAR 15.404-1(d)(2).
11
In cost-reimbursement contracts, estimated costs of performance are not definitive
since “advance estimates of cost may not provide valid indicators of final actual costs.
Prospere S. Virden, Jr. and James P. Gallatin, Jr., Buying-In, 84-3 BRIEFING PAPERS
1, 4 (March 1984).
12
See Nash & Cibinic, supra note 4.
13
FAR 15.404-1(d)(2)(ii).
6
C. WHAT IS PRICE REALISM ANALYSIS?
Interestingly, “cost realism” analysis for fixed price efforts is addressed in the
same subsection of the FAR as cost realism analysis, even though the two analyses bear
little resemblance to one another. To eliminate some of the confusion surrounding cost
realism analysis for fixed price efforts, commentators began referring to this type of
analysis as “price realism”; however, this term does not exist in the FAR.
14
The FAR
limits application of price realism analysis to competitive fixed-price incentive contracts
and other competitive fixed-price-type contracts when “new requirements may not be
fully understood by competing offerors, there are quality concerns, or past experience
indicates that contractors proposed costs have resulted in quality or service shortfalls.”
15
The only guidance provided by the FAR on how to use the results of the price realism
analysis is that “[r]esults of the analysis may be used in performance risk assessments and
responsibility determinations.”
16
Unlike cost-reimbursement efforts, where an offeror may underbid on purpose to
win the contract and plans to recoup any additional funds expended, for fixed-price
efforts, underbids are (at least in theory) confined to two circumstances: buy-in,
17
when
14
Ralph C. Nash, Jr. & John Cibinic, Jr., Price Realism Analysis: A Tricky Issue, 12
NASH & CIBINIC REP. ¶ 40 (July 1998).
15
FAR 15.404-1(d)(3).
16
Id.
17
See FAR Subpart 3.5. Buy-in is legal and is already addressed in the FAR. FAR
Subpart 3.5 defines “buying-in” as “submitting an offer below anticipated costs,
expecting to (1) increase the contract amount after award (e.g., through unnecessary or
excessively priced change orders); or (2) receive follow-on contracts at artificially high
prices to recover losses incurred on the buy-in contract.” FAR 3.501-2 provides
7
the offeror bids low on purpose for various reasons, such as intentionally taking a loss to
gain a foot-hold in the market or attempting to recover losses during performance through
change orders, and through mistake, where the offeror bids low because it does not
understand the technical requirements.
18
Development of the most probable cost is the
touchstone of a cost realism analysis, but for a realism analysis on a fixed price effort, no
most probable cost is developed.
19
In fact, the FAR explicitly prohibits adjusting offered
fixed prices as a result of the realism analysis.
20
Rather, the agency uses the realism
analysis as a subset of other source selection criteria in the solicitation to address quality
concerns and to determine whether the offeror understands the requirements.
21
The
offeror‟s technical rating is then downgraded if the agency determines that the proposed
price is unrealistic.
22
Examples of ways in which price realism analysis are used include evaluating
whether an offeror has proposed inadequate staffing, has proposed rates that will enable
guidelines for contracting officers to safeguard against buy-ins, including using multiyear
contracting and priced options for additional quantities.
18
See Nash & Cibinic, supra note 4.
19
FAR 15.404-1(d)(3).
20
Id. Results of the analysis may be used in performance risk assessments and
responsibility determinations. However, proposals shall be evaluated using the criteria in
the solicitation, and the offered prices shall not be adjusted as a result of the analysis.”
Id.
21
See CSE Construction, B-291268.2, December 16, 2002, 2002 CPD ¶ 207, at 4 (citing
WorldTravelServices, B-284155.3, Mar. 26, 2001, 2001 CPD ¶ 68, at 3).
22
Agencies may not downgrade or adjust a fixed-price proposal “simply by virtue of its
low price.” Marshall J. Doke, Jr., Miki Shager, 2000 Procurement Review, 01-02
BRIEFING PAPERS 1, 6 (January 2001).
8
the contractor to attract and retain employees, or has submitted a price proposal that is
inconsistent with its technical proposal.
23
The form that price realism analysis can take
varies according to the particular acquisition, but generally it involves evaluating whether
the technical approach matches the price proposal, comparing the proposed price to the
independent government cost estimate, comparing the offeror‟s proposed prices to actual
costs on previous contracts, and/or reviewing individual direct and indirect costs to
determine whether the offeror can provide the supply or service for the price proposed.
24
Cost realism analysis is performed as an element of the overall cost evaluation: the most
probable cost is calculated to demonstrate which offeror represents the best value to the
government.
25
Price realism analysis should take place as part of the responsibility
determination or as part of the technical or risk evaluation.
26
As part of a technical
evaluation, it is generally included as part of an “understanding of the requirement”
evaluation factor or as a performance risk factor.
27
If is not incorporated as part of the
23
See Ralph C. Nash, Jr. & John Cibinic, Jr., An Excellent Procurement, 14 NASH &
CIBINIC REP. ¶ 42 (Aug. 2000).
24
See CRAssociates, Inc. v. U.S., 95 Fed.Cl. 357 (Oct. 20, 2010) at 379. For a price
realism assessment, “A CO normally will first analyze an offeror‟s price by comparing it
with the same type of information used in determining price reasonableness, i.e., other
prices received or the independent government cost estimate (“IGCE”).” H. Jack
Shearer, How Could it Hurt to Ask? The Ability to Clarify Cost/Price Proposals Without
Engaging in Discussions, 39 Pub. Cont. L.J. 583, 592 (Spring 2010).
25
See Gabig, supra note 5.
26
See Ralph C. Nash, Jr. & John Cibinic, Jr. Postscript IV: Price Realism Analysis, 23
NASH & CIBINIC REP. ¶ 20 (Apr. 2009).
27
Ralph C. Nash, Jr. & John Cibinic, Jr., Postscript: Price Realism Analysis, 16 NASH &
CIBINIC REP. ¶ 9 (Feb. 2002).
9
technical or risk evaluation, price realism should be evaluated as part of the overall
responsibility determination.
28
D. EFFORTS TO IMPROVE THE REGULATIONS
The FAR Council has attempted to redefine cost realism analysis, but these efforts
have only resulted in further confusion. The bare-bones explanation of the purpose of
realism analysis at FAR Subpart 15.6 remained the only reference to realism analysis in
the regulations until 1997, when the realism discussion was expanded and moved to FAR
15.404, Proposal Analysis. This change came as a result of the FAR Part 15 Rewrite,
when the FAR Council attempted to add guidance on realism analysis to the FAR.
29
Professors Ralph Nash and John Cibinic characterized the FAR Part 15 Rewrite as
a squandered opportunity to clear up the confusion over realism.
30
The American Bar
Association (ABA) Section of Public Contract Law (Section) submitted a letter to the
FAR Secretariat on July 14, 1997 calling for several changes to the newest version of
28
See Milani Construction Co., B-401942, December 22, 2009, 2010 CPD ¶ 87 at 4-5.
29
Gabig, supra note 5. The FAR Part 15 rewrite, which took effect on October 10, 1997,
became mandatory for all solicitations on January 1, 1998 and was undertaken by the
FAR Council in order to “infuse innovative techniques into the source selection process,
simply the process, and facilitate the acquisition of best value.” 62 Fed. Reg. 51,224
(Sept. 30, 1997).
30
Nash & Cibinic, supra note 4.
The major work suggested by John in 1990 was drafted by the Public Contract
Law Section of the American Bar Association and submitted as part of its
comments to the May 14, 1997 version of the FAR Part 15 Rewrite. Just as John
was ignored in 1990, so too the much needed „major work‟ was ignored by the ad
hoc interagency committee in promulgating the final FAR Part 15 Rewrite.
Id. Nash and Cibinic also point to the FAR‟s failure to differentiate between price and
cost realism as a major defect. Id.
10
FAR 15.
31
The Section applauded the FAR Council for its decision to add meaningful
discussion of cost realism to the FAR, but criticized the omission of the statement of why
cost realism should be performed on cost-reimbursement-type contracts.
32
The Section
also noted the Council‟s failure to differentiate between cost realism and price realism.
33
As the Section pointed out, cost realism and price realism are “fundamentally different”
since the contractor, not the government, bears the consequences of a cost overrun on a
firm-fixed price contract.
34
The Section recommended adding the following definition of
price realism analysis: “Price realism analysis is a means by which the government
protects itself from the risk of poor performance where an offeror would incur a financial
loss to properly perform the contract because its proposed price is unreasonably low.”
35
The Section suggested making cost realism analysis a subset of cost analysis
36
and
31
Letter from the Section of Public Contract Law of the American Bar Association to the
General Services Administration FAR Secretariat (July 14, 1997) (on file with author)
[hereinafter “ABA Section letter”].
32
Id.
33
Id.
34
Id.
35
Id.
36
ABA Section Letter at 4. The Section suggested adding the following language to
address cost realism analysis to FAR 15.504-1(c):
(3) Cost realism analysis.
(i) Cost realism analysis is a process of independently reviewing and evaluating
specific elements of an offeror‟s cost proposal to ascertain whether the offeror
submitted unrealistically low estimates.
(ii) In awarding a cost-reimbursement contract, the cost proposal should not be
controlling, since advance estimates of cost may not be valid indicators of final
actual costs. There is no requirement that cost-reimbursement contracts be
awarded on the basis of lowest proposed cost, lowest proposed fee, or lowest total
proposed cost plus fee. The award of cost-reimbursement contracts primarily on
11
making price realism analysis a subset of price analysis.
37
The Section also suggested
adding the following language to the clause at FAR 52.215-1(f)(9): “If a price realism
the basis of estimated costs may encourage the submission of unrealistically low
estimates and increase the likelihood of cost overruns.
(iii) Cost realism analyses shall be performed on competitive cost-reimbursement
contracts to determine the probable costs of performance for each offeror. Cost
realism analyses may be performed on non-competitive cost-reimbursement
contracts.
