Our decision focuses on three
areas where, in our view, the record does not support the
reasonableness of the evaluation. In brief these issues
are that (1) the Army unreasonably accepted Ginn’s revised
fringe benefit ratios in its cost realism analysis; (2)
the record provides no reasonable basis for the Army to
accept Ginn’s unsupported assumption that the firm could
perform the SO and IJO workload 10 percent more
efficiently; and (3) the Army unreasonably allowed Ginn to
omit the FTE’s associated with the material supply
function from its cost proposal. In light of these
conclusions, the award to Ginn is not supported by the
record.
In any federal procurement, including a procurement
conducted pursuant to a cost comparison under OMB Circular
No. A-76, source selection officials are bound by the
fundamental requirement that their judgments be
reasonable, consistent with the stated evaluation scheme,
and adequately documented. DynCorp Int’l LLC, B‑289863,
B‑289863.2, May 13, 2002, 2002 CPD para. 83 at 4. An
agency is not required to base its technical evaluation on
a company’s reputation, or accept unsupported statements
of capability, especially where an RFP requires the
offeror to explain and support its proposed approach. L-3
Commc’ns Corp., B-299014, B-299014.2, Jan. 16, 2007, 2007
CPD para. 26 at 8.
In addition, when an agency evaluates a proposal for the
award of a cost-reimbursement contract, an offeror’s
proposed estimated costs are not dispositive because,
regardless of the costs proposed, the government is bound
to pay the contractor its allowable costs. FAR sections
15.305(a)(1), 15.404-1(d); Palmetto GBA, LLC, B-298962,
B-298962.2, Jan. 16, 2007, 2007 CPD para. 25 at 7.
Consequently, the agency must perform a cost realism
analysis to determine the extent to which an offeror’s
proposed costs are realistic for the work to be performed.
FAR sect. 15.404‑1(d)(1).
Fringe Benefit Revisions
As explained above, in conducting a cost comparison
pursuant to the use of OMB Circular No. A-76, Department
of Defense activities are required to assess the cost of
fringe benefits incurred by a private sector offeror,
compare those to the OMB-generated cost factors that
correspond to those costs for employees of the MEO, and
make any needed adjustments to the private-sector
offeror’s costs before making the comparison.
Specifically, the statute requires as follows:
A
function of the Department of Defense performed by 10 or
more Department of Defense civilian employees may not be
converted, in whole or in part, to performance by a
contractor unless the conversion is based on the results
of a public-private competition that --
*
* * * *
(G)
requires that the contractor shall not receive an
advantage for a proposal that would reduce costs for the
Department of Defense by -
(i) not making an employer-sponsored health insurance
plan (or payment that could be used in lieu of such a
plan), health savings account, or medical savings
account available to the workers who are to be employed
to perform the function under the contract;
(ii) offering to such workers an employer-sponsored
health benefits plan that requires the employer to
contribute less towards the premium or subscription
share than the amount that is paid by the Department of
Defense for health benefits for civilian employees of
the Department under chapter 89 of title 5; or
(iii) offering to such workers a retirement benefit
that, in any year, costs less than the annual retirement
cost factor applicable to civilian employees of the
Department of Defense under chapter 89 of title 5[.]
10
U.S.C. sect. 2461(a)(1)(G).
The protester argues that the Army allowed Ginn to
substitute nominally compliant fringe benefit ratios,
which were achieved, in essence, by shifting fringe
benefit costs from one category to another, without regard
to its actual costs for non-health and non-retirement
fringe benefits. The protester points out that those costs
were initially identified as 15.63 percent of Ginn’s labor
costs, and 14.21 percent of Emcor’s labor costs, and the
protester argues that these costs will have to be
reimbursed by the government when incurred. Protest at 12.
