by competing offerors, there are quality concerns, or past experience
indicates that contractors’ proposed costs have resulted in quality or
service shortfalls. 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.
FAR 15.404-1(d)(3).
In reviewing uses of the authority granted to agencies by FAR subsection 15.404-
1(d)(3), our prior decisions have explained that “an agency may . . . provide for the use
of a price realism analysis for the limited purpose of assessing offerors’ understanding
of the solicitation’s requirements or the risk inherent in offerors’ proposals.” Star
Contract Servs., LLC, B-409424, Apr. 23, 2014, 2014 CPD ¶ 133 at 6 (citing
Consolidated Eng’g Servs., Inc., B-279565.5, Mar. 19, 1999, 99-1 CPD ¶ 76 at 10 and
FAR § 15.404-1(d)(3)); Emergint Techs., Inc., B-407006, Oct. 18, 2012, 2012 CPD
¶ 295 at 5 (citing Milani Constr. LLC, B-401942, Dec. 22, 2009, 2010 CPD ¶ 87 at 4);
Ball Aerospace & Techs. Corp., B-402148, Jan. 25, 2010, 2010 CPD ¶ 37 at 8; Puglia
Eng’g of California, Inc., B-297413 et al., Jan. 20, 2006, 2006 CPD ¶ 33 at 6; Rodgers
Travel, Inc., B-291785, Mar. 12, 2003, 2003 CPD ¶ 60 at 4; Star Mountain, Inc.,
B-285883, Oct. 25, 2000, 2000 CPD ¶ 189 at 2.
On the other hand, our decisions have noted that the submission of even a “below-cost”
price in the context of a fixed-price competitively awarded contract is not, by itself,
improper. See Arctic Slope World Servs., Inc., B-284481, B-284481.2, Apr. 27, 2000,
2000 CPD ¶ 75 at 13. For this reason, offerors competing for award of a fixed-price
contract must be given reasonable notice where a business decision to submit a
low-priced proposal may be considered as reflecting on their understanding or the risk
associated with their proposal. Milani Constr. LLC, supra at 4.
The selection official here began the tradeoff analysis with a review of the technical
evaluation board report and the Comparative Analysis report provided by the requiring
activity. Then, as an overlay, the selection official conducted an independent analysis
and reached a judgment about which proposal offered the best value. The dispute here
lies in how to characterize the analysis conducted by the selection official in making the
best-value tradeoff decision, and whether the analysis was improper or unfair to the
protester given the terms of the solicitation under which this competition was held.
Relevant here, the selection official divided the overall contract prices by the number of
proposed staff to ascertain a total price per FTE. The selection official then compared
the FTE levels of the offerors with the FTE levels of the incumbent contractor (and the
FTE levels used to calculate the independent government estimate). AR, Tab 24,
SSDD at 52-56. Then, based on his independent knowledge of certain performance
problems encountered by the incumbent contractor, Id. at 52, the selection official
concluded that SAIC’s higher proposed FTE levels, and apparent higher compensation
levels (as inferred from the above-described calculation), would present less risk of poor