(iv) A probable cost should reflect the Government‟s best estimate of the cost to
the Government that is most likely to result from an offeror‟s proposal. Where the
probable cost differs from the offeror‟s proposed cost, the probable cost shall be
considered in making the source selection decision.
(v) Although not part of the cost realism analysis, nothing in this subpart prohibits
technical evaluators, from reviewing an offeror‟s allocation of financial resources
in its cost proposal, to gain insight into whether the offeror understands the
complexity and magnitude of the requirements. Id.
37
ABA Section Letter at 4-5. The Section suggested adding the following language to
address price realism analysis to FAR 15.504-1(b):
3) Price realism analysis.
(i) Price realism analysis is a process of independently reviewing and evaluating
specific elements of an offeror‟s price proposal to ascertain whether the offeror
submitted unrealistically low prices for the work to be performed. If necessary,
cost analysis may be used on specific elements of a price proposal.
(ii) Price realism analysis should be performed on any fixed price contract in
which the contracting officer perceives a risk of poor performance if the offeror
were to incur a financial loss to properly perform the contract, because the
offeror‟s proposed price is unrealistically low.
(iii) Where the probable price is significantly higher than the proposed price, the
contracting officer should seek to ascertain whether the offeror is buying in. See
FAR Subpart 3.5.
(iv) Regardless of whether the offeror is buying in, the source selection
authority may consider the results of the price realism analysis in making
the source selection decision.
(v) Although not part of the price realism analysis, nothing in this subpart
prohibits technical evaluators from reviewing the offeror‟s allocation of
financial resources in its price proposal, to gain insight into whether the
offeror understands the complexity and magnitude of the requirements.
Id.
12
analysis is performed, price realism may be considered by the source selection authority
in evaluating performance or schedule risk.”
38
Ultimately the Section‟s suggested revisions were not incorporated, and the
committee drafting the FAR Part 15 rewrite opted to include the broad statements on
realism that are in the current version of the FAR. The committee also ignored the
Section‟s suggestion to put cost realism and price realism under different subparts in
order to clear up the confusion between the two types of analyses. The Part 15 rewrite
could have cleared up the confusion over realism analysis, but unfortunately it was a
missed opportunity.
Agency-specific FAR supplements and guides also fail to provide useful
information to contracting officers. The most comprehensive guidance comes in the form
of the Department of Defense five-volume set of reference guides for use by acquisition
personnel and price evaluators developed by the Federal Procurement Institute in
conjunction with the Air Force Institute of Technology; however, the Guides fall short of
providing useful direction when it comes to price realism.
39
Cost and price realism
analysis are covered in Chapter 8 of the Advanced Issues in Contract Pricing volume,
entitled “Conducting Cost Realism Analyses.” The guide goes into great detail on when
cost realism analysis is appropriate, the process of performing cost realism analysis, what
is necessary to perform cost realism analysis, the role of various personnel in performing
38
Id.
39
FAR 15.404-1(a)(7). The five guides are: Price Analysis, Quantitative Techniques for
Contract Pricing, Cost Analysis, Advanced Issues in Contract Pricing, and Federal
Contract Negotiation Techniques. The guides are available at
http://www.acq.osd.mil/dpap/cpf/contract_pricing_reference_guides.html.
13
cost realism analysis, and determining whether development of a most probable cost is
necessary.
40
The Guide also lists various questions that personnel performing cost
realism analysis should ask.
41
The Guide includes a lengthy section on considering the
effect of uncompensated overtime on cost realism.
42
When it comes to price realism
analysis, however, the Guide merely restates the guidance in the FAR and provides a few
examples of GAO decisions.
43
III. JUDICIAL AND ADMINISTRATIVE TREATMENT OF REALISM
ANALYSIS: THE KC-135 PDM LINE OF CASES
Because the guidance available to contracting officers on how to perform a price
realism analysis is sparse at best, the courts and the GAO have struggled with consistent
application of the rules. While in most cases the agency has a fair amount of discretion to
determine the form of its realism analysis, occasionally the courts and the GAO issue
decisions questioning the nature and extent of the evaluation. This has resulted in a body
of case law on the topic that only muddles an already enigmatic area of proposal
evaluation. This confusion is especially apparent in the line of cases issued by the GAO,
the Court of Federal Claims, and the U.S. Court of Appeals for the Federal Circuit in
2007-2009 on the contract to perform maintenance of the Air Force‟s KC-135 aircraft. In
this line of decisions, the GAO initially ruled against the agency, finding that the agency
40
Id. at 7-8.
41
Id. at 8-9.
42
Id. at 11-12.
43
The Guide lists situations in which the agency may want to use price realism analysis,
such as to assess performance risk, technical understanding, and responsibility. The rest
of the guidance on price realism is limited to examples from GAO case law.
14
failed to adequately document its decision that a price cut by the awardee during
discussions was reasonable. The GAO reversed its decision and found for the agency
following corrective action. The Court of Federal Claims then reversed the GAO
decision and found that the agency‟s price realism analysis was arbitrary and capricious.
Finally, the Federal Circuit reversed the Court of Federal Claims and concluded that the
agency‟s findings were justified. This judicial disorientation captures the lack of
understanding of price realism analysis.
A. THE KC-135 PDM SOLICITATION
The solicitation to provide programmed depot maintenance (PDM) of the Air
Force‟s fleet of KC-135 aircraft on a firm-fixed price basis was first issued in August
2005. The KC-135 PDM solicitation provided for a competitive, best value source
selection and stated that the government sought to award to the offeror which would give
the Air Force the greatest confidence that it could meet the requirements affordably.
44
The evaluation process was described as an “integrated assessment of the evaluation
factors and subfactors.
45
Offerors were advised that the Source Selection Authority
(SSA) could make award to a higher rated, higher priced offeror where the decision was
consistent with the evaluation factors and SSA reasonably determined that “the technical
superiority and/or overall business approach, and/or superior past performance, of the
higher priced offeror outweighs the cost difference.”
46
Offerors were instructed to
submit a Mission Capability and Proposal Risk volume, a Cost/Price volume, and a Past
44
C/KC-135 RFP at 80 (on file with the author).
45
Id. at 81.
46
Id. at 80.
15
Performance volume.
47
The Mission Capability subfactors were Depot Maintenance,
Supply Chain Management, Transition, Program Management, and Small Business. The
solicitation advised that mission capability, proposal risk, and past performance were of
equal importance, and when combined were significantly more important than
cost/price.
48
Section L instructed offerors to submit information other than cost or pricing data
in accordance with FAR 15.403-5 to support price reasonableness and cost realism, and
advised that offerors might be required to submit cost or pricing data if the Contracting
Officer lacked sufficient information to make a reasonableness determination.
49
Section
M provided that the government could reject any proposal that was “evaluated to be
unrealistic in terms of program commitments, including contract terms and conditions, or
unrealistically high or low cost/price when compared to government estimates, such that
the proposal is deemed to reflect an inherent lack of competence or failure to comprehend
the complexity of risks of the program.”
50
Section M outlined the procedures for
evaluation of the Cost/Price factor and outlined the CLIN structure for the base and four
option years.
51
Offerors were instructed to provide a firm-fixed price amount for a base
47
Id. at 63.
48
Id. at 79. The solicitation provided for ratings of Blue/Exceptional, Green/Acceptable,
Yellow/Marginal, and Red/Unacceptable. Id. at 80.
49
Id. at 64.
50
Id. at 81.
51
Id. at 86-88.
16
period of four years and one month, plus five one-year option periods.
52
Offerors were to
price the Best Estimated Quantity (BEQ) of KC-135 aircraft to be provided by the
government and to price an Over and Above (O+A) Labor CLIN.
53
For the O&A CLIN,
the government provided an estimated quantity of hours and estimated O&A parts and
materials and instructed offerors to provide fixed hourly rates.
54
Section M again
cautioned offerors that “[u]nrealistically low proposed prices, initially or subsequently,
may be grounds for eliminating a proposal from competition either on the basis that the
Offeror does not understand the requirement or the Offeror has made unrealistic [sic]
proposal.”
55
B. EVALUATION AND AWARD
The Boeing Company (“Boeing”) and Pemco Aeroplex, Inc. (“Pemco”) were
incumbent contractors on the KC-135 PDM contract; Boeing was the prime contractor
and Pemco performed maintenance as a subcontractor to Boeing.
56
When proposals were
52
Id. at 84.
53
Id. at 78.
54
Prior to commencing any O&A work, the contractor was required to seek the
government‟s approval. The government and the contractor would then negotiate an
appropriate amount for the O&A work. Addendum 1 to the solicitation provided that
“[t]he Contractor shall promptly submit to the ACO [Administrative Contracting Officer]
a Work Request for O&A work. The Government and the Contractor will then negotiate
a settlement for the O&A work. Contract modifications will be executed to definitize all
O&A work.” RFP Addendum 1 at 1. With regard to determining a settlement amount
for O&A work, Addendum 1 instructed that “the price negotiated by the ACO shall be
based on „hands on‟ labor hours multiplied by the contract hourly rate. The number of
„hands on‟ labor hours required, shall be negotiated by the Contractor and ACO.” Id. at
2.
55
Id. at 88.
56
Pemco Aeroplex, Inc., B-310372, December 27, 2007, 2008 CPD ¶ 2, at 2.
17
submitted in October of 2005, Pemco and Boeing proposed to perform this contract under
the same arrangement as the previous contract.
57
In May 2006, however, the Air Force
amended the solicitation, reducing the estimated number of aircraft due to increases in the
number of KC-135 aircraft that would be maintained by an organic workforce at Tinker
Air Force Base.
58
Based upon the reduced best-estimated quantity (BEQ) of KC-135
aircraft maintained under the new contract, Boeing severed its relationship with Pemco.
59
Pemco filed an agency-level protest on the grounds that the solicitation should be
reopened following the amendment.
60
In response to this protest the Air Force reopened
the solicitation to allow for new proposals, and extended the due date for receipt of
proposals to June 22, 2007.