The Army only generally disputes the protester’s argument
on the merits, and mainly argues that the impact of the
issue is not sufficient to overcome the cost comparison
differential. Supp. AR at 26. In this regard, the Army
asserts, in essence, that even if the protester’s
arguments are correct, it was not prejudiced by any error
here. The Army submits a memorandum from a DCAA financial
liaison advisor, which quantifies the recalculation of
Ginn’s fringe benefits as adding $4,097,427 in costs to
Ginn’s proposal. Supp. AR, exh. 3, Memorandum from DCAA
Financial Liaison Advisor, at 1. The Army argues that this
amount would not change the result of the cost comparison
study. Supp. AR at 26.
Ginn, on the other hand, argues that the fringe rates used
to comply with 10 U.S.C. sect. 2461(a)(1)(G) should be
understood as comparison numbers for purposes of the
evaluation. Ginn reasons that when the Army warned that 10
U.S.C. sect. 2461(a)(1)(G) required it to increase Ginn’s
and Emcor’s retirement benefit rate, it was appropriate
for the firms to make offsetting reductions in their other
fringe rates because the whole effort was to comply with
10 U.S.C. sect. 2461(a)(1)(G) “for evaluation purposes.”
Ginn also emphasizes that it was clearly understood that
the rates used to calculate its FPR cost proposal were not
the actual rates to be charged under the contract.
Ginn Supp. Comments at 23. Ginn also argues that it is
sufficient that Ginn’s overall fringe rate was increased
to 36.25 percent for evaluation purposes, and that there
is insufficient guidance available to establish the proper
way to calculate a private-sector offeror’s fringe rates
for comparison purposes. Ginn Supp. Comments at 26.
When the agency’s cost evaluator reviewed Ginn’s
technique, he characterized the approach as simply “moving
the numbers around” for evaluation purposes. AR, Tab 23B,
Final Ginn Cost Evaluation, at 4. We agree.
In our view, the approach taken by Ginn to address the
requirements of 10 U.S.C. sect. 2461(a)(1)(G) essentially
renders meaningless the goal of the statute. Ginn’s cost
savings in offering lower-cost retirement benefits are
simply relabeled as lower costs in other areas. In this
regard, there is nothing in this record to support a
conclusion that Ginn has actually reduced its employees’
benefits in other areas--such as sick leave, vacation
time, and other non-retirement, non-health insurance
related costs. Without such a showing, these costs may
still be incurred, and when incurred will become
reimbursable under the cost-reimbursement contract
anticipated here. Thus the Army could not reasonably
conclude that the new ratios accurately reflect Ginn’s
accounting policies, procedures, and practices, and were
in accordance with its indirect rate structure, as the RFP
required. Cf. RFP at 81.
For the comparison of fringe benefits rates to be
meaningful, either Ginn must show how its other costs will
be reduced, or the comparison must hold steady the other
fringe benefit costs, while increasing the
insurance/health and retirement benefit fringe rates to
the appropriate ratios. Since a cost realism analysis must
account for all costs that will be incurred, and the
analysis here provides no meaningful basis to accept
Ginn’s revised “all other” fringe/overhead rates, the cost
realism analysis is unreasonable. See E.L. Hamm & Assocs.,
Inc., B‑280766.3, Apr. 12, 1999, 99-1 CPD para. 85 at 10
(protest sustained where cost realism analysis provided no
basis to accept offeror’s significantly lower overhead
rate rather than its higher DCAA-approved overhead rate).
Ginn’s Efficiency Assumption
With respect to Ginn’s assumption that it will achieve a
10 percent increase in efficiency in performing SOs and
IJOs, the protester argues that the Army should not have
accepted this assumption because Ginn provided no support
for this claim. Supp. Protest at 5-8. The Army argues that
with respect to SOs, the evaluators were “not trying to
make a value judgment as to [Ginn]’s claim of a 10
[percent] efficiency factor because such a judgment was
not necessary.” Supp. AR at 13. With respect to Ginn’s
assumption of 10 percent efficiency over the IJO workload
figures in the RFP, the Army argues that offerors were not
required to use the IJO workload stated in the RFP, and
asserts that the evaluators found Ginn’s assumption, and
resulting staffing levels to be acceptable because they
“met the standard.” Supp. AR at 16.
