an-
 col
                  COST ANALYSIS
                        GUIDE
Jo
or
             OFFICE OF ACQUISITION MANAGEMENT
        COST ADVISORY AND FINANCIAL ANALYSIS DIVISION
             WASHINGTON COST ADVISORY BRANCH
           U.S. ENVIRONMENTAL PROTECTION AGENCY
                     401 M. STREET, S.W.
                   WASHINGTON, D.C. 20460

                        MARCH 1993
  o
  o
                       HEADQUARTERS LIBRARY
                       ENViftfWMENTAL PROTECTION AGENCY
                       WASHINGTON, D.C. 20460

-------
                        TABLE OF CONTENTS
FOREWORD

CHAPTER 1
CHAPTER 2

CHAPTER 3

CHAPTER 4

EXHIBIT A

EXHIBIT B


EXHIBIT C

EXHIBIT D

EXHIBIT E

EXHIBIT F
                                              i

COST ADVISORY BRANCH                         1-7

- Types of Assistance Provided                1
- How to Request Assistance                   1
- Cost Analysis                               2
- Price Analysis                              2
- PACER                                       6
- RFP Reviews                                 6
- Review of a SF 1412                         7
- Assistance at Negotiations                  7
- Special Requests                            7

FINANCIAL ANALYSIS BRANCH                     8

COST POLICY AND RATE NEGOTIATION BRANCH       9

COST ACCOUNTING STANDARDS                  10-14

REQUEST FOR COST ANALYSIS FORM               15

REVIEW PROGRAM FOR COST ANALYSIS           16-29
SAMPLE COST ANALYSIS REPORT                30-45

SAMPLE PRICE ANALYSIS REPORT               46-79

SAMPLE PACER                               80-95

SAMPLE RFP REVIEW                          96-100

THE WASHINGTON COST ADVISOR               101-117

-------
                             FOREWORD
The Cost Analysis Guide is prepared by the Washington Cost
Advisory Branch of the Office of Acquisition Management, U.S.
Environmental Protection Agency.

The manual is published to provide guidance to Office of
Acquisition Management personnel engaged in the analysis and
negotiation of contract prices.

This edition supersedes the previous manual dated August 1990.
The guide has been redesigned to increase its utility.  The
changes have been so extensive that the guide should be treated
as a new publication and be reread accordingly.

As additional revisions to this guide are issued, copies will be
provided to the reader along with appropriate filing
instructions.

Additional copies of this guide may be obtained from the Chief of
the Washington Cost Advisory Branch.

-------
                       Cost Advisory Branch

Types of Assistance Provided bv the Cost Advisory Branch

The Cost Advisory Branch provides the following assistance to the
contracting officers and/or contract specialists:

          1.   cost analysis reports;

          2.   price analysis reports;

          3.   preliminary analytical cost evaluation reports
               (PACER);

          4.   RFP reviews;

          5.   participation at negotiations/discussions;

          6.   reviews of SF 1412 exemptions from submission of
               certified cost or pricing data; and

          7.   any special requests for assistance from the
               contracting officer and/or contract specialist
               such as financial capability reviews, accounting
               system reviews, etc.

Howto Request Assistance from the Cost Advisory Branch

To request cost advisory assistance, the contracting
officer/contract specialist must complete a "Request for Cost
Analysis" form and forward it to the appropriate Cost Advisory
Branch.  The contracting officer/contract specialist should also
submit the following information with the request:

          a copy of the cost proposal (including
          subcontractor's information submitted directly to EPA
          under separate cover);

          a copy of the Request for Proposal (RFP) (including all
          amendments);

          technical evaluation, if available;

          representations and certifications (prime contractor
          and subcontractor(s)); and

          general financial and organizational information (prime
          contractor and subcontractor(s)).

It is also important that the requestor identify the type of
report desired (i.e. cost analysis, price analysis, PACER,
financial capability review, etc.).  If the requestor has any

-------
specific area of concern or any special analysis is desired, he
or she should indicate this clearly on the request.  A separate
request for analysis form should be filled out for each offerer
under an RFP unless a PACER is requested.  If a PACER is
requested, only one request for analysis form should be
completed.

An example of the Washington Cost Advisory Branch's request for
analysis form is on Appendix A page l.  The Cost Advisory
Branches in Cincinnati, Ohio and Research Triangle Park, North
Carolina use similar forms.

Cost Analysis/Price Analysis
FAR 15.805-1(b) states:

          When cost or pricing data are required, the
          contracting officer should make a cost analysis
          to evaluate the reasonableness of individual
          cost elements.  In addition, the contracting
          officer should make a price analysis to ensure
          that the overall price offered is fair and
          reasonable.  When cost or pricing data are not
          required, the contracting officer shall make a
          price analysis to ensure that the overall price
          offered is fair and reasonable.

FAR generally requires cost or pricing data on negotiated
contracts or modifications estimated to exceed $100,000 (FAR
15.804-2).

FAR 15.801 defines cost or pricing data as all facts existing up
to the time of price agreement that prudent buyers and sellers
would reasonably expect to affect price negotiations
significantly.  Cost or pricing data are factual, not judgmental,
and therefore are verifiable.  Cost or pricing data includes such
items as vendor quotations, management decisions that could have
a significant bearing on costs, etc.

FAR 15.804-6 requires that cost or pricing data be submitted on a
SF 1411.  FAR 15.804-6 Table 15-2 gives instructions for the
submittal of a contract pricing proposal on a SF 1411.

cost Analysis
Cost analysis requires that each specific cost element of the
proposal be evaluated in order to form an opinion on whether the
proposed costs represent what the cost of the contract should be
assuming reasonable economy and efficiency. FAR 15.805-3 outlines
the following techniques and procedures to perform cost analysis:

          a.   Verification of cost or pricing data and
               evaluation of cost elements, including-

-------
     1.   The necessity for and reasonableness
          of proposed costs, including
          allowances for contingencies;

     2.   Projection of the offerer's cost
          trends, on the basis of current and
          historical cost or pricing data;

     3.   A technical appraisal of the estimated
          labor, material, tooling, and facilities
          requirements and of the reasonableness of
          scrap and spoilage factors; and
                             \
     4.   The application of audited or negotiated
          indirect cost rates, labor rates, and cost
          of money or other factors.

b.   Evaluating the effect of the offerer's current
     practices on future costs.  In conducting this
     evaluation, the contracting officer shall ensure
     that the effects of inefficient or uneconomical
     past practices are not projected into the future.

c.   Comparison of costs proposed by the offerer for
     individual cost elements with-

     1.   Actual costs previously incurred by the
          same offeror;

     2.   Previous cost estimates from the offeror
          or from other offerers for the same or
          similar items;

     3.   Other cost estimates received in response
          to the Government's request;

     4.   Independent Government cost estimates by
          technical personnel; and

     5.   Forecasts and planned expenditures.

d.   Verification that the offerer's cost submissions
     are in accordance with the contract cost
     principles and procedures in FAR Part 31 and,
     when applicable, the requirements and procedures
     in 48 CFR Chapter 99 (Appendix B, FAR loose-leaf
     edition), Cost Accounting Standards.

e.   Review to determine whether any costs or pricing
     data necessary to make the contractor's proposal
     accurate, complete, and current have not been
     either submitted or identified in writing by the

-------
          f.
contractor.  If there are such data, the
contracting officer shall attempt to obtain them
and negotiate, using them or making.satisfactory
allowance for the incomplete data.

Analysis of the results of any make-or-buy
program reviews, in evaluating subcontract costs,
The factors to be considered in determining whether a cost is
allowable include the following:

          1. I reasonableness;

          2.  : allocability;

          3. i standards promulgated by the CAS Board, if
               applicable; otherwise generally accepted
               accounting principles and practices appropriate
               to the particular circumstances;

          4.   terms of the contract; and

          5.   any limitations of FAR Part 31.
A cost is considered reasonable if, in its nature and amount, it
does not exceed that what one would expect a prudent person to
incur in a competitive business.  Reasonableness of costs must be
determined with particular care when dealing with organizations
which may not be subject to competitive restraints.  What is
reasonable depends upon a variety of consideration and
circumstances.  In determining the reasonableness of specific
proposal costs, the following questions are important:

          1.   Is the type of a cost generally recognized as
               ordinary and necessary for the conduct of the
               contractor's business or the contractor's
               performance?

          2.   Have the restraints or requirements of generally
               accepted business practices, arm's length
               bargaining, and Federal and state laws and
               regulations been considered?

          3.   Would a prudent business person incur the cost
               under the circumstances, considering his or her
               responsibilities to the Government, other
               customers, the owners of the business, employees,
               and the general public?

          4.   Does the charge constitute a significant deviation
               from the contractor's established practices?

-------
A cost is allocable if it is assignable or chargeable to one or
more cost objectives on the basis of relative benefits received
or some other equitable relationship.  A cost is allocable to a
Government contract if it:


          1.   is incurred specifically for the contract;

          2.   benefits both the contract and other work, and can
    •          be distributed to them in reasonable proportion to
               the benefits received; or

          3.   is necessary to the overall operation of the
               business, although a direct relationship to any
               particular cost objective can not be shown.


FAR Part 31 contains a list of specific costs which are
identified as unallowable on Government contracts or which
require special attention.  Examples of such costs mentioned in
FAR 31.205 include interest, entertainment, fines and penalties,
bad debt, and bid and proposal costs.  All contracting personnel
should thoroughly familiarize themselves with the contents of FAR
31.

Appendix B contains the review program for performing a cost
analysis.  The review program is a guide used to assure that at a
minimum certain techniques are applied to each proposal reviewed.
Since the program is a guide, it can be modified for each
specific situation encountered.

Appendix B also contains an example of a cost analysis report.

Price Analysis

FAR 15.801 defines price analysis as the process of examining and
evaluating a proposed price without evaluating its separate cost
elements and proposed profit.  One or more of the following
techniques may be used to perform price analysis:

          1.   Comparison of proposed prices received in response
               to the solicitation;

          2.   Comparison of prior quotations and contract prices
               with current proposed prices for the same or
               similar items;

          3.   Use of rough yardsticks (such as dollars per pound
               or other units) to highlight significant
               differences;

-------
           4.    Comparison with competitive published price  lists,
                published market prices,  including discount  and
                rebate schedules; and

           5.    Comparison of proposed prices  with independent
                Government cost estimates.

Appendix C contains  an example of price  analysis  report.

PACER (Preliminary Analytical Cost EvaluationReport)

A PACER is used to help the contracting  officer determine the
competitive range.   A PACER provides a comparison of the cost
proposals submitted  under a competitive  RFP (Request for
Proposal).    The offerors's cost proposals are not subject  to
cost  analysis during a PACER review.   During  the  PACER review,
the cost analyst determines:

           1.    if the offerors's proposals are mathematically
                correct;

           2.    if adequate SF 1411s are  provided;

           3.    if current financial statements are provided;

           4.    if adequate representations and certifications are
                provided;

           5.    if RFP specified labor hours and categories  are
                proposed;

           6.    if the other direct costs are  proposed  in
                accordance with the RFP;  and

           7.    if adequate support is provided for the proposed
                labor rates and indirect  rates.

Suggested interrogatories are also provided for each offerer.

Appendix  D  contains  an example of  a PACER.

RFP Review

The Cost  Advisory Branch  also reviews RFPs  prior to their
publication in  the Commerce Business  Daily.  A cost analyst
provides  comments which assist in  clarifying  ambiguous language
or correcting erroneous statements in the RFP.  Normally the
review concentrates  on the areas of the  RFP that address cost
proposal  instructions.  The clarification or  correction of the
RFP prior to release helps avoid the  delays in the  acquisition
process caused  by the  need for additional information, revised
proposals or solicitation  amendments.

                                6

-------
Appendix E contains an example of a RFP review.

Review of SF1412 Exemptions from Submission of Certified Costor
Pricing Data

According to FAR 15.804-3, the contracting officer shall not
require submission or certification of cost or pricing data when
the contracting officer determines that prices are:.

          1.   Based on adequate price competition;

          2.   Based on established catalog or market prices of
               commercial items sold in substantial quantities to
               the general public; or

          3.   Set by law or regulation.

To qualify for an exemption under 2 or 3 above, the offerer must
ordinarily claim it on standard Form 1412, Claim for Exemption
from Submission of Certified Cost or Pricing Data.

Cost Advisory Branch personnel are experienced in reviewing
claims for exemption from submission of certified cost or pricing
data.

Assistance at Negotiations/Discussions

Cost Advisory Branch personnel are available to assist the
contracting officer/contract specialist during discussions and
negotiations.  They can help the contracting officer communicate
cost recommendations to the contractor.  When requesting such
assistance, please give the analyst sufficient notice so they can
adjust their schedule to attend.

Special Recruests from the Contracting Officer/Contract Specialist

Cost Advisory personnel can perform special reviews as requested
by the contracting officer/contract specialist.  Examples of such
reviews are financial capability reviews, accounting system
reviews etc.

-------
                    Financial Analysis Branch
The Financial Analysis Branch performs the following functions:
          1.   Financial Monitoring Reviews;
          2.   Contractor Purchasing System Review Coordination;
          3.   Final Audits;
          4.   Ad hoc Contract Management Assistance; and
          5.   Audit Resolution Coordination for OAM.
For more information on this branch, please contact Dale
Roberson, Chief of the Financial Analysis Branch on  (202) 260-
3194.
                                8

-------
The cost Policy and Rat. Negotiation Branch:



     1.   negotiates indirect cost rates;





     2'   8S£r(BS5  fen?1  —**-™tl~   contracting



     3.    develops  cost policy;




     4.    reviews  CAS adequacy and conducts  compliance reviews;



    5.
                   «- insSance'cosir*3   *°r   Sensation,

-------
                    Cost Accounting Standards

A Cost Accounting Standard is a statement formally issued by the
Cost Accounting standards Board that:

     1.   states a principle or principles to be followed;

     2.   establishes practices to be applied; and

     3.   specifies criteria to be employed in selecting from
        .  alternative principles and practices

in estimating, accumulating and recording costs of contracts
subject (to the rules of the Cost Accounting Standards Board. The
objective of a cost accounting standard is to provide more
comparability among government contractors whose circumstances
are similar by increasing the degree of uniformity in their cost
accounting practices.  The Cost Accounting Standard Board has
issued nineteen standards:

CAS 401-Estimating, Accumulating/ Reporting Costs.     The
purpose of this standard is to achieve consistency in the cost
accounting practices used by a contractor in estimating costs for
their proposal with those the contractor uses in accumulating and
reporting their costs during contract performance.

CAS 402-Allocating Costs Incurred for Same Purpose.    The
purpose of this standard is to insure that each type of cost will
be allocated to a contract or final cost objective only once and
on only one basis.  The criteria for allocation should be the
same for similar cost objectives.

CAS 403-Allocation of Home Office Expenses to Segments.     This
standard establishes criteria for the allocation of the expenses
of a home office to the segments of the organization such as
plants or other subdivisions reporting directly to the home
office.

CAS 404-Capitalization of Tangible Assets.   This standard
requires contractors to establish and adhere to policies of
tangible asset capitalization that satisfy various criteria set
forth in the standard.

CAS 4OS-Accounting for Unallowable Costs.    This standard
establishes guidelines for the identification of unallowable
costs and the treatment accorded such costs.

CAS 406-Cost Accounting Period.    This standard provides
criteria for the selection of the time periods to be used as cost
accounting periods for contract cost estimating, accumulating and
reporting.
                                10

-------
CAS 407-Standard Coata.  This standard provides for the use of
standard costs for estimating, accumulating and reporting direct
labor and material costs.  It also provides criteria for the
establishment of standards, accumulation of standard costs, and
accumulation and disposition of variances from standard costs.

CAS 4OS-Compensated Personal Absence.   This standard is designed
to insure that the costs of the compensated personal absences are
assigned to the cost accounting period in which the related labor
is performed and which the related wage or salary costs are
recognized.

CAS 409-Depreciation of Tangible Capital Assets.  This standard
provides criteria for assigning depreciation costs of tangible
capital assets to the proper cost accounting period.  The
standard is based on the concept that depreciation costs should
be a reasonable measure of the service life of a particular
asset.

CAS 410-Allocation of G&A Expenses.     This standard provides
criteria for the allocation of the cost of management and
administration of a business unit based on a beneficial and
causal relationship to final cost objectives.