61
Pemco, Boeing, and Lockheed Martin all submitted
proposals.
62
Following discussions and submission of final proposal revisions (FPRs), the SSA
made his award decision and the Air Force awarded the contract on September 10,
57
Id.
58
Alabama Aircraft Industries, Inc.-Birmingham v. U.S., 83 Fed.Cl. 666 at 671 (Oct. 7,
2008). The Air Force issued an amendment to the solicitation on May 31, 2006 reducing
the BEQ of KC-135 tankers to six aircraft in the first year and 25 in the remaining years
of the contract. In June of 2006, the Air Force issued another solicitation amendment
reducing the BEQ from 60 aircraft to 48. Id.
59
Id.
60
Id.
61
Id.
62
Id.
18
2007.
63
The SSA concluded that while Pemco‟s proposal was superior with regard to
Past Performance, Boeing‟s superior Mission Capability rating and overall lower total
evaluated price (TEP) outweighed the benefits of Pemco‟s higher Past Performance
rating.
64
C. GAO DECISION I
Pemco protested the award at the Government Accountability Office (GAO) on
the grounds that the Air Force performed a flawed past performance evaluation,
performed a flawed mission capability evaluation, and performed a flawed price realism
analysis.
65
The GAO denied all of Pemco‟s protest grounds except its allegation that the
Air Force performed a flawed price realism analysis in a decision issued on December
27, 2007.
66
Specifically, Pemco alleged that the Air Force failed to assess a price drop that
appeared in Boeing‟s FPR.
67
The drop in price was greater than the difference between
the two offerors‟ total evaluated prices and resulted in Boeing displacing Pemco as the
lowest-priced offeror.
68
A key concept of each offeror‟s proposal involved application of
“lean” programs to the PDM process to reflect efficiencies learned through repetition of
63
Id. at 675.
64
B-310372 at 4.
65
Id. at 1.
66
Id.
67
Id. at 8.
68
Id.
19
the work as performance continued, and both offerors utilized a learning curve that
factored into Boeing‟s price drop at FPR.
69
During discussions, Boeing attributed its drop in price in its FPR to
implementation of a lean program termed “Lean Cellular Maintenance System.”
70
This
drop in price was not attributable to any changes to Boeing‟s technical approach.
71
Boeing simply explained its decision as a business decision to assume the risk associated
with the change.
72
In reaching its decision that the Air Force failed to account for the increased risk
presented by Boeing‟s reduction in the level of labor hours, the GAO relied upon a
document entitled “Talking Paper on C/KC-135 PDM Recompetition Source Selection,”
which stated that the Air Force expected increases in the volume of work required under
the PDM aircraft due to the fact that the KC-135 fleet is aging.
73
GAO interpreted this
document, which was prepared for the Source Selection Evaluation Team (SSET) chair
and KC-135 System Program Director but was not disclosed to offerors, as evidence that
69
The Court of Federal Claims explained the Lean program as an attempt to “streamline
the KC-135 PDM process and to eliminate wasteful and unnecessary steps, thus
increasing the program‟s efficiencies.” 83 Fed.Cl. at 672.
70
Id. The GAO decisions are more heavily redacted than the Court of Federal Claims
decision in terms of how Boeing was able to lower its proposed price at FPR. The Court
of Federal Claims decision goes into detail on Boeing‟s reduction in labor hours and its
application of the learning curve, although all of the KC-135 PDM decisions are redacted
as to the specifics of what Boeing‟s learning curve looked like.
71
B-310372 at 8.
72
Id.
73
83 Fed.Cl. at 671.
20
the Air Force performed a defective realism analysis of Boeing‟s proposal.
74
The GAO
found that the absence of any acknowledgement by the Air Force that allowing Boeing to
reduce expended labor hours through the contract, despite the fact that the aging aircraft
actually would demand expenditure of more labor hours, represented a fatal flaw to the
source selection decision.
75
As GAO stated, the lack of meaningful documentation
addressing the “unexplained changes in Boeing‟s assumptions between submission of its
initial proposal and its subsequent proposal revisions” made it impossible for the GAO to
determine if the agency was reasonable in its assessment that Boeing‟s proposal was
realistic.
76
As part of its recommendation to the agency, the GAO suggested that the Air
Force perform and document a realism assessment of the impacts of Boeing‟s changes at
FPR and then make a new source selection decision.
77
The Air Force undertook
corrective action in the form of comparing the effort proposed by Boeing to the effort
performed by the Air Force‟s organic workforce performing similar work at Tinker Air
Force Base, and analyzing Boeing‟s ability to capture efficiencies on other aircraft
programs.
78
As a result of this evaluation, the Air Force concluded that Boeing‟s changes
74
B-310372 at 9.
75
Id.
76
Id.
77
Id. at 12.
78
Pemco Aeroplex, Inc., B-310372.3, June 13, 2008, 2008 CPD ¶ 126, at 3.
21
at FPR were reasonable.
79
The SSA made a new decision and again found that Boeing‟s
proposal represented the best value to the government.
80
D. GAO DECISION II
In its protest of the Air Force‟s second award decision, Pemco alleged that the Air
Force was required to reopen discussions with offerors and that the Air Force‟s second
price realism analysis was also flawed.
81
The GAO denied the discussions argument on
the basis that it was reasonable for the Air Force to undertake corrective action in the
form of re-documenting its evaluation since the first protest was upheld on the grounds of
an “informational deficiency in the agency‟s evaluation record.”
82
With regard to Pemco‟s flawed price realism argument, the GAO rejected
Pemco‟s argument that the Air Force ignored relevant information in finding Boeing‟s
proposal realistic, such as Pemco‟s proposal, Boeing‟s initial proposal, and the internal
government estimate (IGE).
83
The GAO concluded that the analyses the Air Force
undertook as part of corrective action were consistent with the solicitation.
84
The GAO
79
Id.
80
Id. at 4.
81
Id.
82
Id.
83
Id. at 5.
84
The GAO held:
Although Pemco raises the full range of possibilities that is, that the agency
should not have considered certain information, that he agency should have
considered certain other information, that the agency should have performed
alternative analyses, and/or that the price realism and risk assessments should
have been dispositively resolved by comparison to various benchmarks including
22
cited the principle that agencies have tremendous leeway in performing price realism and
risk analyses to support its ruling in favor of the Air Force.
85
E. THE COURT OF FEDERAL CLAIMS DECISION
Following the GAO‟s denial of its second protest, Pemco (now Alabama Aircraft
Industries, Inc. (“AAII”))
86
filed a complaint in the Court of Federal Claims on June 27,
2008.
87
Judge Charles Lettow, the Court of Federal Claims judge who heard the case,
found that AAII had standing to challenge the Air Force‟s award of the KC-135 PDM
contract even though Pemco had undergone a corporate restructuring.
88
AAII‟s
challenges to the Boeing award involved the existence of an organizational conflict of
interest, a flawed past performance evaluation, and a flawed price realism analysis.
89
Judge Lettow dismissed AAII‟s challenges based on the organizational conflict of
interest
90
and the flawed past performance evaluation.
91
The Court of Federal Claims
Pemco‟s own proposal – its protest fails to demonstrate that any of the agency‟s
actions, inactions, or analyses are inconsistent with, or contrary to, the terms of
the solicitation or applicable statute or regulation. Id. at 6.
85
Id.
86
866 Fed. Cl. at 669. Pemco Aeroplex Inc.‟s parent company, Pemco Aviation,
undertook a corporate restructuring while the KC-135 PDM source selection was
underway that involved selling Pemco Aeroplex‟s sister corporation, Pemco World Air.
The purchaser of Pemco World Air acquired the exclusive right to the Pemco name and
the names of Pemco Aeroplex and Pemco Aviation were changed to Alabama Aircraft
Industries, Inc. Birmingham and Alabama Aircraft, respectively. Id.
87
Id. at 679.
88
Id. at 685.
89
Id. at 669.
90
Id. at 685.
23
agreed with AAII‟s challenge of the price realism analysis.
92
At the Court of Federal
Claims, AAII again focused its argument on the Air Force‟s evaluation of Boeing‟s
application of its learning curve and the corresponding drop in its overall price.
93
AAII
again argued that this was inconsistent with the Air Force‟s awareness of the aging KC-
135 fleet and the Court of Federal Claims concurred.
94
Judge Lettow began his discussion with an overview of price realism analysis.
95
Judge Lettow acknowledged that the agency has tremendous leeway in deciding the form
its price realism analysis will take, but placed undue emphasis on the state of the aging
KC-135 fleet and the fact that Boeing‟s application of the learning curve caused its price
91
Id. at 690.
92
Id. at 700.
93
Id. at 695.
94
Id. at 696.
95
Id. at 696.
FAR lacks an explicit directive to contracting agencies mandating the use of any
particular analytical tool in evaluating the reasonableness and realism of an
offeror‟s price. See 48 C.F.R. § 15.404-1(b)-(e). In these circumstances, courts
have according contracting agencies considerable leeway in evaluating price. See,
e.g., Honeywell, Inc. v. United States, 870 F.2d 644, 648 (Fed.Cir.1989);
International Outsourcing Servs. v. United States, 69 Fed.Cl. 40, 48 (2005)
(stating that „the nature and extent of an agency's price realism analysis are
matters within the agency's discretion‟) (citation omitted). However, that
discretion can be abused. An agency's price-realism analysis lacks a rational basis
if the contracting agency, for example, made „irrational assumptions or critical
miscalculations.‟ OMV Med., Inc. v. United States, 219 F.3d 1337, 1344
(Fed.Cir.2000).
Id.
24
to drop below that of AAII.
96
The Court of Federal Claims faulted the Air Force for
failing to conduct any new studies or to seek out new information in undertaking
corrective action.