In our view, the record provides no support for the Army
to accept Ginn’s assumed 10 percent improvement in
efficiency, either as a technical approach or more
importantly, in support of using lower staffing numbers in
its cost proposal. As the Army noted in its initial
evaluation, the RFP did not provide sufficiently detailed
SO workload information for an offeror to assess its
efficiency. With respect to the IJO workload, as noted
above, the PWS stated that offerors “shall use the
workload listed below to develop their individual
proposals.” Revised PWS at 147. The solicitation also
required offerors to “address as specifically as possible”
the offeror’s actual methodology to accomplishing the PWS.
The evaluators questioned the basis for Ginn’s assumption
of increased efficiency, and raised the issue in
discussions. Yet Ginn’s revised proposals provided no
factual support for its increased efficiency assumption.
In short, the Army had no basis to accept Ginn’s key
assumption that it could perform either the SOs or the
IJOs with 10 percent fewer labor hours and a
correspondingly lower cost. By nevertheless accepting the
cost proposal based on this assumption, the Army’s cost
realism analysis was unreasonable. See Northrop Grumman
Info. Tech., Inc., B-400134.10, Aug. 18, 2009, 2009 CPD
para. 167 at 6-7 (protest sustained where agency did not
consider evaluator’s concern that awardee’s claim of
staffing efficiencies to justify lower staffing was
unsupported).
In attempting to calculate the effect of this issue on the
cost comparison, the protester asserts that the additional
cost to perform SOs without the 10 percent efficiency
factor was more than $500,000, and the additional cost to
perform IJOs was more than $1 million. Supp. Protest at
7-8. Although the Army and Ginn dispute the protester’s
argument, neither has provided an alternative calculation
for assessing the degree to which the protester was
prejudiced. Our Office reviewed Ginn’s FPR cost proposal
and we are unable to determine the precise amount of the
additional cost for Ginn’s performance of SOs. However,
since IJOs were priced as a separate line item, based on
our review of Ginn’s FPR cost proposal spreadsheet, we
conclude that the 10 percent reduction in labor costs for
efficiency unjustifiably reduced its costs by more than $1
million, over the life of the contract.
Supply Support Cost
Finally, the protester argues that it was unreasonable for
the Army to accept Ginn’s claim that it could omit the
cost of the FTEs for supply support provided by Sunbelt in
the cost proposal. The protester argues that under the
terms of its proposal, Ginn has stated that it will
include those labor costs in the price of supplies at
Sunbelt’s “private hardware store,” and thus the realistic
cost of performance by Ginn had to include those costs.
Supp. Protest at 4.
The Army asserts that “it is undisputed that [Ginn]
proposed not to charge the Army for the cost of the
Sunbelt employees and not to charge more for the material
items in order to recoup the cost of those employees.”
Supp. AR at 10. The Army also argues that there is no
support for the protester’s claim that the Army will pay a
marked-up cost for supplies. Therefore the Army reasonably
expects that “Sunbelt would be willing . . . to provide
labor and still charge reasonable prices” in exchange for
serving as the exclusive source of materials and supplies
at West Point. Id. The Army also argues that it intends to
incorporate the relevant portion of Ginn’s proposal into
the contract, and will hold Ginn to those terms. Id.
Contrary to the Army’s argument, Ginn’s proposal states
that Sunbelt is basically providing a “private hardware
store,” and will provide staffing without adding to the
cost of the material items. However, Ginn acknowledges
that--as in any retail environment--the costs of “the
store employees are included in the cost of the item.” AR,
Tab 12, Ginn Revised Proposal, vol. D, at 54. This latter
statement suggests that Ginn’s costs for materials and
supplies, which will be reimbursed by the Army, will
include labor costs. In our view, the analysis must
distinguish between reasonable retail prices at a hardware
store and the cost of supplies that a contractor would be
allowed to recover under a cost-reimbursement contract,
which the plug number represents. We also think the
Army cannot reasonably argue that it can steadfastly limit
the prices at Ginn’s “private hardware store” when the
proposal appears to provide otherwise. In short, the
Army’s cost realism analysis does not reasonably account
for the cost of performing supply services.