CAS 411-Acquisition Costs of Material.  This standard establishes
criteria for the accounting for acquisition costs of material.
The standard includes provisions on the use of material inventory
records to determine acquisition costs.  It does not cover
accounting for the acquisition costs of tangible capital assets
or accountability for Government-furnished materials.

CAS 412-Fension Coat.    This standard establishes the components
of pension costs, the basis for measuring the amounts of such
costs and the criteria for assigning the costs to cost accounting
periods.

CAS 413-Adjustment and Allocation of Pension cost.     This
standard provides guidance for adjusting pension cost by
measuring actuarial gains and losses and assigning such gains and
losses to cost accounting periods.  The standard also provides
the bases for allocating pension costs to segments of an
organization.

CAS 414-Cost of Money as an Element of the cost of Facilities
Capital.  This standard provides for the explicit recognition of
the cost of money for facilities capital as an element of
contract cost.

CAS 415-Accounting for the cost of Deferred Compensation.   This
standard is applicable to the cost of all deferred compensation
except for compensated personal absences and pension plan costs

                               11

-------
covered in CAS 408 and 412 respectively.
CAS 416-Accounting for Insurance Costs. This standard provides
the criteria for the measurement of insurance costs, assignment
to cost accounting periods and allocation to cost objectives.

CAS 417-Cost of Honey as an Element of the Cost of capital Assets
under Construction. This standard provides guidance for the
measurement of the cost of money as an element of the cost of
capital assets under construction.

CAS 418-Allocation of Direct and Indirect Costs.  This standard
governs the classification of direct and indirect costs,
accumulation of indirect costs, and selection of bases for
allocating indirect costs.

CAS 420-Accounting for Independent Research and Development
(IR6D) Costs and Bid and Proposal (B&P) Costs.    This standard
requires that IR&D and B&P costs be accumulated by individual
projects and allocated according to the same base used to
allocate general and administrative expenses under CAS 410.

The following categories of contracts and subcontracts are exempt
from all CAS requirements:

     1.   Sealed bid contracts;

     2.   Negotiated contracts and subcontracts not in excess
          of $500,000;

     3.   Contracts and subcontracts with small businesses;

     4.   Contracts and subcontracts with foreign governments;

     5.   Contracts and subcontracts in which the price is set by
          law or regulation;

     6.   Contracts and subcontracts when the price is based on
          established catalog or market prices of commercial
          items sold in substantial quantities to the general
          public;

     7.   Contracts and subcontracts with educational
          institutions other than those to be performed by
          Federally Funded Research and Development Centers;

     8.   Contracts awarded to labor surplus area concerns
          pursuant to a labor surplus area set-aside;

     9.   Contracts and subcontracts awarded to the United
          Kingdom contractor for performance substantially in the

                                12

-------
          United Kingdom;

     10.  Contracts and subcontracts to be executed and performed
          entirely outside the United States, its territories,
          and possessions; and

     11.  Firm-fixed price contracts and subcontracts awarded
          without submission of any cost data; provided that the
          failure to submit such data is not attributable to a
          waiver of the requirement for certified cost or pricing
          data.

Negotiated contracts not exempt in accordance with the above
requirements are subject to CAS.  A CAS-covered contract may be
subject to full or modified coverage.  The rules for determining
whether full or modified coverage applies are:

     a.   Full Coverage. Full coverage requires that the business
unit comply with all of the CAS in effect on the date of the
contract award and with any CAS that become applicable because of
later award of a CAS-covered contract.  Full coverage applies to
contractor business units that:

          1.   Receive a single CAS-covered contract award of $10
               million or more;

          2.   Received $10 million or more in CAS-covered
               contract awards during its preceding cost
               accounting period; or

          3.   Received less than $10 million in CAS-covered
               contract awards during its preceding cost
               accounting period but such awards were 10 percent
               or more of total sales.

     b.   Modified Coverage.  Modified CAS coverage requires only
          that the contractor comply with CAS 401 and 402.
          Modified coverage, rather than full, may be applied to:

          1.   A covered contract of less than $10 million
               awarded to a business unit that received less than
               $10 million in CAS-covered contracts in the
               immediately preceding cost accounting period if
               the sum of such awards was less than 10 percent of
               the business unit's total sales during that
               period.

          2.   If any one contract is awarded with modified CAS
               coverage, all CAS-covered contracts awarded to
               that business unit during that cost accounting
               period must have modified coverage with the
               following exception: if the business unit receives

                                13

-------
     a single CAS-covered contract award of $10 million
     or more, that contract must be subject to full CAS
     coverage.  Thereafter, any covered contract
     awarded in the same cost accounting period must
     also be subject to full CAS coverage.

3.   A contract awarded with modified CAS coverage
     shall remain subject to such coverage throughout
     its life regardless of changes in the business
     unit's CAS status during subsequent cost
     accounting periods.

Subcontracts.  Subcontract awards subject to CAS
require the same type of CAS coverage as would prime
contracts awarded to the same business unit.
                      14

-------
a EPA
                                       UMTiD STATES ENVlRONMINTAt MIOTECTlON AGENCY
                                                   WASHINGTON. OC20W
    TO:
      US Environmental Protection Agency
      Procurement ft Contract! Management
      Division (PM-214-F)   '
      Cost Review ft Poky Brandt
      Washington. DC 20460
                                                             .
                                         BEQUEST FOR COST ANAl v<;.c
                                                                     OMirM OtM for Cemp(«M Hipert
                                                                   Soon MoeaivM? if "Yn." fv HOW Muen'
 Th« OMir«d Oara For CemptaMd Mapon la Satiatoetary Unlaaa bptainwt Batow.
|CaaiAnaly«
!PA Pwm ltOO-7 (Mov. 4»M}
                                           15


-------
A.
B.
C.
D.
D.I
D.2
D.3
D.4
D.5
E.
E.I
E.2
E.3
P.
                 Environmental Protection Agency
                       Cost  Advisory Branch
                 Review Program for  Cost Analysis
PURPOSE AND SCOPE
REFERENCES
PRELIMINARY REVIEW STEPS
DETAILED REVIEW STEPS
     Direct Labor
     Indirect Costs
     Other Direct Costs
     Facilities Capital Cost of Honey
     Subcontracts
ADDITIONAL DETAILED REVIEW STEPS
     Cost Accounting Standards
     Accounting System
     Financial Capability
CONCLUDING STEPS
HQTSt     This program is intended to provide a logical sequence
to the cost analysis effort.  This program does not replace
individual judgement.  The review steps in the program are
intended as general guidance and should be expanded or eliminated
as necessary to fit the current analysis.  Those steps not
required should be marked "hot applicable" (N/A).
                                16

-------
                 Environmental Protection Agency
                       Cost Advisory Branch
                 Review Program for cost Analysis
     *
A.   PURPOSE AND SCOPE

1.   The purpose of cost analysis is to:

          a.   Verify  cost or pricing data and
               evaluate cost elements, including-
               (1)  The necessity for and reasonableness
                    of proposed costs, including
                    allowances for contingencies;

               (2)  The projection of the offerer's cost
                    trends, on the basis of current and
                    historical cost or pricing data;

               (3)  A technical appraisal of the estimated
                    labor, material, tooling, and facilities
                    requirements and of the reasonableness of
                    scrap and spoilage factors; and

               (4)  The application of audited or negotiated
                    indirect cost rates, labor rates, and cost
                    of money or other factors.

               Evaluate the effect of the offerer's current
               practices on future costs.  In conducting this
               evaluation, analyst shall ensure that the effects
               of inefficient or uneconomical past practices are
               not projected into the future.

               Verify that the offerer's cost submissions
               are in accordance with the contract cost
               principles and procedures in FAR Part 31 and,
               when applicable, the requirements and procedures
               in 48 CFR Chapter 99 (Appendix B, FAR loose-leaf
               edition), Cost Accounting Standards.

               Determine whether any costs or pricing
               data necessary to make the contractor's proposal
               accurate, complete, and current have not been
               either submitted or identified in writing by the
               contractor.  If there are such data, the analyst
               shall attempt to obtain them and use them or make
               satisfactory allowance for the incomplete data.
                                17

-------
                 Environmental Protection Agency
                       Coat Advisory Branch
                 Review Program for  Coat Analysis

2.   The cost analyst is expected to exercise professional
judgement, considering vulnerability and materiality, in
determining the scope of the review.
                               18

-------
                 Environmental Protection Agency
                       Cost Advisory Branch
                Review Program for cost Analysis
B.   REFERENCES

1.   FAR 15.805-3   Cost Analysis
2.   FAR 31         Contract Cost Principles and Procedures
3.   48 CFR Chapter 99 (Appendix B, FAR Loose-leaf edition)
                    Cost Accounting Standards
4.   EPAAR 1515.970-2
4.   DCAA Contract Audit Manual
5.   Armed Services Pricing Manual
6.   The Washington Cost Advisor Vol.1 Nos.1-4 (Appendix F)
                                19

-------
            Environmental Protection Agency
                  Cost Advisory Branch
            Review Program for Cost Analysis
                                                  Work Paper
                                                  Reference
PRELIMINARY REVIEW STEPS

1.   Review request for cost analysis and
     determine if the requestor has provided
     the following information.  If it has not
     been provided, request the information.

     a.   A copy of the cost proposal
          (including subcontractor's information
          submitted directly to EPA under
          separate cover).

     b.   A copy of the Request for Proposal
          (RFP) (including all amendments)

     c.   A technical evaluation, if available
          If technical evaluation is not
          available, qualify the report
          accord ing ly.

     d.   Representations and certifications
          (prime contractor and subcontractor(s))

     e.   General financial and organizational
          information (prime contractor and
          subcontractor(s))

2.   Determine if the requestor has any specific
     areas of concern and acknowledge the request
     for cost analysis.  Provide an estimated
     completion date if possible.

3.   Determine if a revised proposal is pending.
     If a revised proposal is pending, discuss with
     the requestor whether to wait and review the
     revised proposal.

4.   For Washington staff only, determine if a PACER
     (Preliminary Analytical Cost Evaluation Report)
     review was performed.
     a.   If a PACER was prepared:

          (1)  Review the PACER to determine
               there were any deficiencies
               and/or errors in the proposal.
if
                          20

-------
            Environmental Protection Agency
                 Cost Advisory Branch
           Review Program for Cost Analysis

                                                  Work Paper
                                                  Reference
     b.    If a PACER was not prepared:


          (1)   Reconcile the proposal to determine
               if it has been submitted in
               accordance with the RFP
               instructions.

          (2)   Determine if any FMR reviews have
               been performed at the prime
               contractor or any of the
               subcontractors.

               i.   If no FHRs have been
                    performed, state this in your
                    report.

               ii.   If a FMR review has been
                    performed:

                    a.   Review the FMR and
                         briefly summarize the
                         results of the review
                         and the resolution of
                         any findings.

                    b.   Contact the financial
                         analyst and determine
                         the status of the
                         issues.  If any issues
                         are outstanding, include
                         a copy of the FMR with
                         your cost analysis
                         report.
5.   Determine the adequacy of the proposal in
     reference to FAR 15.804.6 Table 15-2 which
     gives instructions for the submittal of a
     contract pricing proposal on a SF 1411.

6.   Verify computations and footings in the
     proposal.
                           21

-------
            Environmental Protection Agency
                 Cost Advisory (Branch
           Review Program for Cost Analysis
                                                  Work Paper
                                                  Reference
7.   If reviewing a revised proposal, analyze and
     explain in detail significant differences
     between revised and original proposals.
     Significant change^ should be noted in the
     report.
8.   Determine if the cost analysis can be
     performed in-house based on available cost
     and pricing data.

     a.   If the review can be performed using
          in-house data, go to the detailed review
          steps in Section D.
     b.   If the data in the files is insufficient or
          if the analyst determines that a preaward
          review is necessary, request an assist audit
          from the cognizant audit agency.

          (1)  Specifically address any areas of
               special concern

          (2)  Stress the need in the request for
               '•should cost".  Request that any
               understated costs be reported and
               monetized.

          (3)  Upon receipt of the audit report,
               determine if the audit addressed
               your areas of concern adequately.

          (4)  Review all audit reports for
               any issues to be referred to the
               Cost Review and Rate Negotiation
               Branch as potential FACp issues.
               If any issues are identified,
               prepare a memo from the cost
               analyst through the cost advisory
               branch chief briefly describing
               the issue.  Include a copy of
               the audit report.  Also forward
               a copy of the memo to the
               Financial Analysis Branch.
                           22

-------

            Environmental Protection Agency
                  Cost Advisory Branch
            Review Program for Cost Analysis
          (5)  Review all audit reports for
               any issues to be referred to the
               Financial Analysis Branch for
               follow up on future FMR reviews.
               If any issues are identified,
               prepare a memo from the cost
               analyst through the cost advisory
               branch chief briefly describing
               the issue.  Include a copy of
               the audit report.  Also forward
               a copy of the memo to the cost
               Review and Rate Negotiation
               Branch.
                                                  Work Paper
                                                  Reference
DETAILED REVIEW STEPS

1.   Direct Labor

     a.   Determine the basis of the proposed
          labor rates (i.e. category average,
          individual, weighted average, straight
          average, etc.) including the effective
          date.

     b.   Verify the proposed labor rates with
          the cognizant audit agency verbally or
          in writing, data in EPA files, or payroll
          information submitted by the contractor.

     c.   Determine the basis (i.e. common review
          date, employee anniversary date, etc.)
          and reasonableness of the proposed labor
          escalation.

     d.   Determine where the contractor proposes
          and recovers their indirect time (i.e.
          vacation, sick, holidays, etc.).

     e.   Review the contractor's policies and
          procedures relative to work performed
          by exempt employees in excess of 8
          hours per day or 40 hours per week.
                           23

-------
  Environmental Protection Agency
       Cost Advisory Branch
 Review Program for cost Analysis
                                        Work Paper
                                        Reference
(1)   Determine whether the contractor
     is recording all hours worked by
     exempt employees.  Acceptable
     accounting methods for accounting
     for excess hours worked by exempt
     employees include:

     -    Computing a separate average
          labor rate for each labor
          period, based on the salary
          paid divided by the total
          hours worked during the
          period, and distributing
          the salary cost to all cost
          objectives worked on during
          the period based on this
          rate.

     -    Determining the pro rata
          allocation of total hours
          worked during the period
          and distributing the
          salary cost using the pro
          rata allocation.

          Computing an estimated hourly
          rate for each employee for
          the entire year based on the
          total hours the employee
          expected to work during the
          year and distributing the
          salary costs to all cost
          objectives worked at the
          estimated hourly rate.  Any
          variance between the actual
          salary costs and the amount
          distributed is charged/
          credited to overhead.

(2)   Determine whether the contractor
     is allocating salary costs paid
     to exempt employees to all effort
     performed in accordance with
     FAR 31.201-4 and CAS 418 (if
     applicable).
                24

-------

       Environmental Protection Agency
             Cost Advisory Branch
       Review Program for cost Analysis
£.   Compute labor costs based on the audit-
     determined labor rates and the RFP-
     specified labor hours.
                                             Work Paper
                                             Reference
Indirect Costs
a.   Determine the basis of the proposed
     indirect cost rates.

b.   Verify the proposed rates.  Primary
     verification is a forward pricing
     agreement with the cognizant audit
     agency.  If a forward pricing
     agreement is not available, determine
     the reasonableness of the proposed
     rates based on actual rates, budgets,
     input from the cognizant auditors, etc.

c.   Determine what impact the current
     proposal would have upon the proposed
     indirect rates.

d.   Determine whether it is prudent to
     recommend a indirect rate ceiling
     based on FAR 42.707.

e.   Compute the impact of the recommended
     indirect rates on the proposed costs.
Other Direct Costs

a.   Review the proposed other direct costs.
     If the ODCs are RFP specified, determine
     if any of the ODC items are normally
     included in the contractor's indirect
     expense pool.  If the RFP specified ODCs
     are normally charged indirectly, question
     the corresponding RFP specified ODCs.
     Recommend a clause be inserted in the
     contract that states these OCS costs are
     charged indirectly.  If the  ODCs are not
     RFP specified, verify the proposed costs
     to vendor quotes, source documents, etc.
;
                      25

-------
            Environmental Protection Agency
                 cost Advisory Branch
           Review Program for cost Analysis
          For consultant costs, obtain the names
          the individuals.  Verify the proposed
          consultant rates to the signed agreements
          including the hourly rates.  Determine
          if the proposed rate is an experienced
          rate or a quoted rate.