97
The Court of Federal Claims decision cited to the external Air Force
talking paper as evidence that the Air Force should have accounted for the aging fleet in
evaluating Boeing‟s proposal, and rejected the Air Force‟s argument that Addendum 1 to
the solicitation put offerors on notice that any changes to the contract in the out years
would be negotiated as issues arose.
98
Rather, the Court of Federal Claims found that the
offerors did not understand that Addendum 1 meant that the issue of aging aircraft was
“effectively taken off the table.”
99
According to Judge Lettow, the O&A provisions were
inadequate to address aging aircraft because “standard” PDM work increases would not
be covered by O&A negotiations but would continue to fall under the basic PDM effort
unless the tasks required 200 or more man hours to complete.
100
Consequently, the Court
of Federal Claims found that the Air Force‟s price realism analysis was “arbitrary and
96
Id. at 697-98.
97
Id. at 698.
98
Id. at 699. The Court of Federal Claims characterized this arrangement as follows:
In effect, rather than awarding a firm fixed-price contract as the RFP envisioned,
the Air Force‟s subsequent statements indicate that this „fixed price‟ contract was
subject to continued contractual renegotiations because of aging aircraft and was
at best a firm fixed-price contract only for the first year.
Id.
99
Id.
100
Id. at 700.
25
capricious” within the meaning of 5 U.S.C. 706(2)(A).
101
“Failing in the first instance to
deal explicitly with the aging-fleet issue in the RFP, as amended, and then seeking to
sidestep the aging-fleet issue in the price-realism analysis of Boeing‟s prevailing offer in
this very close competition, renders the Air Force‟s award to Boeing unsustainable.”
102
F. THE FINAL WORD DECISION FROM THE U.S. COURT OF
APPEALS FOR THE FEDERAL CIRCUIT
The Federal Circuit issued its decision on the Air Force‟s appeal on November 17,
2009.
103
In a short decision, the Federal Circuit agreed with all aspects of the Court of
Federal Claims decision except on the issue of price realism analysis.
104
Where the Court
of Federal Claims found that the Air Force failed to notify offerors that the issue of aging
aircraft should not be a consideration, the Federal Circuit determined that the Air Force
adequately addressed the issue through the work structure offerors were instructed to use
in their proposals.
105
The Federal Circuit found that the Court of Federal Claims decision
went beyond the scope of what the lower court was permitted to consider, and substituted
the lower court‟s judgment for that of the agency when it attempted to inject the issue of
aging aircraft into the solicitation.
106
The Federal Circuit endorsed the agency‟s method
101
Id.
102
Id.
103
Alabama Aircraft Industries, Inc.-Birmingham v. United States, 586 F.3d 1372 (Fed.
Cir. 2009).
104
Id. at 1375.
105
Id.
106
Id. at 1376.
26
of addressing the aging aircraft issue through the three-tiered work package and found
that this made sense given the unpredictable impact the aging KC-135 fleet would have
on the PDM contract.
107
This line of decisions demonstrates that there is a state of confusion surrounding
price realism analysis. Both the GAO and Court of Federal Claims exhibited confusion
over where to draw the line to assess when the government has overstepped the discretion
involved in making a realism analysis. These cases also demonstrate a further danger
attributable to the lack of realism guidance in the FAR: the ambiguities in the process
provide the opportunity for an overzealous judicial body to step in and shape a
procurement when it feels an injustice has been perpetrated against an offeror. Because
realism analysis is so ill-defined, courts can take the liberty of injecting their own
interpretation of what a realism analysis should look like.
IV. GAO AND COFC DECISIONS ON PRICE REALISM
Confusion over price realism analysis is rampant throughout GAO and Court of
Federal Claims decisions. The following cases demonstrate that this confusion is
widespread throughout both the government and industry.
A. REALISM v. REASONABLENESS
Because of the way in which the FAR is currently drafted, contracting officers
continually confuse price realism analysis with price reasonableness analysis. A price
reasonableness determination is required for all acquisitions so that the contracting
107
Id. “As explained, the agency considered the aging aircraft issue, but because the
impact on future requirements was unknown, it decided the best approach was to provide
all offerors with the three-tier work package on which to base their proposals. This was a
determination well within the agency‟s discretion.” Id.
27
officer can determine that the final price is fair and reasonable.
108
Reasonableness refers
to whether a price is unreasonably high. Typically, adequate competition (which is
defined in the FAR as “two or more responsible offerors, competing independently,
submitting priced offers that satisfy the government‟s expressed requirement”
109
) ensures
that prices are reasonable, but the contracting officer may use other price analysis
methods and techniques to ensure price reasonableness if it cannot be ascertained through
adequate competition.
110
Several GAO decisions have addressed price reasonableness versus price realism.
In CSE Construction,
111
the U.S. Army Corps of Engineers issued a solicitation for the
design and construction of firing ranges. The solicitation asked offerors to propose prices
for eight fixed-price CLINs and stated that price “will not be point scored but will be
subjectively evaluated for reasonableness over the life of the contract.”
112
CSE
Construction submitted the lowest price, which was nearly $2 million less than the next
lowest-priced offeror.
113
The price evaluators concluded that CSE‟s price was low and
reflected a lack of understanding of the requirements, and the SSA awarded the contract
to the next-lowest priced offeror.
114
CSE filed a protest, alleging that the agency‟s
108
FAR 15.404-1(a).
109
FAR 15.403-1(c)(1).
110
Id.
111
CSE Construction, supra note 21.
112
Id. at 2.
113
Id. at 3.
114
Id.
28
determination that its price was too low violated the terms of the solicitation, which did
not provide for performance of a realism analysis.
115
The GAO agreed with the protester,
finding that “[t]he price evaluation factor provided only for the evaluation of the
„reasonableness‟ of the proposed price (that is, whether the price was unreasonably high)
and for whether the price proposal was unbalanced, which is not contended here.”
116
The
GAO also found that the solicitation did not afford the agency the right to evaluate any
cost or pricing information to determine whether an offeror understood the contract
requirements.
117
Moreover, even if the agency had correctly evaluated CSE‟s low price
as part of a responsibility determination, it would have been required to refer the matter
to the Small Business Administration (SBA).
118
The GAO concluded that the SSA
should have considered CSE‟s significantly lower price as an advantage, not a
disadvantage.
119
CSE Construction was decided in 2002; agencies are still making the very same
mistakes regarding realism versus reasonableness. A GAO decision issued in December
115
Id.
116
Id. at 4.
117
Id. (“Moreover, the RFP did not request cost or pricing information or any other
information that would allow the agency to determine that a low proposed price reflected
a lack of understanding of the contract requirements.”).
118
Id.
119
Id. (“We think that if CSE‟s price advantage had been properly weighed in the
agency‟s price/technical tradeoff analysis, it would have had a reasonable possibility of
being selected for award.”).
29
2009, Milani Construction, LLC,
120
exhibits the same confusion over price
reasonableness versus price realism. In this decision, the National Park Service issued an
RFP for rehabilitation of a park in Washington, D.C.
121
The solicitation contemplated
award of a firm-fixed-price contract and provided that the agency would evaluate the nine
CLINs for reasonableness and balance, but did not address whether a price realism
analysis would be performed.
122
The agency received two proposals, and Milani
Construction proposed a price 9.8% lower than the price proposed by the awardee.
123
The agency found that Milani‟s lower price was unreasonably low when compared to the
awardee‟s prices and the government estimate and demonstrated that Milani might not
understand the contract requirements.
124
As a result, the agency decided to award to the
other offeror, Corinthian Construction. Milani protested on the basis that the agency
introduced an unspecified evaluation criterion when it performed its price realism
analysis, and the GAO agreed.
125
The GAO found that the agency confused price
120
Milani Constr. Co., supra note 28.
121
Id. at 1.
122
Id. at 2.
123
Id. at 3.
124
Id. at 5.
125
Id. The agency argued that a general statement regarding assessing risk sufficed to put
offerors on notice that a realism analysis would be performed. GAO dismissed this
argument:
While the agency contends that the price realism analysis was proper in light of
certain language in the RFP… we disagree. In our view, the solicitation
provisions to which the agency refers did not provide offerors with adequate
notice that NPS intended to perform a price realism analysis, especially since the
price evaluation factor under which such notice would logically appear did not
30
reasonableness analysis, which focuses on “whether the offered prices are higher than
warranted,” and price realism analysis, which assesses whether “an offeror‟s low price
reflects on its understanding of the contract requirements or the risk inherent in an
offeror‟s approach.”
126
Because the agency failed to state an evaluation criterion
assessing realism, the finding that Milani‟s price was too low should have been part of a
responsibility determination rather than a price reasonableness determination.
127
It is apparent from this line of cases that the FAR needs to address what
constitutes a price realism analysis and what constitutes a price reasonableness
determination in more detail than is currently provided. As it stands, the regulation is
silent on the issue, leading contracting professionals to issue solicitations that do not
reflect the evaluations that they intend to perform.
B. WHEN THE AGENCY DOESN‟T UNDERSTAND ITS OWN SOLICITATION
Another pervasive problem with realism analysis arises when agencies fail to
perform a price realism analysis although the solicitation provides that one will be
performed. GAO decisions in this area demonstrate that contracting professionals
oftentimes insert language indicating that a realism analysis will be performed without
in any way suggest that a price realism analysis would be performed and offerors
were not required to submit any cost or pricing information that could be used in
such an analysis.
Id.
126
Id. at 4.
127
Id. at 5. The GAO found that since “submission of even a „below-cost‟ price is not by
itself improper,” an agency must put offerors on notice that the Government will be
assessing whether a low price indicates a lack of understanding of the requirements. In
this case, the solicitation did not provide offerors with that notice. Id. at 6.
31
understanding what inclusion of this language actually entails. For instance, in
OMNIPLEX World Services Corporation,
128
issued in November of 2002, the
Immigration and Naturalization Services (INS) issued a solicitation for a Blanket
Purchase Agreement (BPA) to provide an electronic reporting system to track foreigners
in the U.S. obtaining an education that indicated that the agency would reject proposals
that were not realistic in terms of technical commitment or price.