The protester asserts that the wage cost of the FTEs,
based on the applicable wage determination, would be
$610,128.79 over the term of the contract. Supp. Protest
at 5. Again, while the Army and Ginn dispute the
protester’s position on the merits, neither has provided
an alternative calculation for purposes of assessing the
prejudice from this flawed evaluation.
Competitive Prejudice
To succeed in a protest against a cost comparison under
OMB Circular A-76, the protester must demonstrate not only
that the agency failed to follow established procedures,
but also that its failure could have materially affected
the outcome of the cost comparison. Trajen, Inc.,
B-284310, B-284310.2, Mar. 28, 2000, 2000 CPD para. 61 at
3; Dyneteria, Inc., B-222581.3, Jan. 8, 1987, 87-1 CPD
para. 30 at 2.
As noted above, the cost comparison here resulted in a
decision that Ginn’s proposal offered the lowest costs by
$4,194,700. In our view, the errors identified above call
into question the savings that the Army calculated would
be achieved by awarding a contract for public works
services to Ginn. These are (1) $4,097,427 (for the
increased retirement benefit cost), (2) more than $1
million (for the unrealistic 10 percent efficiency
assumption), and (3) approximately $610,128.79 (for the
supply function). Although the exact figures are not
entirely certain from this record, the sum of these
amounts significantly exceeds the cost comparison
differential. Accordingly, in our view the protester was
competitively prejudiced by the errors in the evaluation,
and we sustain the protest.
RECOMMENDATION
In sustaining a protest challenging an agency’s evaluation
of proposals, we ordinarily recommend that the agency
review the procurement and take appropriate actions to
correct any improprieties. Under the specific
circumstances here, our recommendation would be for the
Army to reasonably reevaluate Ginn’s costs, including
reassessing whether Ginn provided a reasonable basis in
its proposal for the savings in the areas identified in
our decision, including holding discussions with Ginn and
the other offerors if additional supporting information
would be needed for a meaningful reevaluation.
The protester
points out that such a recommendation in this case would
be barred by sect. 8023 of the Consolidated Security,
Disaster Assistance, and Continuing Appropriations Act,
2009, which states as follows:
None of the funds appropriated by this Act shall be
available to perform any cost study pursuant to the
provisions of OMB Circular A-76 if the study being
performed exceeds a period of 24 months after initiation
of such study with respect to a single function activity
or 30 months after initiation of such study for a
multi-function activity.
Consolidated Security, Disaster Assistance, and Continuing
Appropriations Act, 2009, Pub. L. No. 110-329, div. C,
title VIII, 122 Stat. 3619, 3626 (Sept. 30, 2008). As
relevant here, the effect of the provision is to bar the
Army from using funds appropriated under the statute to
perform any multi-function study (as was performed here)
more than 30 months after the study was initiated. In our
view the 30-month deadline has plainly passed for this
study.
Accordingly, because any recommendation by our Office to
correct the evaluation here would result in the Army
expending funds to continue to perform the study at issue,
we will not make such a recommendation. New Dynamics
Corp., B-401272, July 8, 2009, 2009 CPD para. 150 at
13-14; see also Rosemary Livingston--Agency Tender
Official, B‑401102.2, July 6, 2009, 2009 CPD para. 135 at
13-14, recon. denied, Department of the Navy--Request for
Modification of Remedy, B-401102.3, Aug. 6, 2009, 2009 CPD
para. 162 at 4. Since it appears from the record that the
contract may not have been awarded, see Supp. Contracting
Officer’s Statement, at 1, we recommend that the Army
cancel the RFP and not proceed with the award of a
contract to Ginn. However, if a contract has been awarded
to Ginn, we recommend that the Army terminate it for the
convenience of the government.
The protest is sustained. (Frank
A. Bloomer--Agency Tender Official, B-401482.2;
B-401482.3, October 19, 2009) (pdf) |