          Compute the impact'of the recommended
          unit rates on the proposed other direct
          costs.
 Work Paper
 Reference
of
4.   Facilities Capital Cost of Money (FCCOM)

     a.    Determine if the contractor has proposed
          facilities capital cost of money.

          (1)  If the contractor has proposed FCCOM:

               i.   Verify the FCCOM rates.

               ii.  Verify that the FCCOM rate
                    is applied to the appropriate
                    base.

               iii. Recommend a fee that:

                    a.   Based on EPAAR 1515.970-2
                         (a)(2), does not include
                         FCCOM as part of the cost
                         base for the computation
                         of profit or fee.

                    b.   Based on EPAAR 1515.970-2
                         (a)(3), is reduced by an
                         amount equal to the amount
                         of FCCOM allowed.

          (2)  If the contractor has not proposed
               FCCOM:

               i.   Recommend FAR clause 52.215-31
                    which waives the right to claim
                    FCCOM be inserted in the
                    resulting contract/subcontract.
                           26

-------
                 Environmental Protection Agency
                      Cost Advisory Branch
                Review  Program for Cost Analysis
                                                       Work Paper
                                                       Reference
     5.
Subcontracts
          a.   Review the proposed subcontract costs in
               the same manner as the prime contractor.

          b.   Review the subcontractor's proposed fee.
               Provide a copy of the weighted guidelines
               form with your cost analysis report.

          c.   Review the proposed subcontractor's
               accounting system, financial capability,
               and CAS coverage.

          d.   Determine if the subcontractor will allow
               the release of its confidential business
               information to the prime contractor.  If
               the subcontractor objects to the release
               of its confidential business information
               to the prime, state this in your report.
E.   ADDITIONAL DETAILED REVIEW STEPS

     1.   Cost Accounting Standards

          a.   Determine if the contract is subject to

               Cost Accounting Standards under
               48 CFR Chapter 99 (Appendix B,
               FAR loose-leaf edition) Subpart
               9903.201-1 and FAR 52.230-1.

          b.   If the contract is subject to
               CAS, determine whether the contract
               is subject to full or modified
               coverage under 48 CFR Chapter 99
               (Appendix B, FAR loose-leaf edition)
               Subpart 9903.201-2.
               (1)  If the contract is subject to
                    full coverage, recommend that
                    the FAR clauses 52.230-2 "Cost
                    Accounting Standards" and
                                27

-------
       Environmental Protection Agency
             Cost Advisory Branch
       Review Program for Cost Analysis
                                             Work Paper
                                             Reference
c.
          52.230-5 "Administration of
          Cost Accounting Standards"
          be inserted in the resulting
          contract/subcontract.

     (2)  If the contract is subject to
          modified coverage, recommend that
          the FAR clauses at 52.230-3
          "Disclosure and Consistency of
          Cost Accounting Practices" and
          52.230-5 "Administration of Cost
          Accounting Standards" be inserted
          in the resulting contract/subcontract.

     (3)  Contact the cognizant audit agency
          regarding the contractor's
          compliance.
(4)  Notify the requestor of any
     noncompliance issues and their
     impact on this procurement.

If the contract is not subject to CAS,
notify the requestor of this fact.
Accounting System

a.   Determine if the contractor has an
     acceptable accounting system for
     government contracts using SF 1408
     as a guideline.

b.   If a determination of the adequacy of
     the accounting system can not be
     made, recommend an accounting system
     review be performed.

Financial Capability

a.   Determine if the offerer is financially
     capable to perform the contract.
                      28

-------
                 Environmental Protection Agency
                       Cost Advisory Branch
                Review Program  for Cost Analysis
                                                       Work Paper
                                                       Reference
F.   CONCLUDING STEPS

     1.   Index and cross reference work papers.

     2.   Draft report and cross reference the file
          copy of the report to the work papers.

     3.   Include a Contracting Officer Response
          Sheet with the report.

     4.   Include a copy of assist audit report(s)
          with the report.

     5.   Include the instructions and form for
          reporting the resolution of preaward audits
          to the IG and EPA management with DCAA assist
          audit reports.
     6.   For Washington staff only, complete the
          Assignment Control Sheet and give it to the
          secretary for input into the subcontractor
          database.

     7.   Prepare file and submit both the file and
          report to the supervisor.
                                29

-------
DATE:
UNITED STATES ENVIRONMENTAL PROTECTION AGENCY

February 11, 1993
SUBJECT:  Cost Advisory Report on RFP xxxxxxx-xx Submitted by
          Contractor A

FROM:     John Doe, Auditor
          Washington Cost Advisory Branch (PM-214-F)

THRU:     John Smith, Chief
          Washington Cost Advisory Branch (PM-214-F)

TO:       Richard Jones, Contract Specialist
          Administrative Contracts Procurement Section (PM-214-F)

The results  of our review  of the subject  contractor's  proposal
dated December  20,  1992 are  summarized below.   (See Exhibits A
through C.)

                          Contractor A
                            xxxxxxx-xx
                     Summary of Cost  Analysis
                     Contractor's
                      Proposal

BASE PERIOD
Total Estimated Cost $1,577,554
Fixed Fee               126,200
                              WCAO Recommendations*
                              For          For Non-
                              Acceptance   Acceptance


                              $1,571,986   $  5,568
Total Cost Plus Fee  $1,703,754
OPTION PERIOD I
Total Estimated Cost $1,606,659
Fixed Fee               128,529
                              $1,600,820   $  5,839
Total Cost Plus Fee  $1,735,188
OPTION PERIOD II
Total Estimated Cost $1,636,701
Fixed Fee               130,928
                              $1,630,545   $  6,156
Total Cost Plus Fee  $1,767,629
                                30

-------
                     Contractor's
                      Proposal

SUMMARY
Total Estimated Cost $4,820,914
Fixed Fee               385,657
  WCAO Recommendations*
For          For Non-
Acceptance   Acceptance


$4,803,351   $ 17,563
Total Cost Plus Fee  $5,206,571
*  We were not provided a copy of the technical evaluation report.
Therefore,  our recommendations are qualified to  the extent that
additional  costs may be questioned as a result of the quality and
quantity of proposed costs.

We  have used  LOTUS 123  software  for  our exhibits.   Although,
amounts are shown without decimals, LOTUS  does remember amounts up
to  several decimals  and  rounds accordingly.    For  this  reason
amounts may be off by a few dollars due to rounding.

Direct Costs
The  direct  labor  hours  proposed  by  the  prime contractor  and
subcontractors were in accordance with the instructions provided by
the RFP.

The  other  direct  costs  proposed  by  the  prime contractor  and
subcontractors were in accordance with the instructions provided by
the RFP.
      Comments
Subcontractor A objects to the release of their  labor and indirect
rate information to the prime contractor.

Neither Contractor A nor Subcontractor A have proposed facilities
capital  cost of  money  as an  allowable  element of  cost.   We
recommend a waiver of facilities capital cost of  money as presented
in  FAR  52.215-31 be  inserted  in  the resulting contract  and
subcontract .

We  could not determine if  Subcontractor  B  proposed  facilities
capital  cost of  money  as an  allowable  element of  cost.   We
recommend   that  the   contracting  officer  determine   whether
Subcontractor B has proposed facilities capital  cost of money.  If
Subcontractor B has not proposed facilities capital cost of money,
we recommend that a waiver of facilities capital cost of money be
inserted  in  the resulting subcontract.   If  Subcontractor  B has
proposed facilities capital cost of  money, we recommend that the
contracting  officer  obtain  supporting  documentation  for  the
proposed rate..

                                31

-------
Both Contractor A and Subcontractor A maintain an accounting system
which is considered adequate for government cost-type contracts.

We  could  not  determine  if Subcontractor  B  has an  acceptable
accounting  system.    However,   since   this  is   a  fixed  rate
subcontract, we feel an accounting system review is unnecessary.

Both Contractor A and Subcontractor A have the necessary financial
capability to perform this contract.

Subcontractor B did not provide financial statements.  Therefore,
we could not determine Subcontractor B's financial capability to
perform  this  subcontract.   We recommend  that  the  contracting
officer ask Subcontractor B to submit financial statements.

Contractor A is subject  to full CAS coverage.  We recommend FAR
clause 52.230-2 "Cost Accounting Standards11 and FAR clause 52.230-5
"Administration of Cost Accounting Standards" be  inserted in the
resulting contract.

DCAA states that  Subcontractor  A  is not subject to CAS coverage.
However,  the  subcontractor's  SF1411  and  representations  and
certifications state the resulting subcontract will be subject to
CAS coverage.  Therefore, we recommend that the contracting officer
discuss during negotiations whether Subcontractor A is subject to
CAS coverage.

Subcontractor B is not subject to  CAS coverage.  They certify as a
small business.

The results of  our review  of the  subject proposal are based upon
rate requests provided by the cognizant DCAA offices for Contractor
A  and  Subcontractor  A  and a  desk  review  of Subcontractor  B's
information.

The  amounts above  reflect our  best estimate  of what  contract
performance should cost assuming reasonable economy and efficiency.
This  contract  has  a potential   for   a three  year  period  of
performance.   All of  our recommendations  are qualified  to  the
extent that we are  unable to  predict  what  impact  the  changing
economy will have on  the estimated costs over the next three years.

If you have any questions regarding this report or if we can be of
further assistance,  please contact John Doe on FTS  (202) 260-xxxx.
                                32

-------
As required by FAR Part 15.808(b) , P&CMD Acquisition Handbook Units
3 (PAR. 6) and 4 (PAR. 4), please furnish us a copy of the Summary of
Negotiations after contract award.  Please advise us if no contract
award  is made.  If this offerer  is not awarded  this contract,
please  advise  the  section head of  Washington  Cost  Advisory
Operations via the telephone that this  offeror will not be awarded
this contract.   Also, we have enclosed a  contracting officer's
response sheet.  Part of  our performance evaluation depends on the
responses we receive from the contracting officers/specialists we
service.  Please fill out this  form  and  return it to Don Hambric
(PM-214-F).

Enclosures:  Contracting Officer's Response Sheet
                                33

-------
            »
            m
X

                          51?

                          II
                          o EL
                                            CD a
         m -n
         3 3.
        
                                   Q.
                                            < o'
                                            o »'
                                            o
                                            o
                                            m
                                                                                CO
                                                                                to
                                                                                *
                                                                                00
                                                                                en
                                                                                09
                                                                                CO
                                                                                to

                                                                                oo
                                                                                en
                                                                                00
                                                                                                  o
                                                                                            _> .-p
                                                              en 4

                                                              ro V en
                                                              10 4k -«
                                                              co o en
                                                                             CO
                                                                                                  >S
                                                                    co
                                                                    en
                                                  cn4kO>co»
                                                  ro 4k en o> ^
                                                  ro 4k — oo 2

                                                              -a
                                                              8

                                                     ,   ,   ,  E
                                                     •   •   •  5
                                                              (D
                                                              a.
                                                                                                  s.
            CJ1

            NJ
            O

            p
            en
            •sj
CO
oo
en

O)
en
00
ro
p

(D
            en
            ro
K)
en
co
co
_»
co
      1°    r*
      o •» J en
      xl CD 00
-•    en
CD    sj
ro    oo
                              CO
CO O)
p oo

00 O
   CO
S
                        00
                        o
                        co
                        «
                        CO
                        en
                        en
                        o>
                        co
            CO
                  CO
                  en
                  <»
                  o
                              O o co
                              ro o> en
                              p M oo
                              co ro'-»
                              co o> ro
                              A *sJ Nl
                                 "sj •<*
                                       •CO «>
                                       CO OD
                                       O 00

                                          §b
                                          eo
                           O O
   Sro
   CO
CO p

*-» en
to ro
a> ro
                                    Oi ro
                                    co co
                                    top
                                   *-» en
                                    co to
                                    o> ro
                             <» <»
                             oo
CO
CO

00
o>
                                      (O
                                      CO
            TJ
            3
            TJ
      <» <» g
•» •» M CO 
Vi "-• Vi *ro
4* ro co e»
eo O en o
                        g
      •» <»
   •» ro co
   en sj 4^
   00 00 CO
   1» xj lo Q.
                     3
                                            A ro co
                                            eo o en
                                                                                                  o
                        <«•<»<»<» n
                        O O O O Q.
                                                         34

-------
o

i
m

ft
o
o
2
c
CD
Q.


S1
o
      $
      Q.
     o
     sr
           Q)
      0)
      cr
      o
      o

      I
                      Q
?    i
I    s
      CL
      :r
      o
      ^

      q

      3
                            o
                            o
                            w
cf*
2§
                                 n m
                      S5
                      O 03
                 O

                 >
                                          (0
H O
CD Q

3 s
•o w
o &.

5 m
                                          
                                                                r* r* 5"
                                                                Vi V en
                                                                * coo
                                                                -. o cji
                                                                      -O
                                                                      8
                                                                      •o
                                                                   Ag
                                                                   bi 2
                                                                   8
                                                                oj    -» -* 01
                                                                %      *i  %  »
                                                                ro    vi -tk 01
                                                                oo    A oo o
                                                                01    -» o 01
                                                                           >i

                                                                           8s
                                                                        ,*«
                                                                        01 it
                                                                           Q.
<»
-»
to
      -»    OI
                 •CO


                 CO
           •CO

           00

           OI
>4
2
n
n
n
ii
n
n
n
n
n
      i^«
      8
      n
      n
      n
      n
      n
      n
      n
           _»    CO


           -•    M

OI

bi

oo
      u

      o
      •^
      10
                 o
                 CD
00
01


8
                      •o
                      ro
                      -»    O
 J Ul
(O 01 A
01 K> <*>
                                 <» -to
                                 Ol Ol
                            * * •»
                            00 00 O
                                    «• -tO
                                    o o
                                 •CO -CO

                                 O O
                                                              -»co ro Q.
                                                              00 00 >J
                                                           00 -» CD ^
                                               o"

                                    «> «fr 
-------
•n

!'
Q.

31
CD
rn

d-.


CD

3
Q.

O
O
(A
                CO

                er
                n

                §
                i-f
                3
                5
                
X    ^
s    I
g    >
                           8
(0

3
X
                                              CD  
                                                              CO    -•
                                                              0>
                                                                    >J O 00
                                                                    K> CO 00
           •c*
••I*
^J
CO
en
t_»
00
00
II
II
II
II
II
II

1!
II
•CO
ro
00
en
ro
to
II
II
II
II
II
n

1!
II
imm
8
0)
CD
en
CO

•CO
^*
§•

00
ro
O


2
CO
en
CO



^
CO
^
O)



oo
O)
o>
co
CO



•CO
00
p>
b>

-»

•CO
10
en
O
b
2


•CO
10
en
o
b
O)
4k

•CO <0
O> -co O)
xi ro en
oo p> ro
CO 4k 4k
ro o> o>
o> o o>


•CO -CO
O) o O>
•sj ro en
co o ro
*ro Vj V
-> CO >J
CO CO 4k

                         •CO -CO
                         -» ro
                         p ro

                         ro on
                         ^D 00
                         00 ^5
                                              •CO 
                                              -»ro
                                              o ro

                                              si b>
                                              O) 00
                                              oo o
                                            ro 

                                                               co
                                                    ro


                                                    *
                                                    o>

                                                    CO
                                                               •CO
                                                               o
                                                                               ?i
                                                                 *» o  o
                                                         •» -CO <0 -» CD  C
                                                         _. _» (0 -»T3  3
                                                         0> tO M 01 g*  ^

                                                         CO CO CO 4k Q.
                                                         O> CO
                                               •CO -CO <0
                                               O O O
                                             36

-------
 o
1
       x
       o>
       Q.
 O
 o
 a
 2
 (0
 x'
 o
 a
          o    c


          *    8

    31    g    3
    S    g.    3
          3    o
          Q9    r+

          I    9

          c?    I
          o    s
          fa    CD

          *    8.
                  CO    Q
                I    III!
                -*        o  o

                2    =11
                3     c?33

                S    IS§
                «     3  "*  ~*
                         00 >
Consults
Tempora
                                             •3 -^

                                             ®
                                    3    Cf
                                    en    OL

                                 * «    o
                                 » 03    -•
                                 5"?    3
                                 S3    SI
                                                      CD  <6  CD  CD
                                                      <  <  <  <
                                                      SL *_ SL 2.