129
The agency made
award to B&W and OMNIPLEX protested on several grounds, including that the
awardee‟s price proposal failed to provide price information, namely labor categories,
hours, and base rates, that the agency needed to evaluate its proposal in accordance with
the solicitation terms.
130
The agency argued that although the solicitation required
submission of this information, it was not necessary to evaluate since this was a fixed-
price effort and the awardee‟s rate fell into the mid-range of all the proposals
submitted.
131
The GAO found that the agency did perform a price reasonableness analysis but
failed to perform a price realism analysis.
132
The contracting officer stated that she
“conducted a „price analysis in lieu of a price realism evaluation‟”; however, since price
reasonableness analysis and price realism analysis are “not interchangeable,” and the
solicitation clearly stated that the agency would perform a realism analysis, the GAO
128
OMNIPLEX World Servs. Corp., B-291105, November 6, 2002, 2002 CPD ¶ 199.
129
Id. at 2.
130
Id. at 8.
131
Id.
132
Id. at 9.
32
found that the protester was prejudiced by the agency‟s failure to conduct its evaluation
in accordance with the solicitation.
133
The GAO recommended that the agency either
reevaluate and perform a price realism analysis or amend the solicitation to remove the
requirement to evaluate realism if it intended only to perform a price reasonableness
analysis.
134
In procurement after procurement, contracting officers insert language requiring a
price realism analysis without understanding the implications or the mechanics of
performing such an analysis. For instance, in Al Qabandi, the Army issued a solicitation
to provide laundry services in Kuwait and stated that “„unrealistically low prices may be
grounds for eliminating a proposal from competition.‟”
135
The Army subsequently
awarded to the lowest-priced, technically acceptable offeror, and Al Qabandi protested on
the basis that the award price was unrealistic, among other grounds.
136
In response to this
argument, the Army argued that there was no requirement in the solicitation to perform a
price realism analysis, but undertook corrective action and affirmed award to the original
awardee.
137
Al Qabandi then asked the GAO for protest costs.
138
The Army argued that
133
Id. The GAO stated that if OMNIPLEX had known that the agency did not intend to
evaluate price realism to ascertain whether proposed rates were too low, it might have
altered its proposal accordingly, thereby making its proposal more competitive for award.
Id.
134
Id.
135
Al Qabandi United Company, B-310600, B-310600.4, June 5, 2008, 2008 CPD ¶ 112.
136
Id. at 2.
137
Id.
138
Id.
33
Al Qabandi‟s protest was not meritorious, but the GAO found that Al Qabandi‟s
challenge to the agency‟s failure to perform a price realism analysis was valid because
the agency failed to take into account that the solicitation did, in fact, require a price
realism analysis.
139
GAO stated that since the solicitation required a price realism
analysis, the agency should have taken into account that the awardee‟s price failed to
factor in the increased cost of commencing performance in a short timeframe.
140
C. MOST PROBABLE COST AND FIXED PRICE EFFORTS
The only portion of the FAR that is clear regarding price realism analysis is the
mandate that no most probable cost adjustment be made for fixed-price efforts; however,
agencies still manage to misapply even this FAR provision. In IBM Corporation, the
protester alleged that the Environmental Protection Agency improperly made adjustments
to offerors‟ proposed costs as part of “cost realism” and “total cost of ownership”
analyses.
141
The solicitation, which was for a software solution for the agency‟s financial
management system, called for offerors to propose whether the contract type would be
fixed-price, labor hour, or time-and-material (T&M) for each area of work under the
contract.
142
IBM proposed to perform most of the work on a fixed-price basis and a small
139
Id. at 3.
140
Id. The Army argued that Al Qabandi‟s initial protest lacked specificity, but the GAO
rejected this argument. “In our view, however, the allegation was sufficiently specific
that a reasonable investigation into the assertion would have led the agency to conclude
that, contrary to the agency‟s initial position, the solicitation in fact required a price
realism analysis, and that it improperly failed to perform such an analysis.” Id.
141
IBM Corp., B-299504, June 4, 2007, 2008 CPD ¶ 64.
142
Id. at 2.
34
portion of the work on a T&M basis.
143
During its evaluation, the agency made four
upward adjustments to IBM‟s price proposal based on concerns about IBM not capturing
all its costs, seeking reimbursement for those costs, and requiring additional agency
resources to implement its proposed technical solution.
144
The contracting officer
recommended award to CGI over IBM due to the price savings represented by CGI‟s
proposal.
145
.
During adjudication of the protest, the contracting officer stated that she could not
determine whether the agency would have to reimburse IBM to replace a legacy system,
so the cost adjustment was necessary. The GAO disagreed with her assessment and
found that IBM‟s proposal was unambiguous regarding inclusion of the price of
replacement in its proposal.
146
Since IBM‟s proposal was fixed-price, it was improper for
the agency to make upward adjustments to its price proposal.
147
D. INADEQUATE PRICE REALISM ANALYSIS
When an agency includes price realism analysis as part of its evaluation, it has to
be sure that the form and extent of its realism analysis are well-documented and rational.
143
Id. at 3.
144
Id. The EPA felt that upward adjustments to IBM‟s proposal were required because
IBM had not included any costs for anticipated future releases of its proposed software
solution, would require additional EPA personnel during implementation of IBM‟s
solution, and would require additional operations and maintenance costs once
implemented. Id. at 5.
145
Id. at 7.
146
Id. at 9.
147
Id. at 10. “As the FAR and our cases make clear, an agency may account for concerns
regarding an offerors‟ understanding of a requirement in the form of a performance risk
evaluation, but may not adjust a fixed-price for purposes of evaluation.” Id.
35
Although the GAO frequently defers to the results of the agency‟s realism analysis,
occasionally a protester can successfully argue that the results of the agency‟s realism
analysis are unfounded. In General Dynamics, LLC., General Dynamics and Unisys
Corporation protested the Transportation Security Administration‟s award of a fixed-
price task order for computer support services to CSC.
148
The protesters first argument
regarding realism was that CSC proposed inadequate staffing to meet contract
requirements and proposed a staffing plan that was inconsistent with its technical
proposal.
149
CSC proposed to cut staffing in the option years, but the GAO found that
there was nothing in either CSC‟s proposal or the agency‟s evaluation which addressed
the staffing cuts.
150
The agency attempted to explain the lack of documentation as the
result of the agency evaluating only the base year, but under the solicitation the agency
was required to evaluate the base and all option years.
151
The agency also argued that
CSC built efficiencies into its proposal, but the GAO found that this explanation failed to
account for the discrepancies between the staffing plan and the technical proposal, and
148
General Dynamics One Source, LLC; Unisys Corporation, B-400340.5, B-400340.6,
January 20, 2010, 2010 CPD ¶ 45. The RFP provided that:
The Government will also evaluate the offeror‟s Total Evaluated Price to
determine fairness and reasonableness, as well as realism. The Government will
assess how well the Total Evaluated Price realistically reflects an understanding
of the solicitation requirements as well as a consistency with the approach
proposed by the Offeror in the Volumes I-IV proposals. Id. at 6.
149
Id.
150
Id. at 8.
151
Id. at 9.
36
could not find any evidence that the agency considered the discrepancy in conducting its
realism analysis.
152
The protesters‟ second argument was that CSC‟s labor rates were so low that
there would be no way for CSC to comply with its proposed approach of hiring
incumbent personnel.
153
The agency argued that since offerors proposed fully burdened
hourly rates, not wage rates, a comparison of rates alone did not show that CSC‟s rates
were actually lower than the other offerors. The agency also argued that it considered
CSC‟s low rates for several labor categories, but found that because CSC had the highest
wages among offerors for several key positions, CSC would be able to retain incumbent
key personnel, and its rates for the remaining labor categories were “competitive.”
154
The GAO sided with the protesters on this issue, finding no support for the agency‟s
argument that comparison among offerors‟ rates was meaningless.
155
The GAO also
152
GAO held:
While we find no basis for questioning the PET evaluator‟s statement that CSC
was able to achieve certain efficiencies with its proposed staffing approach (and
correspondingly reduce its overall staffing profile), this statement as with the
two statements by the PET chairman does not address the fact that the staffing
proposed in CSC‟s price proposal decreased significantly – by [deleted] FTE in
the option years of the contract and was inconsistent with the staffing in CSC‟s
technical/management proposal.
Id. at 10.
153
Id.
154
Id. at 11.
155
Id. In response to this argument, the GAO stated that “[m]ore specifically, the agency
has not shown that it ever determined that there really was no substantial difference in the
wage rate component of the burdened rates, and that the apparent difference was
explained, for instance, by a substantial disparity in the two firms‟ indirect rates.” Id.
37
focused on the inconsistency in the agency‟s argument: on the one hand, the agency
argued that evaluation of CSC‟s fully burdened rates was meaningless, but on the other,
the agency stated that the higher rates for key personnel demonstrated that CSC‟s
proposal was realistic.
156
Furthermore, the agency‟s own documentation did not support
arguments made during litigation: one of the members of the Source Selection Advisory
Committee (SSAC) expressed concern that CSC would be unable to hire the incumbent
workforce at its proposed rates.
157
The agency dismissed this concern as “overstated”
because the position in question was a relatively minor part of the overall effort.
158
The
GAO found that the agency did not properly address the SSAC member‟s concerns, and
stated that the fact that only one individual raised concerns about low rates did not
“provide a reasonable basis for the agency to conclude that the impact of low wage rates
would be limited to the director‟s area of responsibility.”
159
E. WHEN THE AGENCY GETS IT RIGHT
Aegis Defence Services, Ltd.
160
illustrates a price realism analysis performed
correctly. This case involved a contract issued by the Department of Defense to provide
personal security detail services in Iraq. DoD contemplated award of a firm-fixed price
156
Id. (“If, as the agency suggest, the firms‟ proposed labor rates provided no
meaningful insight into wages actually to be paid, then it was unreasonable for the
agency to rely on those same proposed rates to support a favorable evaluation of CSC‟s
ability to recruit, hire and retain certain key personnel.”)
157
Id.
158
Id. at 12.
159
Id.
160
Aegis Def. Servs., Ltd., B-403226, B-403226.2, B-403226.3, October 1, 2010, 2010
CPD ¶ 238.
38
contract and provided in the solicitation that price proposals would be evaluated for
reasonableness and affordability. The solicitation stated that the agency “„may reject a
proposal that is evaluated to [have an] unrealistically high or low price when compared to
contracting officials estimates, such that the proposal is deemed to reflect an inherent lack
of competence or failure to comprehend the complexity, scope or risks of the
program.‟”
161
The agency received three technically acceptable proposals: Aegis‟ total
price was $8,754,411, while the other two offerors came in at $5,678,082.44 and
$15,940,217.35.
162
The contracting officer performed his realism analysis by comparing
the prices of the three offerors CLIN by CLIN and by comparing the proposed prices to
the incumbent contract to provide these same security services.
163
The agency found that
the lowest-priced offeror, TigerSwan, was able to come in at a much lower proposed
price than the other two offerors by staffing with third-country nationals, as opposed to
expatriates, and by slashing its profit.
164
Based upon this information in conjunction with
TigerSwan‟s technically acceptable approach, the contracting officer found that
TigerSwan‟s pricing was realistic, and the SSA decided to make award to TigerSwan.
165
In its protest, Aegis challenged the agency‟s finding that TigerSwan‟s much-
lower price was realistic because the comparison to the incumbent contract was
161
Id. at 2.
162
Id.
163
Id.
164
Id. at 3.
165
Id.
39
invalid.
166
The GAO upheld the agency‟s evaluation, finding that the comparison to the
incumbent contract provided a valid basis to perform a realism analysis.
167
Aegis argued
that the agency failed to account for differences between the incumbent contract and this
contract, but the GAO found that the agency compensated for any differences in its
analysis by breaking down the CLINs on the incumbent contract into the average per
person/per month price and was therefore able to perform an accurate comparison of
TigerSwan‟s prices.
168
On the basis of this comparison, the contracting officer was able
to reach the valid conclusion that TigerSwan‟s average monthly pricing was in line with
the incumbent contractor‟s average monthly pricing, and was therefore realistic, despite a
small calculation error made by the agency.
169
In another decision where the agency properly performed a price realism analysis,
G4S Government Services, the Bureau of Immigration and Customs Enforcement (ICE)
issued a solicitation for a requirements contract with fixed unit prices to support ICE‟s
alien reporting program.
170
The SSA opted to make award to the higher technically-
rated, lower-priced offeror, BI.
171
G4S protested on the grounds that the agency
performed a flawed price realism analysis based on how much lower the awardee‟s price
166
Id. at 5.
167
Id. at 6.
168
Id.
169
Id. at 7.
170
G4S Gov. Servs., B-401694, B-401694.2, November 4, 2009, 2009 CPD ¶ 236.
171
Id. at 3.
40
was than the IGCE and the prices submitted by the other offerors.
172
The GAO found
that the agency‟s realism evaluation was reasonable based on the fact that the agency
performed an in-depth analysis of BI‟s price proposal that included “an analysis of BI‟s
staffing ratios, BI‟s use of different staffing ratios for different types of cases, and the
comparison of BI‟s staffing ratios to the current program staffing ratios, as well as the
comparison of BI‟s unit, CLIN, and overall prices to other offerors.”
173
The GAO found
that based on the thoroughness of the agency‟s evaluation, the protester failed to
demonstrate that the agency‟s evaluation was inadequate or inconsistent with the
solicitation.
174
In an interesting decision where neither the agency nor the offerors understood
whether the solicitation required performance of a price realism analysis, FlightSafety
Services Corporation, the GAO found that the Air Force performed an adequate price
realism analysis when the agency thoroughly investigated the awardee‟s low price
through discussions, even though the agency argued that no realism analysis was
required.
175
The solicitation, which contemplated the award of a fixed-price contract to
provide services in support of the KC-135 Aircrew Training System (ATS), stated that
the government “may reject any proposal evaluated to be unreasonable in terms of
172
Id.
173
Id. at 5.
174
Id. The GAO found that the protester‟s arguments merely amounted to disagreement
with the agency‟s conclusions, and stated that the agency has a great amount of discretion
in determining the form and extent of its price realism analysis. Id.
175
FlightSafety Servs. Corp., B-403831, B-403831.2, December 9, 2010, 2010 CPD ¶
294.
41
program commitments, including contract terms and conditions, or unreasonably high or
low in cost when compared to government estimates, such that the proposal is deemed to
reflect an inherent lack of competence or failure to comprehend the complexity and risks
of the program.”
176
The awardee, CAE-USA, proposed a total price of $203,014,523,
while the protester, FlightSafety Services Corporation (FlightSafety), proposed
$308,826,384.
177
FlightSafety argued that the language in the solicitation required the
Air Force to perform a realism analysis and to reject CAE-USA‟s proposal as
unrealistic.
178
Ironically, the GAO found that the Air Force performed a sufficient
realism analysis where the Air Force argued that the solicitation did not require
performance of an actual price realism analysis, but only required that the agency
evaluate reasonableness.
179
The GAO found that while the solicitation did not call for
performance of a realism analysis per se, “it effectively provided for such an evaluation
where it established that the Air Force could reject a proposal if the offeror‟s low price
indicated a lack of understanding.
180
The GAO found that this language indicated that
realism would be assessed.
181
While the Air Force maintained that no realism analysis
176
Id. (citing RFP at 243).
177
Id. at 4.
178
Id.
179
Id.
180
Id. at 5.
181
Id. (“As explained above, analyzing whether an offeror‟s fixed price is so low that it
reflects a lack of understanding of solicitation requirements is the crux of a price realism
evaluation, and by informing offerors that their proposals would be evaluated in this
regard, the RFP established that the Air Force would, in essence, assess offerors‟ prices
for realism.”).
42
was required, by thoroughly investigating CAE-USA‟s low price throughout the
evaluation process and obtaining written confirmation from CAE-USA that the company
would not operate at a loss, the agency did, in fact, perform a realism analysis.
182
FlightSafety argued that the Air Force did not go far enough in probing CAE-USA‟s low
price, but the GAO found that since the form and nature of price realism analysis are
squarely left to the judgment of the agency, the Air Force went far enough in confirming
that CAE-USA could perform at its proposed price.
183
F. COST REALISM DECISIONS
While this thesis has focused on confusion in the area of price realism analysis, it
is also informative to examine where agencies encounter difficulties performing cost
realism analyses.
184
The GAO and court cases in the area of cost realism analysis do not
exhibit the same level of confusion as the price realism decisions, but rather are generally
limited to agency confusion over making appropriate adjustments to the most probable
182
Id. at 6.
183
The GAO went on to conclude that a “more probing inquiry was simply not
contemplated by the RFP, or otherwise required, given that the RFP did not provide for
the submission of the underlying cost information for CLINs 0003 and 0004.” Id. at 8.
The GAO wrote:
The record shows that the Air Force recognized that 1) CAE-USA‟s price was
low as compared with the prices submitted by the other offerors; 2) the issue was
raised with CAE-USA in discussions; 3) CAE-USA expressly confirmed its
understanding of the requirements, an understanding supported by CAE-USA‟s
experience performing similar requirements; and 4) CAE-USA explained that it
was aggressively pursuing the contract and therefore intended for its price to be
low since it viewed the contract as an important aspect of its corporate strategy.
184
See, e.g., I.M. Systems Group, B-404583, B-404583.2, B-404583.3, February 25, 2011,
2011 CPD ¶ 64 (agency performed a flawed cost realism analysis when it compared
proposed sample task prices to the Government cost estimate without assessing the
realism of the proposed rates).
43
cost.
185
The GAO‟s examination of an agency‟s cost realism analysis is limited to a
review of whether the cost realism analysis was reasonable and not arbitrary.
186
Magellan Health Services
187
involved a protest of Health and Human Services‟
(HHS) award of a cost-plus-fixed-fee contract to provide employee assistance program
services. The solicitation called for a cost-type contract and stated that the agency would
perform a cost realism analysis to evaluate whether the proposed costs represent what the
agency will pay for performance.
188
The protester alleged that the agency did not
perform a proper realism analysis on the awardee, Ceridian‟s, proposal because the
awardee proposed direct labor rates that were lower than the rates paid to the incumbent
workforce and the contracting officer did not adjust the awardee‟s price accordingly,
despite the evaluators‟ comments that the awardee‟s rates were too low to ensure
successful performance.
189
The GAO found that the agency‟s cost realism analysis was
unreasonable because the contracting officer based the award decision on Ceridian‟s
185
See, e.g., Earl Industries, LLC, B-309996, November 5, 2007, 2007 CPD ¶ 203
(agency performed a flawed cost realism analysis when it failed to adjust an offeror‟s
proposed cost to reflect prevailing area labor rates).
186
Marine Hydraulics.
187
Magellan Health Services, B-298912, January 5, 2007, 2007 CPD ¶ 81.
188
Id. at 5.
189
Id. at 8.
While expressly accepting the cost analyst‟s finding that Ceridian‟s FPR had
failed to propose the government-estimated levels of effort for the field consultant
and field counselor labor categories as part of its direct labor costs, … the
contracting officer did not consider the corresponding cost adjustment to
Ceridian‟s proposal, or address the concerns expressed by the TEP business
review that Ceridian‟s direct labor rates for the two key field labor categories
needed to be significantly increased. Id. at 9.
44
proposed cost without making upward adjustments to account for the low direct cost
rates.
190
The GAO concluded that this improper analysis would have enabled the
awardee to win the contract because of its lower costs, but then to recover the higher rates
during performance when it was reimbursed for actual costs.