                                                      - = = 
                                                                   O
                                                                   •o

                                                                  :i
                                                                                        >f

                                                                                        83
                                                                      CO    -» -» <|l 4> §
                                                                      "(O    Vl 4k Ol Ol ft
                                                                      00    4k 00 O CO 2
                                                                      Ol    -» O Ol O &



                                                                               -»• •» <»?
                                                                            «._»_. KJ O
                                                                            CO CO s4 Ol S
                                                                            »  »  •  i  SC
                                                                            oo ro o en °-
                                                                            -» JO 01 CO    35
•CO-
«»
sj

?
b>
ro
co

 II

 11

 II

 It

 li

 li

 li

 II

 li

 II

 II

 II
                                                                               «> 4» •» «
                                                                             •»-»-» ro ®
                                                                             co co %i 01 3.
                                                                             bo io b en Q.
                                                                             -»ro 01 o>
                                                                                        T»
                                                                                        5
                                                                                        •o
         CO
         p

         <0
         ro
         oo
         II
         II
         II
         II
         II

         II
         II
         11
         II
         II
O)
CO
O)
                     — *     00
o
ro
ro
            to
            o>
            ro
            01
            o
            b

            S
co


P
bi
4k
Ol



•»
O)

Ol
0)
CO
CO

S
       ro
       O
•»    ro
oo    01

^    P
CO    O
Ol    CD
01    4k
                           10
                        •+1 •» Qi
                        o ro sj
                        -» sj CO
                        ^   »   •*
                        -» sj CO
                        o oo ro
                        CO 4k Ol
                        CD «> O
                        tD IO xl
                        Ol -» tO

                        b V*  en to
                  o> «n
                  bb «•
                  ro o -»
                  co oo co
 CO sj
01 o oo o
                                 •» <»
                                 -»ro
                                 p u
                                 w oo
                                 >j _»
                                 O 4k
       «»•

MS    S
^00    4k
01 sj    sj
»  *     ^	
-* sj    O
CO O    01
CO CO    CD
                                                                        28°
                           o o    o o
-» -» CD -»'_  _
sj CD CO CD St  **

   SOI 00 Ol
   CO CO sj

Ol CO 00 O
                                                         4» •«. -CO- •» CD
                                                         o o o o Q.
                                                  37

-------
51
«•*
0>
CA
s*
CD
Q.


$
Cft
i-»

3

CA
X
(D
Q.

S1
CD
      TI

      1"
      Q.

      Tl
      CD
      CD
                   O
            Q>
            0)

            Q.

            9
            en
CD
•HI

g

CD
                               CD
                               Q) DO
                               Q. 
                                                           c? r-

                                                           If
                                                                     CO
                                                                     c



                                                                     0)
                                                              33 CO O
                                                              Tl C O
                                                              TJ CT 3
                                                                 O *""*'


                                                              xll
                                                              x 2 o
                                                              ?% ^» *"i
                                         CO
                                         o>
                                        *•
                                         •*
                                         (II
                                         O
                                                           •o
                                                           I

                                               00 ^k A CO O
                                               ^* bi to Vi 2
                                               *<* o> co <*&•
                                               01 o 01 o
                                                           >i
                                         co          _»    o w
                                         CD    00 JD* ^b» 00 ^
                                         V    -* Vi to Vi z*
                                         01    «si o> oo co 2
                                         O    Ol O Ol O
                                                           TI
                                                           3
                                                           n
                                                           ®
                                                           •o
to
Of
00


ro
SJ
      NJ
      O)


      O)
      ro
00
CO


CO
O)
Ol
ro

xi
00
CO
CO
                         CO

                         00
                               •€» <»
                               01 K>
                               -• O)
                               CO -»

                                  00
                O)
                00
                p
                CO
                CO
                00
                   TJ
                   o

             4» «»> O
      «> •(/> ISJ NJ 2
      >j -4 oo cn 2
      %J O 4^ 01 tt
      bi oo oo Vi
      CO (O O "4
      NJ NJ CO O
             •CO
CO
Ol
00
ro
NJ
ro
o>
ro
00
CO
_i
«
CO
o
Ol
ro
xj
00
CO
CO
CO
00
o
00
                               •Cft. -lO-
                               OI N>
                               _* o>
                               CO;-*

                                  00
                                         o
                                         00
                                         00

                                         CO
                                         (O
                                         00
                                               <0 <0 N> N> CD
                                               >J xl 00 01-Q
                                               >J O 4* 01 g
                                               •»   ^  *  ^  CD
                                               C71 00 00 ^^ ^L
                                               CO CO Q >J


                                                           O

                                                           CO
                                               ro ro co
•CO
O
      •OT-
      O
             -co
             O
                         <»
                         o
       -co <»
       O O
-co
O
                                  O O O O
                         38

-------
^    3    H

III


|    8     |

0)           Q)
C?           S
Q.          O.
                 O
O
o

»

2

CA
to
CD
      O


      g
q
3"
S
o

I
«>
r§:

M
CD 	
&g
   CD
                          &
O     O  tD  CD ID
x     <  <  < <
—    SL SL SL £.
q    - = = 3;

3'
S

oT
§•
                                                       II
                                                          00
                                                          01
                                                          w
                                                          CD
                                                                5'
                                              3D &
                                              -n c
                                              T) c
                                      en
                                      o
                                      ro
                                      en
                                      o
                                      ro -» jp»
                                      Vj bi to
                                      ro ro co
                                      en o 01
                                      s> %-»^
                                     Vi en co
                                      ro ro CD
                                      en o en
                                                       o

                                                    Mo
                                                    •  £
                                                    2 S.

                                                    0    i

                                                       >§
                                                       o w
                                                    ro ®
                                                    •  u
                                                    
                                              81
                                              &*
                                            CO Ol 00 00 2,
                                            •  "  *  •  if?
                                            -* o ww g,
                                            o> -» a o .
en    
      O> 00
      en -ft
      *   *
      ro ro
      co oo
      •* co
                                ro
               •CO •» -CO •» ,
               ro ro CD oo
               > ro -»ro
                                00    CD 00 O) CO
                                -»    o> ro oo ^
                                ro    o co oo -»
                  •CO
                  •si
                  p

                  CO
                  00
                  o
                 CD

                 CD
                 CO
                 0>
                             •CO
                             -» -co
                             O> 00
                             en A
                             «  «
                             to ro
                             co oo
                             4^ CD
               •CO
               ro
               ro


               00

               fo
                n
               o oo o a
                   39

-------
£          £
            o
                  PJ»
0
Q,

O
o

a
      CD

      O
     m
     s.

     o
                       0)  CD
                       & CD


                          CD
     o
     8
O

»

q

5

3

£•
cr
o
                                      CD  CD  CO  O
                                      <  <  <  <
                                      CO  

•o :n = o 0) II o . §. (O 3 S Q. ro 01 o i°r*.* Vi en co co ro ro CD -* en o en o •o | o (II O ro — 10 xj en co CD £ ro ro co -» 2 en co en o o t> 4» 4» «fr <»-.-. (0 » p en co co S •^ w o io a 00 CO ? O) 01 10 •» ro 5 8 o> en ro •o O (O 00 o> p co 2 p A CO >J ro ro co en en ro ro co % en >j en <» o *»• •» 5 ro ro CD oo s en w * en » oo o> oo ro co ro CD ro > -»-si co •» «» <» •» to ro CD oo en co ^ en -* xl CO o CO -» -* O •» <* o o <»<»<»<» A OO O O Q. 40


-------
o     x"    °

£.§.£.
           a.

           o
                 o
            o
            r*

            I
            q

            I
            r*

            O
            o

            §
o 7

S  i-
5 CO
                             m
                             a.
                               o


                               I
-H    r- r- r- r-
O    CD  CD  CD  w

SI    <£, JB, JD, *,

5    - = = 2

5

3


C
o-
o
                          09
                          «  sr

                         ll
                                                               O    3J 0
                                                               •Q    TI C


                                                               5*    a* £

                                                               3    X §
                                                               TJ    X »•

                                                               5    xs
                                                               if    x <:
                                                      o
                                                      •D

                                                    "8
                          K>    ro — 4k „ „

                          —    Vj bi to to g
                          01    ro M co -» °-
                                     en
                                     o
                                ro ro to
                                01 o tn o
                                                      >i

                                                      83
                                     M    ro -*.w«

                                     -»    xj tn to to S
                                     tn    ro ro to -* S
                                           tn O cm o

                                                      •o

                                                      o

                                           «•-»-* co 2
                                           to tn to o o
                                           •   •   •  «  =
                                           00 O O> CO °-
                                           -» 00 CD -•    jj
                                                         o>

                                                      c^«
                                              •»•»•»
                                           •»-»-• to,
                                           co en to p ^

                                           bo b b> to 2
                                           -* oo o> -» KL

                                                      TJ
O)

to

to


O


•CO-
CO
>J
CO

CO
o
to
           o>
           ro
           (O
                       to
                 >J  to
co    ro    en    xj ro
O)
ro
to
            to
       >i to
                            4» -W

                            O O
        ro
        to
        >*

        a>
ro
(O
•si

01
      <»«»•«» •» o
      ro ro to oo^
      o>*.poo|

      ^SgS.
            oo en
                               <» <»<»<» m
                               o o o o a
                      41

-------
                   o
                   0?
                   o
                   09
                   Q.
                   CD
                   Q.


                   ST
                   o-
                   o
CD  CD fl>


CD  CO 

it f+ "•no > 5' 5' w 3 3 CO C 3 09 a co •n c jar x X 00 X t) 5 o o> N) CJI CO -> g tn to ro "• ro O o O o> to O1 CO -» 01 CD N) NJ O O I CD Q. 13 O? Q. CO t CO «• •» <» ro co -»^ CD 10 xj 2 * % * 52 O -4 0> 2 O 09 01 °- CO O> -^ O) 10 to 0> xj Xj O> ro ro oo ro ro to -» tn to oo to en e. Vj bi oo § oo eo co o> ro — to Q. 42


-------
                 §
                 o
                 OB
                 Q.
                 

5* Q. 33 Ti TJ X X X X (O en tti 01 * * * sss •CO N> en <» CD *>J Ol M <»•<»•<» O) CO W * 01 ">j -* oo 01 *k ODO O 01 oo O) «» - ^r * f+ 00 00 3 — • on


-------
          I
                 O
  a  CD
          o
          Q.

          ST
          o-
          o
          CO
          OT
(/>





2. —

3 3
                          _

                        S £
                        O ?
                        o
                        •o
                        o
                  3) (O
                  •n c
                  TJ cr
                  ^ o
                  'fc o
                  X 3
                  X ^



                  II
                  X -•

                  X DO
                  X
00 (O -^
^ o o
                        rf
                        -o

                 fVh » % K fltt

                        ?
01 CD 4V
ro
                        9
                      s CD
                 S88
                 •OK «• •» Q

                 CO xj CD2

                 O> Nl 00 %.
           M
           §     §
  <»   o

.8P-S1
O) CD OB 2
  M 00 °-
  O O
          P

          Sj

          CO

          (O
•«» ^

PP.
xj O
co o>
en xj
           tn
           «
           •si
           ro
co oo
to en
on co
44

-------
             o1
             s?
             s
             Q.
             O
             0.

             £"
             o-
             O
             w
             en
             w
(BOO
<  < .<
CD  q> q>
                                o
             TJ
             O


             §'
             a
  o  o
  5" 5*
  3  a
3J W C.

Tl C O
TJ  o
                       _> n
                   *. (O W

                   W -» O>
             ifr
             N)
             NJ

             Vi
             00
             u
             10



             Vj


             O)
             a>

             8
             >j
«« „«

0-0)°

- V"-»S
*«N|0.
w en >

      >
  4»  O
•€» —* <» Q

>»P*« >


§ssM
                         i>3
•CO  •«•

.w«.,w
O 00 O
NJ CO 4v
-» 0> O
45

-------
Price Analysis on
Proposals Submitted by
Offerer A, Offerer B,
Offerer C, Offerer D,
Offerer E, Offerer F,
Offerer G, and Offerer H
Wxxxxxx-xx
Prepared By:
Dated:
Washington Cost Advisory Operations
April 15, 199x
                 46

-------
                          April 15, 199x
MEMORANDUM

SUBJECT;  Price Analysis on Proposals Submitted by
          Offerer A, Offerer B, Offerer C, Offeror D,  Offerer E,
          Offerer F, Offeror G, and Offeror H  for Wxxxxxx-xx

FROM:     John Doe, Auditor
          Washington Cost Advisory Operations  (PM-214-F)

THRU:     James Doe, Chief
          Washington Cost Advisory Operations  (PM-214-F)

TO:       Tony Doe, Contract Specialist
          Administrative Contracts Procurement Section (PH-214-F)

In  response  to  your  request,  dated March   23,  I99x,  we  have
performed a price analysis of the eight price proposals in response
to the subject RFP.  The offerers price proposals including amounts
contained in this report have not been subjected to cost analysis.
More specifically we express no opinion as to  the accuracy of the
proposed prices.  The results of bur price analysis of the subject
offerers proposals are discussed below and summarized as follows:
 Contractor
          Price
       Proposed
Offeror A
Offeror B
Offeror C
Offeror C
Offeror D
Offeror E
Offeror F
Offeror G
Offeror H
     $12,831,600
      10,412,725
(Peak)  15,492,800
(Off)  11,835,600
      10,155,528
      11,982,000
       9,022,200
       8,386,963
      12,876,152
     WCAO
Calculation*

 $14,831,600
  10,412,725
  17,092,800
  13,435,600
  10,156,328
  11,982,000
   9,022,200
   8,388,000
  12,789,860
Difference

 ($2,000,000)
      -0-
  (1,600,000)
  (1,600,000)
        (800)
      -0-
      -o-
      (1,037)
      86,292
(  ) Indicates an upward adjustment
*The  results of  the government  technical  report were  not made
available for incorporation  into this report.  We were unable  to
reach a definitive conclusion regarding the acceptability of all
quantitative  and qualitative  aspects of  the proposal  by other
available  audit procedures.   Accordingly,  the results  of this
review  are  qualified to  the  extent that  other  costs  may   be
questioned as a result of the Government technical evaluation.
                                47

-------
Our review was limited to the following:

RFP Compliance

     (a)  Determining if the offerers proposals are
          mathematically correct.
     (b)  Determining if adequate SF 1411s are provided.
     (c)  Determining if current financial statements are
          provided.
     (d)  Determining if RFP specified labor hours and categories
          are proposed.
     (e)  Determining the basis of proposed burdened labor rates.
     (f)  Determining if adequate support exists for base labor
          rates.
     (g)  Determining if adequate support exists for indirect
          rates.
     (h)  Determining if other direct costs are proposed in
          accordance with the RFP.
     (i)  Commenting on other pertinent contract issues (i.e.
          FCCOH, CAS, accounting system, etc.).

Comparative Price Analysis

     (1)  Comparative analysis of proposed prices and WCAO
          determined prices.
     (2)  Comparative analysis of proposed burdened labor rates
          for each RFP specified category, for the base period.
     (3)  Comparative analysis of proposed and average proposed
          burdened labor rates for each RFP specified category,
          for all periods.

Based on the above review we have identified potential problems
and prepared cost interrogatories for each offerer.

The results of our review of the individual offerers are as
follows:

l.  Offerer A RFP Compliance.  The difference of ($2,000,000)
between the price proposed and WCAO's calculation is due to
Offerer A's failure to propose RFP specified ODCs.  No other
adjustments were made to the offerer's price proposal.

Our review of the offerer's RFP compliance is summarized as
follows:

    a.  Mathematical Accuracy.  Offerer A's price proposal is
mathematically correct.

    b.  Adequate SF 1411s.  Offerer A has failed to provide
adequate SF 1411s or SF 1412s.  It is Offerer A's contention that
they are exempt from providing detail cost data based on FAR
                                48

-------
15.804—3 Exemptions from or waiver of submission of certified
cost and pricing data.

Offerer A states they are exempt "under the following two
exceptions that appear in FAR section 15.804-3:

          (1) Adequate competition; and

          (2)  Established catalog or market prices of commercial
          items sold in substantial quantities to the general
          public."