191
The GAO will not uphold an agency‟s cost realism analysis if it is evident that the
agency did not consider all available information in performing its evaluation. In The
Futures Group International,
192
the United States Agency for International Development
(USAID) awarded a cost-type contract for reproductive health services in developing
countries to Deloitte Touche Tohmatsu (Deloitte).
193
The agency received two proposals
and did not make any most probable cost adjustments to either proposal.
194
Futures
protested, arguing that it was unreasonable for USAID to accept Deloitte‟s general and
190
GAO stated:
The agency‟s argument here reflects a fundamental misunderstanding of what is
required as part of a cost realism analysis. A cost realism evaluation implements
an agency‟s obligation to guard against unsupported claims of cost savings by
determining whether the costs as proposed represent what the government
realistically expects to pay for the proposed effort, based on the information
reasonably available to the agency at the time of its evaluation. See Metro Mach.
Corp., B-297879.2, May 3, 2006, 2006 CPD ¶ 80 at 9. HHS was fully aware of
the incumbent employees‟ existing salaries, and that Ceridian‟s proposed pay
rates were substantially less than the existing salaries (as well as the agency‟s own
IGCE).
Id. at 10.
191
Id. at 12.
192
Futures Group Int’l., B-281274.2, March 3, 1999, 2000 CPD ¶ 147.
193
Id. at 1.
194
Id. at 2. The agency found that the costs presented in the offerors‟ BAFOs were
reasonable and realistic. Id.
45
administrative (G&A) rates because they were significantly lower than Deloitte‟s rates on
previous contracts.
195
According to the protester, if Deloitte had proposed the higher
historic rates, it would have raised Deloitte‟s costs by $14 million, making Futures‟
proposed costs lower than Deloitte‟s.
196
Even though the agency acknowledged in the
evaluation record that it had concerns about Deloitte‟s lower G&A rates, it made no
adjustments to the most probable cost.
197
The GAO found that in light of the
contemporaneous record and the lack of explanation in Deloitte‟s proposal, the agency
had no justification for accepting the lower rates in Deloitte‟s proposal. Most probable
cost adjustments therefore should have been made.
198
If this effort had been fixed-price,
the agency‟s evaluation might have been adequate since the agency did acknowledge the
risk associated with Deloitte‟s proposal. However, since this was a cost-type effort, the
agency was required to adjust Deloitte‟s proposed cost accordingly.
In another decision where the agency failed to factor in all available information,
Marine Hydraulics International, Inc.,
199
the Navy awarded a cost plus award and
incentive fee contract for ship maintenance and repairs.
200
Because the work was
195
Id. The agency did not have Deloitte‟s negotiated indirect cost rate agreement on file
so it contacted another office within the agency and obtained Deloitte‟s incurred cost
submission from 1997. Id.
196
Id.
197
Id. at 3.
198
Id. (“Deloitte‟s cost proposal does not support its proposed indirect rates or justify
rates substantially lower than its historic rates, nor does it claim that the firm‟s proposed
rates were lower because they were based on the receipt of this contract.”)
199
Marine Hydraulics Int’l., Inc., B-403386, November 3, 2010, 2010 CPD ¶ 255.
200
Id. at 1.
46
unpredictable, the Navy included a notional work package and estimated labor hours for
offerors to use in preparing their cost proposals.
201
Marine Hydraulics (MH) protested
the Navy‟s decision to award to Earl Industries on the basis of an unreasonable cost
analysis of its proposal.
202
MH argued that the Navy improperly calculated its most
probable cost as higher than it should have been.
203
The Navy upwardly adjusted MH‟s
cost proposal on the basis that MH had historically charged security guard services as an
indirect, as opposed to a direct, cost.
204
The GAO sided with the protester, and found that
the agency unreasonably added the cost of security guard services to MH‟s proposed cost
because the protester‟s explanation for why it would charge security guard services as a
direct cost was reasonable.
205
The GAO also found that the agency should not have
adjusted upward MH‟s price in the area of fire watch services because the agency
improperly factored in work categories that should not have been considered fire watch
services.
206
201
Id.
202
Id. at 2.
203
Id. at 3.
204
Id.
205
Id. (“While MH‟s practice under prior similar contracts might have been relevant, the
FPR essentially explained why MH‟s prior practice was not relevant. The agency never
determined that this explanation was unpersuasive or unrealistic in any way, and even
now has not established that there was reason to question the basis for MH‟s indirect cost
approach.”).
206
Id. at 4.
47
In general, agencies understand how to perform cost realism analyses; sustained
protests in this area result mostly from failing to make adjustments to the most probable
cost or going too far in adjusting an offeror‟s proposed costs either upward or downward.
The regulations are clear on when an agency must perform a cost realism analysis, but as
the ABA Section pointed out, would benefit from reinsertion of the simple,
straightforward explanation of why cost realism analysis is necessary.
207
If contracting
officers could see the “big picture” stated in the beginning of the subpart on cost realism
analysis, it would make execution of the cost realism analysis a more straightforward
process with less opportunity for agency missteps.
V. DO WE NEED PRICE REALISM?
Price realism analysis is undeniably confusing. Is it a necessary element of price
evaluation, or could it, for example, be subsumed within a responsibility determination?
Opponents of price realism argue that if offerors want to bid low on fixed-price efforts, it
is at their own risk and the government should be able to take advantage of low prices
when it has the opportunity. They argue that there are other ways to exclude offerors that
bid too low without utilizing price realism for example, offerors that are priced too low
can be weeded out through responsibility determinations. Furthermore, bidding low is
not forbidden offerors are free to “buy-in,” and in some cases buy-in can work to the
government‟s advantage. However, given the tremendous amount of risk to both the
government and to offerors when offerors are awarded contracts at prices at which they
cannot perform, price realism can be a useful tool when properly utilized, and should be
207
ABA Section Letter, supra note 31, at 2. The ABA suggested reinserting the
statement that “[t]he award of cost-reimbursement contracts primarily on the basis of
estimated costs may encourage the submission of unrealistically low estimates and
increase the likelihood of cost overruns.”
48
available for use by contracting officers in appropriate circumstances. In fixed-price
procurements, the government cannot evaluate individual cost elements as it does in cost-
reimbursement-type efforts, but price realism analysis provides the government with a
tool to resolve doubts that arise with fixed-price bids. It opens the door for the
government to take a deeper look into proposed prices than it otherwise would be
permitted to do. If the FAR is revised to provide useful directions on when and how
price realism should be employed, both the government and industry will reap the
benefits of the added performance protection realism analysis provides.
A. THE BEST WAY TO EVALUATE REALISM
As pointed out by Professors Nash and Cibinic, as well as the GAO, the most
logical means to evaluate price realism is to include it as part of the technical or risk
evaluation or as part of the responsibility determination.
208
While there is no mandate in
the regulations that price realism be performed as a component of another type of
evaluation and not as a stand-alone element of the price evaluation,
209
recommending that
contracting officers include it as part of the technical, risk, or responsibility determination
would clear up a great deal of confusion without compromising the nature or form of the
realism analysis. As part of the technical, risk, responsibility, or price evaluation, the
result of the price realism analysis would remain the same: the agency would be able to
determine if an offeror was bidding so low that it would be unable to perform
successfully.
208
Nash & Cibinic, supra note 14; Milani Constr., supra note 28, at 4.
209
The current FAR simply states that results of a realism analysis “may be used in
performance risk assessments and responsibility determinations.” FAR 15.404(d)(3).
49
VI. COMPARATIVE ASSESSMENT OF REALISM ANALYSIS
The international approach to price realism analysis focuses on the threat that
below-cost bids present to successful contract performance, and grants contracting
officials more latitude in assessing and rejecting low bids than the U.S. system. This is
evident in both the United Nations Commission on International Trade Law
(UNCITRAL)
210
Model Law on Procurement of Goods, Construction and Services, and
in the European Union Procurement Directives.
211
The UNCITRAL model laws are legislative texts that UNCITRAL recommends
to the member states to incorporate into national law.
212
States have flexibility and may
alter the Model Law to best suit each country‟s needs, but UNCITRAL encourages as
few changes as possible to maintain uniformity in application.
213
Although the Model
Law on Procurement of Goods, Construction and Services was only introduced in 1994,
in 2004 an update was commenced to “bring the Model Law into the electronic age.”
214
210
UNCITRAL was established in 1966 by the United Nations General Assembly to
“further the progressive harmonization and modernization of the law of international
trade by preparing and promoting the use and adoption of legislative and non-legislative
instruments in a number of key areas of commercial law,” including procurement of
goods. The UNCITRAL Guide: Basic facts about the United Nations Committee on
International Trade, available online at
http://www.uncitral.org/pdf/english/texts/general/06-50941_Ebook.pdf.
211
Don Wallace, Jr., UNCITRAL: Reform of the Model Procurement Law, 35 Pub. Cont.
L.J. 485 (Spring 2006). The Model Law on Procurement of Goods, Construction and
Services was adopted by UNCITRAL and endorsed by the UN General Assembly in
1994. The updated Model Law was adopted on July 1, 2011.
212
UNCITRAL Guide, supra note 206, at 14.
213
Id.
214
Wallace, supra note 211, at 487.
50
The update focused on a number of areas, including electronic reverse auctions and
abnormally low bidding, or what the U.S. system refers to as unrealistic bids.
215
The
reforms to the UNCITRAL model laws can instruct U.S. procurement reform as it relates
to realism analysis.
216
Prior to the reforms, the UNCITRAL Model Law was largely silent on the issue
of abnormally low tenders. The revised UNCITRAL approach, following a European
lead, encourages contracting officers to investigate low bids and to reject any bids that
appear too low for the firm to successfully perform the contract.
217
The concerns relating
215
Christopher R. Yukins, A Case Study in Comparative Procurement Law: Assessing
UNCITRAL’S Lessons for U.S. Procurement, 35 Pub. Cont. L.J. 457, 458 (Spring 2006).