Based on WCAO's interpretation of this clause there is no
exemption for "adequate competition."  Further, the offeror fails
the test for exemption from "adequate price competition," since
this procurement will not be awarded based on price competition.
Section M.4 of the RFP states, "for this solicitation, technical
quality is more important than cost or price."

Since the offeror failed to provide adequate SF 1412s we can not
determine exemption based on "established catalog or market
prices..."

Based on the above WCAO recommends the offeror be required to
submit a completed SF 1411 and supporting data, as required by
section L.16(b)(l) of the RFP.

    c.  Current Financial Statementa.  Offeror A stated, "they do
not have audited financial statements."  The RFP does not require
audited financial statements.  It does, however, require "a
current financial statement, including a balance sheet and
statement of profit and loss for the last completed fiscal
period."

Based on the above WCAO recommends the offeror be required to
submit current financial statements, as required by section
L.l6(b)(1)(iii) of the RFP.

    d.  RFP Specified Labor Hours and Categories.  Offeror A has
proposed the RFP specified labor hours and categories.

    e.  Burdened Labor Rates.  Offeror A failed to provide the
basis of their proposed burdened labor rates.  Accordingly, WCAO
is unable to determine the individual components that were used
to develop the proposed rates.

Based on the above WCAO recommends the offeror be required to
indicate the basis of their proposed burdened labor rates.

    f.  Base Labor Rates.  Offeror A failed to provide the
detailed support for base labor rates.


                                49

-------
              Offerer A has not specifically addressed project management or
              clerical labor in their cost proposal.

              Based on the above WCAO recommends the  offeror be required to
              submit supporting data for their direct labor rates,  as required
              by section L.l6(b)(2)  of the RFP.

                  g.  Indirect Rates.  Offeror A failed to provide  detailed
              cost data on their indirect rates.

              Based on the above WCAO recommends the  offeror be required to
              submit detailed supporting computations for their indirect rates
              as required by section L.16(b)(3)  of the RFP.

                  h.  Other Direct Costs (ODCs).  Offeror A has failed to
              include the RFP specified ODCs in their price proposal.   WCAO has
              included the RFP specified amounts for  ODCs in our calculation.

              Based on the above WCAO recommends the  offeror be required to
              propose ODCs in accordance with the RFP.

                  i.  Other Matters.

                      (1)   Facilities Capital Cost of Money (FCCOM).   The
              offeror has not proposed FCCOM,  as a separate line item.   We can
              not determine if FCCOM is included in the proposed burdened labor
              rates.

              Based on the above WCAO recommends the  offeror state  whether they
              have or have not proposed FCCOM.

                      (2)   Cost Accounting Standards.   Offeror A stated they
              are not performing any CAS-covered national defense contracts or
              subcontracts.

              Based on the above Offeror A is not a CAS-covered concern.

                      (3)   Accountiaa System.   We are unable to determine if
              the offeror has an acceptable accounting system.

              Based on the above WCAO recommends the  offeror be requested to
              provide a narrative description of their accounting system.   This
              narrative should fully explain the offerer's time keeping system
              and job (project)  cost accounting system.   Further, they should
              provide a listing of the ledgers and journals included  in these
              systems along with a brief description  of each.

                      (4)   Financial Capability,  since the offeror has failed
              to provide current financial statements we can not comment on
              financial capability.

              Based on the above WCAO recommends the  offeror be required to

                                             50
_

-------
submit current financial statements, as required by section
L.16(b)(1)(iii) of the RFP.

         (5)  Representations. Certifications and Other statements
of Offerer.  Offerer A failed to complete Section K.23(l) and
(m), of the RFP.

Based on the above WCAO recommends the offerer be required to
complete Section K, of the RFP.

2.  offerer B RFP compliance.  WCAO has made no adjustments to
the offerer's price proposal.

Our review of the offerer's RFP compliance is summarized as
follows:
    a.  Mathematical Accuracy.
mathematically correct.
Offerer B's price proposal is
    b.  Adequate 8F 1411.  Offerer B has provide a SF 1411 for
the total proposed contract period, for themselves and their
proposed subcontractor XYZ.  Offeror B has also provided
schedules identifying cost or pricing data for each proposed
period.

    c.  Current Financial Statements.  Offeror B has provided
financial statements for the twelve months ending September 30,
1991.  The proposed subcontractor XYZ did not provide financial
statements.

Since XYZ's proposed subcontract price is over $1,000,000 WCAO
recommends they be required to submit current financial
statements, as described in section L.16(b)(1)(iii) of the RFP.


proposed the RFP specified labor hours and categories.

    e.  Burdened Labor Rates.  Offeror B has provided detailed
support on the method used in computing their proposed burdened
labor rates.  XYZ has failed to provide detailed support for
their burdened labor rate.  Accordingly, WCAO is unable to
determine the individual components that were used to develop the
proposed rates.

Based on the above WCAO recommends the subcontractor be required
to indicate the basis of their proposed burdened labor rates.

    f.  Base Labor Rates.  Offeror B has provided partial support
for their base labor rates.  However, they did not provide the
detailed individual or category rate data.  XYZ failed to provide
the detailed support for base labor rates.
                                51

-------
Offerer B has indicated that clerical hours are estimated to be
two percent of direct hours.  Offerer B has factored $.2922 per
direct hour into their proposed rates.  This rate was computed as
follows:

     (800 hrs. x $14.61 - $11,688)/40,000 hrs. = $.2922 per hr

Offerer B has not specifically addressed project management in
their cost proposal..

Based on the above WCAO recommends the offerer and their proposed
subcontractor be required to submit supporting data for their
direct labor rates, as required by section L.16(b)(2) of the RFP.

    g.  Indirect Rates.  Offerer B has provided detailed pool and
base data for their proposed indirect rates.

XYZ failed to provide.detailed indirect rate data.

Based on the above WCAO recommends the proposed subcontractor be
required to submit detailed supporting computations for their
indirect rates as required by section L.16(b)(3) of the RFP.

    h.  Other Direct Coats (OPCs).  Offerer B has proposed ODCs
in accordance with the RFP.  WCAO noted no ODCs were allocated to
the proposed subcontractor.

    i.  Other Matters.

        (!)•  Facilities Capital Cost of Money (FCCOM1.  The
offeror has not proposed FCCOM.

Accordingly, WCAO recommends the clause in FAR 52.215-31 which
waives the right to claim FCCOM be inserted into any resultant
contract.

XYZ has not proposed FCCOM, as a separate line item.  We can not
determine if FCCOM is included in the proposed burdened labor
rates.

Based on the above WCAO recommends the offeror state whether they
have or have not proposed FCCOM.

        (2)  Cost Accounting standards.  Offeror B is a small
business concern and therefore is not CAS-covered.

XYZ is an 8(a) business concern and therefore is not CAS-covered.

        (3)  Accounting System.  We are unable to determine if
the offeror and there proposed subcontractor have acceptable
accounting systems.


                                52

-------
Based on the above WCAO recommends the offerer and their proposed
subcontractor be requested to provide a narrative description of
their accounting systems.  This narrative should fully explain
their time keeping systems and job (project) cost accounting
systems.  Further, they should provide a listing of the ledgers
and journals included in these systems along with a brief
description of each.

        (4)  Financial Capability.  WCAO performed the following
ratio analysis on the financial statements  (FYE September 30,
1991) provided by Offerer B.

                                            Potential
                                            Financial
    Ratios                  value            Jeopardy

    Current                  2.69             Remote
    Acid Test                2.69             Remote
    Z Score                  4.37             Remote

Based on the above ratios potential financial jeopardy is remote.

Offeror B's financial statements are unaudited.  WCAO places less
reliance on unaudited financial statements than those prepared by
an independent Certified Public Accounting firm.

The proposed subcontractor XYZ did not provide financial
statements.  Accordingly, we can not review financial capability.

Since XYZ's proposed subcontract price is over $1,000,000 WCAO
recommends they be required to submit current financial
statements, as described in section L.16(b)(l)(iii) of the RFP,
for evaluation.

   (5)  Representations, Certifications and Other Statements of
Offeror.  Offeror B completed Sections K, as required.

XYZ failed to complete Section K of the RFP.

Based on the above WCAO recommends the proposed subcontractor be
required to complete Section K, of the RFP.

3.  Offeror C RFP Compliance.  Offeror C has proposed two fixed
hourly rates for each personnel classification, for each
performance period.  Offeror C has proposed a "peak rate" (12/1 -
3/31) and an "off peak rate" (4/1 - 11/30).  Based on a telephone
conversation with Mr. Edward J. Donahue, III, Principal, the
proposed contract value will be determined based on when the work
is planned.  Accordingly, when a work order is issued Offeror C
"will develop a detailed plan, including an estimate of hours
required by category by month."  Further, "based on the planned
period during which the hours are expected to be work, Offeror C

                                53

-------
will apply the billing rates related to each planned month of
effort  (each month individually being considered "peak" or "off
peak.)"

WCAO has no objection to two rates being included in the
contract, since it seems to be in the Government's best interest.
However, since the RFP is silent regarding when the proposed
effort will occur WCAO can not assume when the work will be
performed.  Accordingly, we have evaluated the price with all
hours at the "peak rate" and all hours at the "off peak rate."
The contract value would be somewhere between these amounts.

The difference of ($1,600,000) between the price proposed and
WCAO's calculation is due to Offerer C's failure to propose RFP
specified ODCs, for all periods.  No other adjustments were made
to the offerer's price proposal.   .       I

Our review of the offerer's RFP compliance is summarized as
follows:

    a.  Mathematical Accuracy.  Offeror C's price proposal is
mathematically correct with two exceptions.   For Option Period 2
at the "peak rate" the offeror has proposed $,2,996,400.  WCAO's
calculation for this effort is $2,996,000.  Also, for Option
Period 1 at the "off peak rate" the offeror has proposed
$2,134,400.  WCAO's calculation for this period is $2,135,200.
No other errors were noted in the.offerer's calculations.

    b.  Adequate SF 1411s.  Offeror C has provided a SF 1411.
However, they failed to complete item no. 6.

    c.  Current Financial statements,  offeror C has not provided
current financial statements.  They provided financial statements
for the period ending September 30, 1990.

Based on the above WCAO recommends the offeror be required to
submit current financial statements, as required by section
L.16(b)(1)(iii) of the RFP.

    d.  RFP Specified Labor Hours and Categories.  Offeror c has
proposed the RFP specified labor hours and categories.

    e.  Burdened Labor Rates.  Offeror C failed to provide the
basis of their proposed burdened labor rates.  Accordingly, WCAO
is unable to determine the individual components that were used
to develop the proposed rates.  Further, Offeror C has stated
they "intend to engage several regional CPA firms ..., as
subcontractors in this project, to work at the locations
indicated ..."  No individual support was supplied for these
subcontractors.

Based on the above WCAO recommends the offeror be required to

                                54

-------
indicate the basis of their proposed burdened labor rates,
including all proposed subcontract effort.

    f.  Base Labor Rates.  Offerer C failed to provide the
detailed support for base labor rates.

Offerer C has not specifically addressed project management or
clerical labor in their cost proposal.

Based on the above WCAO recommends the offerer be required to
submit supporting data for their direct labor rates, as required
by section L.16(b)(2) of the RFP.

    g.  Indirect Rates.  Offeror C failed to provide detailed
cost data on their indirect rates.

Based on the above WCAO recommends the offerer be required to
submit detailed supporting computations for their indirect rates
as required by section L.16(b)(3) of the RFP.

    h.  other Direct Costs (ODCs).  Offeror C has failed to
include the RFP specified ODCs, for all periods.  WCAO has
included the RFP specified amounts for ODCs in our calculation.

Based on the above WCAO recommends the offerer be required to.
propose ODCs in accordance with the RFP.

    i-  other Matters.

        (1)  Facilities Capital Cost of Money CFCCOH).  The
offerer has not proposed FCCOM, as a separate line item.  We can
not determine if FCCOM is included in the proposed burdened labor
rates.

Based on the above WCAO recommends the offerer state whether they
have or have not proposed FCCOM.

        (2)  Cost Accounting Standards.  Offeror C is a small
business concern and therefore is not CAS-covered.

        (3)  Accounting system.  We are unable to determine if
the offerer has an acceptable accounting system.

Based on the above WCAO recommends the offerer be requested to
provide a narrative description of their accounting system.  This
narrative should fully explain the offerer's time keeping system
and job (project) cost accounting system.  Further, they should
provide a listing of the ledgers and journals included in these
systems along with a brief description of each.

        (4}  Financial Capability.  Offeror C has failed to
provide current financial statements.  However, WCAO has

                                55

-------
performed the following ratio analysis on the statements (fiscal
year 1990) provided by Offerer C.

                                            Potential
                                            Financial
    Ratios                  Value            Jeopardy

    Current                  4.13             Remote
    Acid Test                4.13             Remote
    Z Score                  5.28             Remote

Based on the above ratios potential financial jeopardy is remote.

Offerer C's financial statements are not current and are
unaudited.  WCAO places less reliance on unaudited financial
statements than those prepared by an independent Certified Public
Accounting firm.

Based on the above WCAO recommends the offeror be required to
submit current financial statements, as required by section
L.16(b>(1)(iii) of the RFP.

        (5)   Representations. Certifications and Other Statements
of Offerer.   Offerer C failed to complete Section K.lO of the
RFP.

Based on the above WCAO recommends the offerer be required to
complete Section K, of the RFP.

4.  Offerer D RFP Compliance.  WCAO has made an $800 adjustment
to the offerer's price proposal due to a math error.

Our review of the offerer's RFP compliance is summarized as
follows:

    a.  Mathematical Accuracy.  WCAO discovered an error in
Option 2 for the Senior Accountant category.  The offerer's
extended amount totals $652,000.  WCAO calculated this category
to be $652,800.  No other errors were noted in the offerer's
calculations.

    b.  Adequate SF 1411s.  Offerer D has provided a SF 1411 for
the base period only.

Based on the above WCAO recommends the offerer be required to
submit a completed SF 1411 as required by section L.16(b)(1) of
the RFP.

    c.  current Financial Statements.  Offerer D has provided
financial statements for the twelve months ending Hay 31, 1991.

    d.  RFP Specified LaborHours andCategories.  Offerer D has

                                56

-------
proposed the RFP specified labor hours and categories.

    e.  Burdened Labor Rates.  Offerer D has provided detailed
support on the method used in computing their proposed burdened
labor rates.
    f.  Base Labor Rates.  Offerer D failed to provide the
detailed support for base labor rates.

Offerer D has not specifically addressed project management or
clerical labor in their cost proposal.

Based on the above WCAO recommends the offerer be required to
submit supporting data for their direct labor rates, as required
by section L.l6(b)(2) of the kFP.

    g.  Indirect Rates.  Offerer D has failed to provide detailed
data for their proposed 61.2 percent indirect rate.

Based on the above WCAO recommends the offerer be required to
submit detailed supporting computations for their indirect rates
as required by section L.16(b)(3) of the RFP.

    h.  Other Direct Costs fODCs).  Offeror D has proposed ODCs
in accordance with the RFP.

    i.  Other Matters.

        (1)  Facilities Capital Cost of Moaev (FCCOM).  The
offeror has not proposed FCCOH.

Accordingly, WCAO recommends the clause in FAR 52.215-31 which
waives the right to claim FCCOM be inserted into any resultant
contract or subcontract.

        (2)  Cost Recounting Standards.  Offeror D stated they
are not performing any CAS-covered national defense contracts or
subcontracts.

Based on the above Offeror D is not a CAS-covered concern.


        (3)  Accounting System.  We are unable to determine if
the offeror has an acceptable accounting system.

Based on the above WCAO recommends the offeror be requested to
provide a narrative description of their accounting system.  This
narrative should fully explain the offerer's time keeping system
and job (project) cost accounting system.  Further, they should
provide a listing of the ledgers and journals included in these
systems along with a brief description of each.


                                57

-------
        (4)  Financial Capability.  WCAO performed the following
ratio analysis on the financial statements (FYE May 31, 1991)
provided by Offerer D.
    Ratios

    Current
    Acid Test
    Z Score
Value

 3.11
 1.29
 5.92
Potential
Financial
 Jeopardy

  Remote
  Remote
  Remote
Based on the above ratios potential financial jeopardy is remote.

Offeror D's financial statements are unaudited.  WCAO places less
reliance on unaudited financial statements than those prepared by
an independent Certified Public Accounting firm.

        (5)  Representations. Certifications and Other statements
of Offeror.  Offeror D failed to complete Sections K.I and
K.23(m) of the RFP.

Based on the above WCAO recommends the offeror be required to
complete Section K, of the RFP.

5.  Offeror E RFP Compliance.  WCAO has made no adjustments to
the offerer's price proposal.

Our review of the offerer's RFP compliance is summarized as
follows:

    a.  Mathematical Accuracy.  Offeror E's price proposal is
mathematically correct.

    b.  Adequate SF 1411s.  Offeror E has failed to provide
adequate SF 1411s.

Based on the above WCAO recommends the offerer be required to
submit completed SF 1411s, as required by section L.16(b)(l) of
the RFP.

    c.  Current Financial statements.  Offeror E failed to
provide current financial statements.

Based on the above WCAO recommends the offerer be required to
submit current financial statements, as required by section
L.16(b)(1)(iii) of the RFP.

    d.  RFP Specified Labor Hours and categories.  Offeror E has
proposed the RFP specified labor hours and categories with one
exception.  Offeror E has proposed a staff accountant in the
place of the junior accountant.  The description of the offerer's
                                58

-------
staff accountant is the same as the RFP description for junior
accountant.

    e.  Burdened Labor Rates.  Offerer E has provided detailed
support on the method used in computing their proposed burdened
labor rates.

    f.  Base Labor Rates.  Offerer E failed to provide the
detailed support for base labor rates.

Offerer E has not specifically addressed project management or
clerical labor in their cost proposal.

Based on the above WCAO recommends the offerer be required to
submit supporting data for their direct labor rates, as required
by section L.16(b)(2) of the RFP.

    g.  Indirect Rates.  Offerer E has failed to provide detailed
data for their proposed indirect rates.

Based on the above WCAO recommends the offeror be required to
submit detailed supporting computations for their indirect rates
as required by section L.16(b)(3) of the RFP.

    h.  Other Direct Costs (ODCsl.  Offerer E has proposed ODCs
in accordance with the RFP.

    i.  Other Matters.

        (1)  Facilities Capital Cost of Money fFCCOMl.  The
offerer has not proposed FCCOM.

Accordingly, WCAO recommends the clause in FAR 52.215-31 which
waives the right to claim FCCOM be inserted into any resultant
contract or subcontract.

        (2)  Cost Accounting Standards.  Offerer E is a small
business concern and therefore is not CAS-covered.

        (3)  Accounting System.  We are unable to determine if
the offerer and there proposed subcontractor have acceptable
accounting systems.

Based on the above WCAO recommends the offerer and their proposed
subcontractor be requested to provide a narrative description of
their accounting systems.  This narrative should fully explain
their time keeping systems and job (project) cost accounting
systems.  Further, they should provide a listing of the ledgers
and journals included in these systems along with a brief
description of each.

        (4)  Financial Capability.  Since the offerer has failed

                                59

-------
to provide current financial statements we can not comment on
financial capability.

Based on the above WCAO recommends the offerer be required to
submit current financial statements, as required by section
L.16(b>(1)(iii) of the RFP.
        (5)  Representations,
of Offerer.  Offerer E failed
of the RFP.
Certifications and other Statements
to complete Section K.23(f)(1)(m),
Based on the above WCAO recommends the offerer and their proposed
subcontractor be required to complete Section K, of the RFP.

6.  Offerer F.  WCAO has made no adjustments to the offerer's
price proposal.

Our review of the offerer's RFP compliance is summarized as
follows:

    a.  Mathematical Accuracy.  Offerer F's price proposal is
mathematically correct.

    b.  Adequate SF 1411.  Offerer F has provided SF 1411s for
the total proposed contract period.  Offerer F has also provided
schedules identifying cost or pricing data for each proposed
period.

    c.  Current Financia1 8tatements,  Offeror F has not provided
current financial statements.  They provided financial statements
for the period ending December 31, 1990.

Based on the above WCAO recommends the offerer be required to
submit current financial statements, as required by section
L.16(b)(1)(iii) of the RFP.

    e.  Burdened Labor Rates.  Offerer F has provided detailed
support on the method used in computing their proposed burdened
labor rates.
    f.  Base Labor Rates.  Offerer F failed to provide the
detailed support for base labor rates.

Offerer F has not specifically addressed project management or
clerical labor in their cost proposal.

Based on the above WCAO recommends the offerer be required to
submit supporting data for their direct labor rates, as required
by section L.16{b)(2) of the RFP.

    g.  Indirect Rates.  Offerer F has failed to provide detailed

                                60

-------
              data for their proposed indirect rates.

              Based on the above WCAO recommends the offerer be required to
              submit detailed supporting computations for their indirect rates
              as required by section L.16(b)(3)  of the RFP.

                  h.  Other Direct Coats fODCs).  Offerer F has proposed ODCs
              in accordance with the RFP.

                  i.  Other Matters.

                      (1)   Facilities Capital Cost of Money fFCCOMl.   The
              offeror has not proposed FCCOM.

              Accordingly, WCAO recommends the clause in FAR 52.215-31 which
              waives the right to claim FCCOM be inserted into any resultant
              contract or subcontract.

                      (2)   Cost Accounting Standards.   Offeror F is a small
              business concern and therefore is not CAS-covered.

                      (3)   Accounting system.  We are unable to determine if
              the offeror and there proposed subcontractor have acceptable
              accounting systems.

              Based on the above WCAO recommends the offeror and their proposed
              subcontractor be requested to provide a narrative description of
              their accounting systems.  This narrative should fully explain
I              their time keeping systems and job (project) cost accounting
              systems.  Further, they should provide a listing of the ledgers
              and journals included in these systems along with a brief
1              description of each.

                      (4)   Financial Capability.  Offeror F has failed to
              provide current financial statements.  However,  WCAO has
              performed the following ratio analysis on the statements (fiscal
              year 1990) provided by Offeror F.

                                                          Potential
                                                          Financial
                  Ratios                  Value            Jeopardy

                  Current                  7.42             Remote
                  Acid Test                7.42             Remote
                  Z Score                  8.55             Remote

              Based on the above ratios potential financial jeopardy is remote.

              Offeror F's financial statements are not current and are
              unaudited.  WCAO places less reliance on unaudited financial
              statements than those prepared by an independent Certified Public
              Accounting firm.

                                              61
L

-------
Based on the above WCAO recommends the offerer be required to
submit current financial statements, as required by section
L.16(b)(1)(iii) of the RFP.

        (5)  Representations. Certifications and Other statements
of Offerer.  Offeror F completed Sections K, as required.
                                     i
7.  offeror G RFP Compliance.  WCAO has made an $1,037 adjustment
to the offerer's price proposal due to a math error.

Our review of the offerer's RFP compliance is summarized as
follows:

    a.  Mathematical Accuracy.  WCAO discovered an error in the
base period.  The offerer's extended amount totals $1,584,563.
WCAO calculated this category to be $1,585,600.  No other errors
were noted in the offerer's calculations.

    b.  Adequate SF 1411.  Offeror G has provide SF 1411s for
each proposed contract period.

    c.  Current Financial Statements.  Offeror G has provided
financial statements for the twelve months ending December 31,
1991.

    e.  Burdened Labor Rates.  Offeror G has provided detailed
support on the method used in computing their proposed burdened
labor rates.

    f.  Base Labor Rates.  Offeror G failed to provide the
detailed support for base labor rates.

Offeror G has not specifically addressed project management or
clerical labor in their cost proposal.

Based on the above WCAO recommends the offerer be required to
submit supporting data for their direct labor rates, as required
by section L.16(b)(2) of the RFP.


    g.  Indirect Rates.  Offeror G has failed to provide detailed
data for their proposed indirect rates.

Based on the above WCAO recommends the offerer be required to
submit detailed supporting computations for their indirect rates
as required by section L.16(b}(3) of the RFP.

    h.  Other Direct Costs (ODCs).  Offeror G has proposed ODCs
in accordance with the RFP.

    i.  Other Matters.


                                62

-------
         (1)  Facilities Capital Coat of Money (FCCOM1.
offerer has not proposed FCCOH.
                            The
Accordingly, WCAO recommends the clause in FAR 52.215-31 which
waives the right to claim FCCOM be inserted into any resultant
contract or subcontract.

        (2)  Cost Accounting Standards.  Offerer G is a small
business concern and therefore is not CAS-covered.

        (3)  Accounting Bysten.  We are unable to determine if
the offeror and there proposed subcontractor have acceptable
accounting systems.

Based on the above WCAO recommends the offerer and their proposed
subcontractor be requested to provide a narrative description of
their accounting systems.  This narrative should fully explain
their time keeping systems and job (project) cost accounting
systems.  Further, they should provide a listing of the ledgers
and journals included in these systems along with a brief
description of each.

        (4)  FinancialCapability.  WCAO performed the following
ratio analysis on the financial statements  (FYE Hay 31, 1991)
provided by Offerer G.
    Ratios

    Current
    Acid Test
    Z Score
Value

11.39
11.39
10.48
Potential
Financial
 Jeopardy

  Remote
  Remote
  Remote
Based on the above ratios potential financial jeopardy is remote.

Offerer G's financial statements are unaudited.  WCAO places less
reliance on unaudited financial statements than those prepared by
an independent Certified Public Accounting firm.

        (5)  Representations* Certifications and Other Statements
of Offerer.  Offerer G completed Sections K, as required.

8.  Offerer H RFP Compliance.  WCAO has made an $86,292
adjustment to the offerer's price proposal due to a math error.

Our review of the offerer's RFP compliance is summarized as
follows:

    a.  Mathematical Accuracy.  WCAO discovered an error in
Option Period 2.  The offerer's extended amount totals
$2,640,944.  WCAO calculated this period to be $2,554,652.  No

                                63

-------
other errors were noted  in the offerer's calculations.

    b.  Adequate SF  1411.  Offerer H has provided a SF 1411 for
the base period only.

Based on the above WCAO  recommends the offerer be required to
submit completed SF  1411s, as-required by section L.16(b)(l) of
the RFP.
    c.  'Current Financial Statements.  Offeror H has provided
financial statements for the twelve months ending December 31,
1991.

    d.  RFP Specified Labor Hours and Categories.  Offeror H has
proposed the RFP specified labor hours and categories.

    e.  Burdened Labor Rates.  Offeror H has provided detailed
support on the method used in computing their proposed burdened
labor rates.  However, the offerer has proposed subcontract
effort.  No detail is provided on how the subcontractors cost
data is included in the burdened rate.

WCAO recommends the offerer be required to show how
subcontractor cost data is factored into the proposed burdened
rates.

    f.  Base LaborRates.  Offeror H failed to provide the
detailed support for base labor rates.

Offeror H has not specifically addressed project management or
clerical labor in their cost proposal.

Based on the above WCAO recommends the offerer be required to
submit supporting data for their direct labor rates, as required
by section L.16(b)(2) of the RFP.
    g.  Indirect Rates.  Offeror H has failed to provide detailed
data for their proposed indirect rates.
    ?

Based on the above WCAO recommends the offerer be required, to
submit detailed supporting computations for their indirect rates
as required by section L.16(b)(3) of the RFP.

    h.  Other Direct Costs (ODCs).  Offeror H has proposed ODCs
in accordance with the RFP.

    i.  Other Matters.

        (1)  Facilities Capital Cost ef Money (FCCOM).  The
offerer has not proposed FCCOM.

                                64-

-------
Accordingly, WCAO recommends the clause in FAR 52.215-31 which
waives the right to claim FCCOH be inserted into any resultant
contract or subcontract.

        (2)  Coat Accounting standards.  Offerer H is a small
business concern and therefore is not CAS-covered.

        (3)  Accounting System.  We are unable to determine if
the offerer and there proposed subcontractor have acceptable
accounting systems.

Based on the above WCAO recommends the offeror and their proposed
subcontractor be requested to provide a narrative description of
their accounting systems.  This narrative should fully explain
their time keeping systems and job (project) cost accounting
systems.  Further, they should provide a listing of the ledgers
and journals included in these systems along with a brief
description of each.

        (4)  Financial Capability.  WCAO performed the following
ratio analysis on the financial statements (FYE December 31,
1991) provided by Offeror H.
    Ratios

    Current
    Acid Test
    Z Score
Value

 1.60
 1.60
 3.79
Potential
Financial
 Jeopardy

  Remote
  Remote
  Remote
Based on the above ratios potential financial jeopardy is remote.

Offeror H's financial statements are unaudited.  WCAO places less
reliance on unaudited financial statements than those prepared by
an independent Certified Public Accounting firm.

        (5)  Representations. Certifications and Other statements
of Offeror.  Offeror H and their proposed subcontractors omitted
or failed to complete many parts of Section K, of the RFP.  Many
items were indicated "Not Applicable" (N/A) that should have been
completed.

Based on the above WCAO recommends the offeror and their proposed
subcontractors be required to resubmit Section K, Representations
and Certifications, completely filled out.

7-  Comparative Price Analysis Exhibits.  WCAO has prepared
tables and graphs comparing prices and rates in the exhibits of
this report.

No financial monitoring reviews have been performed on any of the

                                65

-------
proposed offerers.

As required by FAR Part 15.808(b), P&CMD Acquisition Handbook
Units 3 (PAR.6) and 4 (PAR.4), please furnish us a copy of the
Summary of Negotiations after contract award.  Also, we have
attached a Contracting Officer's Response Sheet.  Part of our
performance evaluation depends on the responses we receive from
the Contracting Officer/Specialists we service.  Please fill out
the form and return it to Donald L. Hambric  (PM-214-F).

If you have any questions or if we can be of further assistance,
please contact me on 260-xxxx.

                                66

-------
                        Tableof Contents
Price Analysis -
   Total Price (Proposed vs. WCAO
   Determined).