216
As Professor Christopher Yukins stated in A Case Study in Comparative Procurement
Law: Assessing UNCITRAL’S Lessons for U.S. Procurement, supra note 215 at 458,
“What is striking about the UNCITRAL reform effort is not that U.S. procurement law
has much to contribute to the working group (that is hardly surprising, given many
decades of experience in the U.S. procurement system) but instead that the UNCITRAL
debate has so much to offer U.S. procurement reform.” Id.
217
The most recent version of the Model Law on abnormally low tenders reads as
follows:
Article 20. Rejection of abnormally low submissions.
(1) The procuring entity may reject a submission if the procuring entity has
determined that the price in combination with other constituent elements of
the submission, is abnormally low in relation to the subject matter of the
procurement and raises concerns with the procuring entity as to the ability of
the supplier or contractor that presented the submission to perform the
procurement contract, provided that the procuring entity has taken the
following actions:
(a) The procuring entity has requested in writing from the supplier or contractor
details of the submission that gives rise to concerns as to the ability of the
supplier or contractor to perform the procurement contract;
(b) The procuring entity has taken account of any information provided by
the supplier or contractor following this request and the information
included in the submission, but continues, on the basis of all such
information, to hold concerns.
51
to low bids originate in the new rules on electronic reverse auctions and concerns that
electronic bidding may lead to “„auction fever‟ and ill-considered low bids.”
218
The
working group concluded that because of the performance dangers involved with low
bids, contracting officials should be encouraged to explore bids that appear too low even
though this increases the risk of discrimination against offerors.
219
The UNCITRAL
model promotes broader probing of unrealistic prices than the U.S. system because
developing nations lack many of the safeguards that are available in the U.S., such as
“fear of default termination, sophisticated systems for assessing vendors‟ financial
strength, performance security provided by a third party, or a bankruptcy system that
fosters project completion.
220
This necessitates the additional flexibility to reject low
bids. Unlike the U.S. regulations, the UNCITRAL Model Law gives specific direction as
to the actions that the contracting official should take in the face of a low bid. The Model
(2) The decision of the procuring entity to reject a submission in accordance with
this article, the reasons for that decision, and all communications with the
supplier or contractor under this article shall be included in the record of the
procurement proceedings. The decision of the procuring entity and the
reasons therefor shall be promptly communicated to the supplier or contractor
concerned.
UNCITRAL Model Law on Public Procurement, available online at
http://www.uncitral.org/pdf/english/texts/procurem/ml-procurement-
2011/ML_Public_Procurement_A_66_17_E.pdf.
218
Wallace, supra note 211, at 489.
219
Yukins, supra note 216, at 480:
The proposed changes would vest contracting officials with substantial discretion
to exclude bids that seemed unrealistically low. … Because of this potential
discriminatory impact, the UNCITRAL working group members noted that it is
important to stress that the price realismreview process must be transparent and
meant to enhance, not reduce, competition.
220
Id. at 482.
52
Law still grants the official a tremendous amount of discretion to addressing an
“abnormally low” price if the official continues to espouse concerns over the low bid
after investigation.
The European Union Directives, like the UNCITRAL Model Law, serve to
provide a framework for member states to enact their own version of the rules while
allowing a certain amount flexibility for member states to introduce variations to account
for particularities relative to that country‟s procurement system.
221
The Directives were
first drafted in the 1970s and cover three areas: services, goods, and construction
works.
222
The European Commission keeps a “scoreboard” of the level of
implementation for each member state, so the member states are incentivized to
implement the directives within a set timeframe.
223
The European Union Directives are governed by many of the basic principles that
guide the U.S. system, such as “open competition, equity, and transparency.”
224
In terms
of realism analysis, the Directives, like the UNCITRAL Model Law, grant contracting
officers the discretion to reject abnormally low bids but do not mandate their rejection.
225
221
Jean-Jacques Verdeaux, Public Procurement in the European Union and in the United
States: A Comparative Study, 32 Pub. Cont. L.J. 713, 721 (Summer 2003). Unlike the
Federal Acquisition Regulation, the purpose of the directives in the European context is
“drafting lines for national legislators and not a roadmap for procurement officers.” Id. at
723.
222
Id.
223
Id. at 725. The European Commission can bring an action against a member state that
does not implement a directive within the set timeframe. Id.
224
Id.
225
Council Directive 2004/EC/18, art. 55. The Directive reads as follows:
53
Contracting officials are, however, required to investigate unusually low prices.
226
If a
contracting official decides to reject a bid as too low because there are no supporting
circumstances justifying the abnormally low price, he must inform the European
1. If, for a given contract, tenders appear to be abnormally low in relation to the
goods, works or services, the contracting authority shall, before it may reject
those tenders, request in writing the details of the constituent elements of the
tender which it considers relevant. Those details may relate in particular to:
(a) the economics of the construction method, the manufacturing process or the
services provided;
(b) the technical solutions chosen and/or any exceptionally favourable conditions
available to the tenderer for the execution of the work, for the supply of the goods
or services;
(c) the originality of the work, supplies or services proposed by the tenderer;
(d) compliance with the provisions relating to employment protection and
working conditions in force at the place where the work, service or supply is to be
performed;
(e) the possibility of the tenderer obtaining State aid.
2. The contracting authority shall verify those constituent elements by consulting
the tenderer, taking account of the evidence supplied.
3. Where a contracting authority establishes that a tender is abnormally low
because the tenderer has obtained State aid, the tender can be rejected on that
ground alone only after consultation with the tenderer where the latter is unable to
prove, within a sufficient time limit fixed by the contracting authority, that the aid
in question was granted legally. Where the contracting authority rejects a tender
in these circumstances, it shall inform the Commission of that fact.
Id.
226
Id. Italian law requires the automatic exclusion of abnormally low tenders based upon
mathematical criterion. Totis Kotsonis, Italian Law on the Automatic Exclusion of
Abnormally Low Tenders: SECAP SpA v. Commune di Torino, Pub. Procurement L.R.
NA268, 269 (2008). There have been several cases attempting to reconcile Italian law
and the E.C. requirement to investigate abnormally low tenders. Martin Dischendorfer,
Abnormally Low Bids Under the E.C. Procurement Directives: A Note on Joined Cases
C-285/99 and 286/99, Pub. Procurement L.R. NA30-32, 30 (2002). In Impresa
Lombardini SpA Impresa Generale di Construzioni v. ANAS Este nazionale per le
Strade, the court found that if the contracting official utilizes mathematical methods to
identify abnormally low tenders, rather than exclude them, this does not violate E.C. law.
Id. at 31.
54
Commission of his only if the tender is abnormally low because the tenderer has obtained
State aid.
227
Although the United States has the safeguards described above to protect against
performance failure that many countries lack, the U.S. procurement system could benefit
from the precautions implemented abroad because ideally abnormally low bids should be
identified before any performance lapse can take place. The international procurement
community grasps the serious ramifications of signing up to a low offer; the United States
should be equally concerned and take similar precautions in order to avoid performance
problems.
VII. RECOMMENDATION
FAR Part 15 needs to be rewritten to elucidate the purpose and mechanisms for a
price realism analysis. As demonstrated by the GAO and court cases discussed above,
many contracting officers “cut and paste” realism analysis language from past
solicitations without understanding the consequences of including that language, or fail to
provide for a realism analysis in efforts where one should be performed or where they
intend to perform a realism analysis. Many contracting officers do not understand the
difference between price realism and price reasonableness.
The FAR can be revised to provide practical tools to contracting officers and price
evaluators without compromising the broad application of realism analysis that the
committee that oversaw the FAR Part 15 rewrite sought to preserve. Implementation of
the ABA Public Contract Law Section‟s suggestion that cost realism and price realism
should appear under separate sections would go a long way towards clearing up the
227
Id.
55
confusion that presently exists. FAR 15.404-1 should be divided into three subparts: a
subpart outlining the general objectives of price and cost analysis, a subpart on price
analysis, and a subpart on cost analysis. Price realism analysis should appear under the
price analysis subpart, and the FAR should be revised to include the term “price realism”
rather than referring to cost realism analyses on competitive fixed-price incentive
contracts or competitive fixed-price type contracts. The price realism definition
suggested by the Section “Price realism analysis is a means by which the government
protects itself from the risk of poor performance where an offeror would incur a financial
loss to properly perform the contract because its proposed price is unreasonably low”
should be revised to take out the reference to “unreasonably low” prices because it adds
to the confusion regarding reasonableness versus realism. A more logical definition
would be along the lines of: “Price realism analysis is a means by which the government
protects itself from the risk of poor performance on a fixed-price effort where a vendor
bids too low, or offers too low a price, to successfully meet contract requirements at the
proposed price.”
The current FAR language is adequate in terms of conveying to contracting
officers when a price realism analysis is appropriate. The language regarding
“exceptional cases” should remain to stress that price realism analysis is appropriate for
only a small number of procurements, when “new requirements may not be fully
understood by competing offerors, there are quality concerns, or past experience indicates
that contractors proposed costs have resulted in quality or service shortfalls.”
228
228
FAR 15.404(d)(3).
56
In terms of guidance on how to perform a price realism analysis, the FAR should
advise contracting officers up front that the best way to evaluate price realism is to
include it as part of the technical or risk evaluation or as part of the responsibility
determination, and should state that no most probable cost analysis may be developed for
a price realism assessment. An example of the type of language that could be used is as
follows:
For price realism analysis, unlike cost realism analysis, no most probable cost
shall be developed. The results of a price realism analysis shall be incorporated
into a technical evaluation as part of an „understanding the requirement factor, as
part of the risk assessment, or as part of the responsibility determination. The
solicitation shall state that if an offeror proposes a price that is too low, this will
be reflected in either the results of the technical evaluation or the responsibility
determination.
Guidance along these lines would not compromise the discretion afforded to
contracting officers by the regulations, the GAO, and the courts; it would only make it
easier for contracting officers to understand when price realism is appropriate, how to
incorporate it into a solicitation, and how use the results of the realism analysis in an
evaluation.