Price Analysis -
   Comparison of Proposed Labor Rate
   Partner (Base Period)

Price Analysis -
   Comparison of Proposed Labor Rate
   Manager/Supervisor  (Base Period)

Price Analysis -
   Comparison of Proposed Labor Rate
   Senior Accountant (Base Period)

Price Analysis -
   Comparison of Proposed Labor Rate
   Junior Accountant (Base Period)

Price Analysis -
   Comparison of Proposed Labor Rate
   All Categories (Total Period)

Suggested Cost Interrogatories

Contracting Officer's Response
   Sheet
Exhibit A



Exhibit B



Exhibit C



Exhibit D



Exhibit E



Exhibit F

Attachment 1


Attachment 2
                                                            Page
23-24
25-26
27-28
29-30
31-32
33-34
                                67

-------
                                         Exhibit A
                                         Page 1 of 2
         Price Analysis-
                  Total Price
   Proposed Price vs. WCAO Determined
Price ($)
20,000,000
15,000,000 -
10,000,000
 5,000,000 -
                        Offerer
                Proposed
                Price
WCAO
Calculation
                Page 23 of 34

                     68

-------
                               Exhibit A
                               Page 2 of 2
     Price Analysis -
             Total Price
Proposed Price vs. WCAO Determined
Offerer
-'_• :
• -
r
	 .
:: -•/'.
," - . ;
* •• '
* . •: " •
*""" . — ~-
• -- -' ^
Average
Proposed
Price
$12,831,600
10,412,725
15,492,800
11,835,600
10,156,328
11,982,000
9,022,200
8,388,000
**•
12,789,860
11,434,568
WCAO
Calculation
$14,831,600
10,412,725
17,092,800
13,435,600
10,156,328
11,982,000
9,022,200
8,388,000
12,789,860
12,012,346
            Page 24 of 34

                69

-------
                                     Exhibit B
                                     Page 1 of 2
        Price Analysis-
    Comparison of Proposed Labor Rate
           Partner (Base Period)
Rate ($)
160
140
120
100
 80
 60
40
20
                         Average Rate
                             $86.01
                    Offerer
                     Partner
                Page 25 of 34
                   70

-------
                               Exhibit B
                               Page 2 of 2
    Price Analysis-
Comparison of Proposed Labor Rate
       Partner (Base Period)
Offerer
- -
.
•'.--.-- - .' v
.. - r r
\
." • . - , x. . *..
>. . ', *
- • -:-.- - -:•
..'-"•-."••"•-•^-
- v -^- . r . ' -
:"-;•.::-.:_;;
Average
Partner
$120.00 r
63.78
65.28
150.00
115.00
80.00
75.00
50.00
51.00
90.00
86.01
           Page 26 of 34

              71

-------
                                    Exhibit C
                                    Page 1 of 2
        Price Analysis -
    Comparison of Proposed Labor Rate
     Manager/Supervisor (Base Period)
Rate ($)
120
100 -
Average Rate
   $61.91
                   Offerer

                   Manager/
                   Supervisor
               Page 27 of 34
                 _ 7.2

-------
                              Exhibit C
                              Page 2 of 2
    Price Analysis -
Comparison of Proposed Labor Rate
 Manager/Supervisor (Base Period)
Offerer
:
- •* •
'

— . =^-
" - ..f' '
_._ ."'"_-•

> •-
•
. ~ ~
Average
Manager/
Supervisor
$68.00 ;
55.04
56.04
100.00
75.00
50.00
60.00
40.00
43.00
>»
72.00
61 .91
           Page 28 of 34


              73

-------
                                    Exhibit D
                                    Page 1 of 2
        Price Analysis -     ^

    Comparison of Proposed Labor Rate

     Senior Accountant (Base Period)

Rate($)
70
60
50
40
30
20
10
                            Average Rate
                   Offerer

                   Senior
                   Accountant
                Page 29 of 34


                    74

-------
                              Exhibit D
                              Page 2 of 2
    Price Analysis -
Comparison of Proposed Labor Rate
  Senior Accountant (Base Period)
Offerer
• - ~ ^~ *
""
' ~ - ; ~-:; "_»* • •. • •;
*
-. - •' '-i :
•• • •.'-'-»•
<• _ -
» ~f-
•Z- • '"' ''^
> .-,,'
": ; -/ :-"~^
- " ..••.'-"-•" .
•*
Average
Senior
Accountant
$53.00
34.03
35.03
60.00
45.00
40.00
45.00
31 .00
, 28.00
48.00
41.91
           Page 30 of 30

               75

-------
                                     Exhibit E
                                     Page 1 of 2
        Price Analysis -
    Comparison of Proposed Labor Rate
     Junior Accountant (Base Period)
Rate ($)
50
40
30
20
10
                       Average Rate
                          $28/79
                   Offerer

                   Junior
                   Accountant
                Page 31 of 34
                    76

-------
                              Exhibit E
                              Page 2 of 2
    Price Analysis -
Comparison of Proposed Labor Rate
  Junior Accountant (Base Period)
Offerer
-
»
•'.•'•'•*•- '
.'-'-.'-
.--.
j*-
,-^---- ' -'
— •* --*
"•--^-4. --_", .
_"-. :-. --"-Al^ --•':
Average
Junior
Accountant
$45.00 ;
23.25
25.25
35.00
27.00
25.40
30.00
28.00
19.00
30.00
28.79
           Page 32 of 34
              77

-------
  Fof«dHourtyH«te*

 Contract
                                                                                                                 Exhibit F
                                                                                                                 P«fl« 1 <
 Pwtwr
 Option 1
 Option 2
 Options
 Option 4

  Contact Avongo

 Managw/Supwvtoor
Option 1
Option 2
Option 3
Optfon4



Senior Aeooufrtmt
Option 1
Option 2
Optfon3
Option 4
$120.00
 128.00  S.00%
 132.00  4.78%
 139.00  S.30%
 146.00  5.04%

$132.00
 $88.00
  71.00  4.41%
  79.00  5.63%
  79.00  843%
  83.00  5.08%

 $7850
 $83.00
  58.00  5.88%
  59.00  6.38%
  62.00  5.08%
  83.00 33.87%

 $82.80
$63.78
 66.97  S.00%
 70.32  S.00%
 73.84  5.01%
 77.53  5.00%

$70.49
 57.79  S.00%
 $0.8$  S.00%
 63.71  449%
 66JO  541%
$85.28
 88.S5  5.01%
 71.97  4.99%
 7SJ7  S.00%
 79.3S  S.00%

$72.14
        5.00%
        S.00%
        540%
        941%
$34.03
 35.74  5.02%
 37.92  448%
 39.40  5.01%
 41.37  S.00%

$37.81
 61.7$
 6447
 68.12

$6148
$35.03
 36.79
 36,82
 40.58
 4£98

$38.72
                 $150.00
                  160.00
                  170.00
                  182.00
                  195.00

                 $171.40
$100.00
 106X10
 113.00
 12140
 12940

$113.80
         6.67%
         7.06%
         7.14%
6.00%
6.60%
7.08%
6.61%
$118.00
 123.00  6.98%
 132.00  7.32%
 14140  6.82%
 151.00  749%

$132.40
$75.00

 86.00  6.23%
 9140  746%
 97.00  6.59%
                            $80.00
                             60.80  1
                             81.80  0
                             82.40  0
                             8320  0
                                     $81.60
        842%
        4.97%
        5.02%
        4.98%
  64.00  6.67%
  68.00  6JS%
  73.00  745%
  78.00  6.85%

 $68.60
          $4940
            48.00   6.87%
            8140   &2S%
            55.00   744%
            98.00   9.49%

          $81,40
                   $50.00
                    50.50   1.
                    51.00   0.
                    81.50   0.
                    52.00   0.:

                   $81.00
                   $40.00
                    40.40   1.C
                    40.80   O.i
                    4140   O.J
                    41.60   O.S

                   $40.80
Opflonl
Option 2
Options
Option 4

 Contact Arams*
 $45.00
  47.00  4.44%
  49.00  4.26%
  51.00  4.08%
  94.00  9.88%

 $49.20
$2349
 24.42  943%
 25J4  940%

 2&26  4.98%

$25.70
 26.92  9.03%
 27.84  4.98%
 29J3  4.99%
 30.70  9.03%

$2741
                  $39.00
                   37.00   5.71%
                   40.00   8.11%
                   43.00   7.50%
                   48.00   6.98%

                  $4020
                    $27.00
                     29.00   7.41%
                     3140   640%
                     33.00   6.49%


                    $31.00
                            $25.40
                             25.65  0.9
                             25.91   1.0
                             26.16  0.9
                             28.42  0.8

                            $2541
                                                         Pago 33 o!34

                                                            78

-------
   Pries Analysis

    Fixed Hourly Rates

   Contract
   Period

   Partner

   Base
   Option 1
   Option 2
   Options
  Option 4

   Contract Average

  Manager/Supervisor

  Base
  Option 1
  Option 2
  Options
  Option 4

   Contract Average

 Senior Accountant

 Base
 Option 1
 Option 2
 Option 3
 Option 4

   Contract Average

Junior Accountant
Option 1
Option 2
Options
Option 4
           Esc.
          Factor
  $75.00
   79.00  5.33%
   83.00  5.06%
   87.00  4.82%
   91.00  4.60%

 $83.00
 $60.00
  63.00   5.00%
  66.00   4.76%
  69.00   4.55%
  72.00   4.35%

 $66.00
$45.00
  47.00   4.44%
  49.00   4.26%
  51.00   4.08%
  54.00   5.88%

$49.20
$30.00
 32.00   6.67%
 34.00   6.25%
 36.00   5.88%'
 38.00   5.56%
           Esc.
          Factor
  $50.00             $5).00
   50.00   0.00%      53.00
   50.00   0.00%      55.00
   50.00   0.00%      57.00
   50.00   0.00%      59.00

  $50.00             $55.00
          Esc.
         Factor
          3.92%
          3.77%
          3.64%
          3.51%
 $40.00
  40.00   0.00%
  40.00   0.00%
  40.00   0.00%
  40.00   0.00%

 $40.00
 $31.00
  32.50  4.84%
  34.00  4.62%
  35.00  2.94%
  36.00  2.86%

 $33.70
 $43.00
  45.00  4.65%
  46.00  2.22%
  47.00  2.17%
  48.00  2.13%

 $45.80
$28.00
 29.00   3.57%
 30.00   3.45%
 31.00   3.33%
 32.00   3.23%

$30.00
 Contract Average      $34.00
$28.00             $19.00
 29.50   5.36%      20.00   5.26%
 31.00   5.08%      21.00   5.00%
 32.00   3.23%      22.00   4.76%
 33.00   3.13%      23.00   4.55%

930.70             $21.00
 $90.00
  93.60
  97.34
 101.23
 105.28

 $97.49
 $72.00
  74.88
  77.88
  81.00
  84.24

 $78.00
$48.00
 49.92
 51.92
 54.00
 56.16

$52:00
                                                                                   Exhit
                                                                                   Page
          Esc.    Average    E
         Factor    Rate     Fa
 4.00%
 4.00%
 4.00%
 4.00%
 4.00%
 4.01%
 4.01%
 4.00%
4.00%
4.01%
4.01%
4.00%
                   $30.00
                    31.20   4.00%
                    32.45   4.01%
                    33.75   4.01%
                    35.10   4.00%

                   $32.50
 $66.01
  90.09
  94.32
  98.90
 103.74

 $94.61
 $61.91
  64.70
  67.63
  70.81
  74.03

 $67.82
$41.91
 43.94
 45.99
 48.22
 52.27

$46.46
                   $28.79
                    30.23
                    31.78
                    33.31
                    34.95

                   $31.81
 4.
 4.
 4.
 4.
 4.1
4.8
4.6
4.8
8.4
                   S.Qi
                   5.1-
                   4.7!
                   4.9:
                                                  Page 34 of 34

                                                    79

-------
          UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
DATE:     January 29, 1992

SUBJECT:  Preliminary Analytical cost Evaluation Report (PACER)
          on Proposals Submitted in Response to RFP XXXXXXX-XX

FROM:     Jane Doe, Auditor
          Washington Cost Advisory Branch, (PM-214-F)

THRU:     John Smith, Chief
          Washington Cost Advisory Branch, (PM-214-F)

TO:       Susan Jones, Contracting Officer
          Administrative Contracts Procurement Section (PM-214-F)


In response to your request, we have performed a preliminary
evaluation of the six offers received in response to the subject
RFP.  The contractors' cost proposals, including the amounts
contained in this report, have not been subjected to technical
evaluation or cost analysis.  Specifically, we express no opinion
on the fixed rates, other direct costs, travel, and indirect
rates proposed.  To the extent possible, we have reviewed the
proposals for arithmetical accuracy and compliance with the terms
of the RFP and will provide cost advisory reports on each
proposal as requested.  The prices proposed and the results of
our review are discussed in detail in Exhibits A through F of
this report and our summarized as follows:
Offerer A

Offerer B

Offerer C
Offerer D
Offerer E
Offerer F
  Proposed
$8,397,500
    Per
    Review*
$8,397,500
 7,351,500     7,352,000
 6,855,533
 7,149,771
 8,959,110
 6,971,361
 6,855,533
 7,219,315
 8,959,110
 6,971,361
 Difference
 $        0

(       500)

          0
(    69,544)
          0
          0
( ) Indicates Increase
*  Cost is inclusive of all fees including the prime contractor's
fees.

For each offerer, we are including comments on the proposal (i.e.
what items are proposed in accordance with the RFP instructions).
We are also including recommended interrogatories for each
offerer.  Our recommended comments and interrogatories are based
on our interpretation of the RFP.  If we have incorrectly
                                80

-------
interpreted the RFP in any area, we will be available to meet
with you for clarification and will assist you in any required
editing of the recommended comments and interrogatories.

If you have any questions or if we can be of further assistance,
please contact Jane Doe on 260-XXXX.

We have enclosed a contracting officer's response sheet.  Part of
our performance evaluation depends on the responses we receive
from the contracting officers/specialists we service.  Please
fill out this form and return it to Don Hambric (PM-214-F).
                                81

-------
Offerer A                                         RFP XXXXXXX-XX

Offerer A submitted a SF 1412 "Claim for Exemption From
Submission of Certified Cost or Pricing Data".  Offeror A
claims exemption from the requirements for submitting certified
cost or pricing data on the basis that the prices offered are
market prices of commercial items sold in substantial quantities
to the general public.  The instructions for the SF1412 state a
"Market price is a current price, established in the usual and
ordinary course of trade between buyers and sellers free to
bargain, that can be substantiated from sources independent of
the manufacturer or vendor.  There must be a sufficient number of
commercial buyers so that their purchases establish an
ascertainable current market price for the item or service.  The
nature of this market should be described.  To justify a market-
price exemption, the item or service being purchased must be
identical to the commercial item or service or must be so similar
in material and design (for services) or in work and facilities
(for services) that any price difference or its absence can be
evaluated solely by price analysis (see FAR 15.805-2).  In the
latter case, a statement must be attached identifying the
specific differences and explaining, by price analysis of the
differences, how the proposed price is derived from the market
price." Offeror A states the proposed fixed rates for each labor
category are based on the offerer's "standard rate" for that
labor category.  The "standard rate" constitutes the rate for
which Offeror A to be compensated for its professional services.
The Offeror A standard rates were then adjusted to reflect the
best estimate of the rates at which services are sold in
substantial quantities to the public.  These market rates were
then further adjusted downward for the proposed rates.

Offeror A did not submit their most current financial statements
as required by the RFP.  In their proposal, Offeror A states as a
partnership and not a corporation they do not have audited
financial statements of the type requested in the solicitation -
i.e., a balance sheet and statement of profit and loss.  Offeror
A further states they do have the financial resources to perform
the contract and are prepared to discuss financial capability
with the contracting officer.

Fixed Rates for Labor Categories

Offeror A proposed fixed rates for all the labor categories
specified in Section B, Clause B.I of the RFP.  All hours were
proposed in accordance with the RFP.

Section B, Clause B.I of the RFP states the fixed rates should
cover all expenses, including report preparation, salaries,
overhead, general and administrative expenses, and profit.
Offeror A did not provide a detailed breakdown of how the


                                82
                                                                  J

-------
proposed fully burdened fixed rates were developed.  In the
proposal, Offerer A states their accounting system does not
provide the full detail of costs such as direct labor, fringe
expenses, overhead, other direct costs, and general and
administrative expenses in precisely the format required for
federal cost-type contracts and the Cost Accounting Standards
Board.
Travel and Other Direct Costs

Offeror A proposed travel and other direct costs in accordance
with the RFP Section B, Clause B.3.  Offeror A did not apply a
G&A rate to the proposed travel and other direct costs.
                                83

-------
Offerer A
RFP XXXXXXX-XX
We recommend the following interrogatories be addressed to
Offeror A:

1.  You claimed exemption from the requirements for submitting
certified cost or pricing data on the basis that the prices
offered are market prices of commercial items sold in substantial
quantities to the general public.  The instructions for a SF1412
state a "Market price is a current price, established in the
usual and ordinary course of trade between buyers and sellers
free to bargain, that can be substantiated from sources
independent of the manufacturer or vendor.  There must be a
sufficient number of commercial buyers so that their purchases
establish an ascertainable current market price for the item or
service.  The nature of this market should be described.  To
•justify a market-price exemption, the item or service being
purchased must be identical to the commercial item or service or
must be so similar in material and design (for services) or in
work and facilities ffor services) that any price difference or
its absence can be evaluated solely bv price analysis (see FAR
15.805-2).  In the latter case, a statement must be attached
identifying the specific differences and explaining, by price
analysis of the differences, how the proposed price is derived
from the market price."  Please provide this information to
support your claimed exemption from the requirements for
submitting certified cost or pricing data on the basis that the
prices offered are market prices of commercial items sold in
substantial quantities to the general public.


2.  In your proposal, you state as a partnership and not a
corporation you do not have audited financial statements of the
type requested in the solicitation - i.e., a balance sheet and
statement of profit and loss.  Please provide audited or
unaudited financial statements appropriate for a partnership.


3.  You did not provide a detailed breakdown of how the proposed
fully burdened fixed rates were developed.  In the proposal, you
state your accounting system does not provide the full detail of
costs such as direct labor, fringe expenses, overhead, other
direct costs, and general and administrative expenses in
precisely the format required for federal cost-type contracts and
the Cost Accounting Standards Board.  You further state the
proposed fixed rates for each labor category are based on your
"standard rate" for that labor category.  The "standard rate"
                                84

-------
constitutes the rate for which you seek to be compensated for the
professional services.  Your standard rates were then adjusted to
reflect your best estimate of the rates at which your services
are sold in substantial quantities to the public.  These market
rates were then further adjusted downward for the proposed rates.
Please provide a detailed breakdown showing how your proposed
rates were developed from your standard rates.  Also provide the
detailed basis of your standard rates.
                                85

-------
Offerer B                                         RFP XXXXXXX-XX

Offerer B did not correctly fjill out the SF 1411.  Offerer B did
not include the prices for thje services and the travel and the
other direct costs on the SF 1411.

Offeror B submitted their 1990 financial statements.

Offeror B proposed twelve subcontractors.  Please see Note 5
under Section A of their business proposal for a list of proposed
subcontractors.  However, Offeror B did not segregate the
subcontractor costs from the prime costs.  The subcontractors
also did not submit completed SF1411s, representations and
certifications, and current financial statements as required by
the RFP.

Fixed Rates for Labor Categories

Offeror B proposed fixed rates for all the labor categories
specified in Section B, Clause B.I of the RFP.  All hours were
proposed in accordance with the RFP.

Please note that Offeror B made a math error in the computation
of the total price for the labor categories in Option Period II.
Offeror B proposed $1,773,000.  However, the correct price should
be $1,773,500.

Section B, Clause B.I of the RFP states the fixed rates should
cover all expenses, including report preparation, salaries,
overhead, general and administrative expenses, and profit.
Offeror B did not provide a detailed breakdown of how the
proposed fully burdened fixed rates were developed.

Travel & Other Direct Costs

Offeror B proposed travel and other direct costs in accordance
with the RFP Section B, Clause B.3.  Offeror B did not apply a
6&A rate to the proposed travel and other direct costs.
                                86

-------
Offerer B
RFP XXXXXXX-XX
We recommend the following interrogatories be addressed to
Offerer B:                   !

1.  You did not correctly fill out the SF1411.  You did not
include the prices for the labor categories and the travel and
other direct costs on the SF1411.  Please include these costs on
your SF1411.                 !

2.  You submitted your 1990 financial statements.  However, the
RFP requests that you submit your most current financial
statements.  Please provide your audited or unaudited 1991
financial statements if they are available.

3.  You proposed twelve subcontractors.  However, you failed to
segregate your subcontractor costs from your costs.  Please
provide detailed information on your subcontractor costs.

     Your subcontractors also did not submit completed SF1411s,
representations and certifications, and their most current
financial statements as required by the RFP.  Please have your
subcontractors provide this information.

4.   You made a math error in the computation of the total price
for the labor categories in Option Period II.  You proposed
$1,773,000.  However, the correct price should be $1,773,500.
Please correct this error.

5.   You did not provide a detailed breakdown of how the proposed
fully burdened fixed rates were developed.  Please provide.
                                87

-------
Offerer C
RFP XXXXXXX-XX
Offerer C submitted completed SF1411s, representations and
certifications, and current financial statements as required by
the RFP.

Offerer C proposed Subcontractor A as a subcontractor.  The
subcontractor did not submit completed SFl4lls as required by the
RFP.

Fixed Rates for Labor Categories

Offerer C proposed fixed rates for all the labor categories
specified in Section B, Clause B.I of the RFP.  All hours were
proposed in accordance with the RFP.

Please note Offerer C did provide a detailed breakdown of how the
proposed fully burdened fixed rates were developed.

Travel & Other Direct Costs

Offeror C proposed travel and other direct costs in accordance
with the RFP Section B, Clause B.3.  Offeror C did not apply a
G&A rate to the proposed travel and other direct costs.
                                88


-------
Offerer C
RFP XXXXXXX-XX
We recommend the following interrogatory be addressed to Offeror
C:

1.   Your subcontractor A did not submit completed SF1411s as
required in the RFP.  Please have your subcontractor provide this
information.
                               89

-------
Offerer D
RFP XXXXXXX-XX
Offerer D submitted completed SF1411S, representations and
certifications, and current financial statements as required by
the RFP.

Offerer D proposed two subcontractors, Sub A and Sub B.  The
subcontractors did not submit completed SF1411s, representations
and certifications, and their most current financial statements
as required in the RFP.

Fixed Rates for Labor Categories

Offerer D proposed fixed rates for all the labor categories
specified in Section B, Clause B.I of the RFP.  In Option Period
II, the offerer did not propose 262 hours of the RFP-specified
hours for the partner labor category.  This error caused a
$69,543 understatement of their price.  All other hours were
proposed in accordance with the RFP.

Section B, Clause B.I of the RFP states the fixed rates should
cover all expenses, including report preparation, salaries,
overhead, general and administrative expenses, and profit.  The
two subcontractors did not provide a detailed breakdown of how
their proposed fully burdened fixed rates were developed.

Travel & Other Direct Costs

Offerer D proposed travel and other direct costs in accordance
with the RFP Section B, Clause B.3.  Offeror D applied a 12.49%
G&A rate to the proposed travel and other direct costs.
                                90

-------
Offerer D                                         RFP XXXXXXX-XX

We recommend the following interrogatories be addressed to
Offerer D:

1.   You proposed two subcontractors, Sub A and Sub B.  Your
subcontractors did not submit completed SF1411s, representations
and certifications, and their most current financial statements
as required in the RFP.  Please have your subcontractors provide
this information.

2.   In Option Period II, you did not propose 262 hours of the
RFP-specified hours for the partner labor category.  This error
caused a $69,543 understatement of your price.  Please correct
this error.

3.   Section B, Clause B.I of the RFP states the fixed rates
should cover all expenses, including report preparation,
salaries, overhead, general and administrative expenses, and
profit.  Your two subcontractors did not provide a detailed
breakdown of how their proposed fully burdened fixed rates were
developed.  Please have your subcontractors provide this
information.
                               91


-------
Offerer E
RFP XXXXXXX-XX
Offerer E did not submit financial statements as requested in the
RFP.  In the proposal, Offeror E states as a private partnership
they do not publicly disclose financial data or results of
operations.  They further state they are a U.S. partnership with
approximately 1,500 partners with partnership equity in excess of
$400,000,000 and annual sales of approximately $1 billion.  They
also state that they have the financial capability to perform
this contract.

Fixed Rates for Labor Categories

Offeror E proposed fixed rates for all the labor categories
specified in Section B, Clause B.I of the RFP.  All hours were
proposed in accordance with the RFP.

Section B, Clause B.I of the RFP states the fixed rates should
cover all expenses, including report preparation, salaries,
overhead, general and administrative expenses, and profit.
Offeror E did not provide a detailed breakdown of how the
proposed fully burdened fixed rates were developed,

Travel & other Direct Costs

Offeror E proposed travel and other direct costs in accordance
with the RFP Section B, Clause B.3.  Offeror E applied a 10.14%
6&A rate to the proposed travel and other direct costs.
                                92

-------
Offerer E
RFP XXXXXXX-XX
We recommend the following interrogatories be addressed to
Offerer E:

1.   In your proposal, you state that as a private partnership
you do not publicly disclose financial data or results of
operations.  Therefore, you did not submit financial statements
as requested in the RFP.  You also state in your proposal that
you have the financial capability to perform this contract.
However, you provided no supporting documentation to substantiate
this claim.  Please provide the following information for your
most recent fiscal year:

               Current Assets
               Current Liabilities
               Total Assets
               Partner's Equity
               Earnings Before Interest & Taxes
               Current Debt
               Long-term Debt
               Sales
               Cash
               Accounts Receivable
               Short-term Investments

Also provide the supporting documentation for these amounts.

2.   Section B, Clause B.I of the RFP states 'the fixed rates
should cover all expenses,.including report preparation,
salaries, overhead, general and administrative expenses, and
profit.  You did not provide a detailed breakdown of how the
proposed fully burdened fixed rates were developed.  Please
provide this information.
                                93

-------
Offerer F
RFP XXXXXXX-XX
Offerer F submitted completed SF1411S, representations and
certifications, and current financial statements as required by
the RFP.

Offeror F proposed Subcontractor C as a  subcontractor.  The
subcontractor did not submit financial statements as requested in
the RFP.  In the proposal, Subcontractor C states as a private
partnership they do not publish their financial statements.
However, they state that they will make a copy of their financial
statements available to the contracting officer on a confidential
basis at the time of negotiations. ,

Fixed Rates for Labor Categories

Offeror F proposed fixed rates for all the labor categories
specified in Section B, Clause B.I of the RFP.  All hours were
proposed in accordance with the RFP.

Please note Offeror F did provide a detailed breakdown of how the
proposed fully burdened fixed rates were developed.

Travel & Other Direct Costs

Offeror F proposed travel and other direct costs in accordance
with the RFP Section B, Clause B.3.  Offeror F did not apply a
G&A rate to the proposed travel and other direct costs.

Offeror F proposed Consultant A as a consultant.  Consultant A
proposed the following positions:

                        Project Manager
                        Senior Analyst
                        Software Specialist
                        Programmer
                        Technical Writer/Editor

In addition, Consultant A expects to incur travel and other
direct costs.  Consultant A's cost is $788,125 for the entire
period of performance.   Please note that Consultant A's proposed
costs are considered part of the $2,400,000 RFP-specified amount
for travel and other direct costs.
                                94

-------
Offerer F
RFP XXXXXXX-XX
We recommend the following interrogatories be addressed to
Offerer F:

1.  , Your subcontractor, Subcontractor C, did not submit
financial statements as requested in the RFP.  However,
Subcontractor C states they will make a copy of their financial
statements available to the contracting officer on a confidential
basis.  Please have your subcontractor make a copy of their
financial statements available to the contracting officer.

2.   You proposed Consultant A as a consultant.  Based on our
review of your proposal, we believe that Consultant A should be
proposed as a subcontractor.  Please have Consultant A provide
completed SFl4lls, representations and certifications, and their
most current financial statements as required in the RFP.  Also
have Consultant A provide detailed supporting computations for
their proposed indirect rate unless the proposed rate has
recently been accepted by a contracting agency of the
Government.
                                95

-------
   Preliminary Review of RFP No. W002846A3
   Telecommunications Services for EPA's
   National Data Processing Division
   Prepared By:  Washington Cost Advisory Operations

   Date:         November  14,  1990
Office of Administration
  froeurtmtnt and Contracts Managtmtnt Division
               96

-------
            UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
I-A7E:

SUBJECT




FROM:


THRU:


TO:
          November L4,  1990

          Comments on RFP W002846A3
          Telecomunications Services for EPA's
          National Data Processing Division

          Bonnie C.  Kane-Sharp.  Auditor*..'.,    ', ' -.-. - /
          Washington Cost Advisory Operations (PM-214-F^

          Martha B.  Cook, Actina Chief
          Washington Cost Advisory Operations (PM-214-Fi

          Bonnie Brandon. Contract Specialist
          ADP Procurement Section (PM-214-F)
     In response to your request, we have performed a review of
the subject RFP.  Our comments are as follows:

      1)  Section B.I (a) states " ---- The Government will order
32,000 direct labor hours."  Unless we are certain that we will
order the hours, we strongly suggest the word will be changed to
may order or estimates it will order.

      2)  Section H-14 states in the last sentence of the first
paragraph "...The Government's level of effort is ae..."   Unless
we are certain we will order the specified level of effort, we
strongly suggest the sentence be changed to read:  The
Government's estimated level of effort is as .....

      3)  Section J.I provides a list of the attachments to the
RFP.  Our comments on the following cost related attachments are
as follows:
     Attachment L-4 - Staffing Model.
under Notea 4, 5, 6 and 11 below.
                                        Refer  to  our comments on
     Attachment L-5  -  Salary  Model.   No comment.

     Attachment L-6  -  Cost  Proposal  Model,.   Refer to our
under Notes 7 and 8  below which could possibly require the o
to modify the pricing  model.

     Attachment L-7  -  LOTUS 1-2-3 Requirements,  Refer to our
comments under Notes 7 and  8  below which could possibly require
the offerer to modify  the pricing model.
                              97

-------
       4)   Section  L.19.5.2 Direct Labor comment on Column 11*
 (page  113)  states  "...(Note:  This salary figure should be the
 same as that-in Column 8)".   Is this a correct statement?  Is it
 the government's intention to allow 0% escalation on labor for
 Option Period 1?   If this is EPA's intention, no change is
 necessary.   If this is not our intention, then the statement
 should be modified accordingly.

       5)  Section  L.19.5.2 - Direct Labor - Page 112.  The
 instructions  refer to.Attachment L-4 and our comment is concerning
 the FTE's used in  Columns 9 and 12 of the attachment.  We feel the
 government  should  consider using total labor hours or rounding the
 FTE requirements out two or three decimal places to have a more
 precise measurement (for example, the base period S10 Pro.iect
 Manager is  shown as .2 versus .167).  Refer also to our comments
 under  Notes 6 and  11 concerning Attachment L-4 and consistency of
 treatment.

    *   6)  Section  L.19.5.2(a) - page 113.  The last sentence is as
 follows:  "(Note:  The Salary Model assumes a 2000 hour FTE work
 year for all  positions.  Offerer must not deviate from this
 amount)".   WCAO assumes the 2000 hour FTE work year referenced in
 the RFP means hours available for productive work on the contract.
 Since  different EPA contractors have varied policies which deter-
 mine their  productive man year, comparison problems can result in
 competitive pricing.  Therefore the above EPA requirement, that
 offerers not  deviate from a 2000 hour FTE work year, could also
 result in the offerers over or under estimating their proposed
 costs  and cause them to be in violation of CAS 401.

     Generally, the Government specifies a man year/work year when
 requiring dedicated full-time personnel for a procurement, other-
wise they specify  required LOB hours.  He asked the requestor if
this procurement would require dedicated personnel and the
response was:

     "The only dedicated personnel would be those listed in the
     Key Personnel Clause.  However, man-years va labor hours
     were used to  discourage vendors from staffing the procure-
     ment with several part-time employees and to encourage
     them to  provide EPA with a staff of full-time employees."

     It appears that EPA would like to have a etaff of dedicated
personnel, however unless it is a specific requirement of the RFP.
there  is no way to prevent offerers from proposing or using part-
time employees and/or making changes to personnel during contract
performance.   Therefore, we recommend that if it is EPA'a desire
to have dedicated  personnel on this procurement, then state it  in
the RFP.  Additionally, we recommend where a dedicated full-time
employee is desired, the RFP not specify direct labor houra
 (example a 2000 hour FTE work year).  The RFP should require the
responding offerora to propose man years based on their company
                                98

-------
policy and provide a detailed explanation of how the man year is
derived, along with the detailed explanation/computation of their
proposed individual salary column amounts.  We have also attached
a copy of the May 1990 issue of The Washington Cost Advisor which
provides an article entitled "RFP Specified Hours vs Specified
Man-years" provides detail examples of what can occur when the
Government specifies a specific productive man vear for vendors.
Further, if this RFP do.es not require offerers to provide full-
time dedicated personnel, we recommend the RFP be modified to
specify required/estimated LOE hours instead of FTE work years.

      7)  Section L.19.5.3 - Indirect Costs (Overhead and General
and Administrative Expense) - Page 113.  The RFP should contain
this or a similar comment:  If an offerer has indirect expense
pools which differ from those listed, please propose in accordance
with vour normal accounting practice, modify the EPA pricing model
accordingly and provided an explanation of vour indirect expense
pools in your cost proposal.

      8)  Section .L.19.5.4 Other Direct Costs (ODCs) - page 114.
The RFP states:  "If an offeror proposes "Other Direct Costs" that
are not listed below, these coats will not be evaluated."  Has EPA
given any consideration to contractors whose normal accounting
practice is to propose and book other ODC elements besides those
specified below direct to contracts?   We recommend you include a
comment in the RFP such as this:  If it is your normal accounting
practice is to propose and book other ODC elements boaidea those
specified below by EPA direct to contracts, please indicate this
in your proposal and modify the EPA attachments accordingly.  We
also recommend you include an additional comment in the RFP such
as this:  If it is your normal practice to recover such ODC items
in your indirect coat pool, please indicate this in your proposal
and modify the EPA attachments accordingly.  The government ahould
not cause any offeror to change their normal accounting practices
to aimply accommodate thia RFP because it could reeult in higher
coata on other contracta.

      9)  Section L.19.5.4 Other Direct Costs (ODCs) - page 114.
Directly below paragraph no. 2 ie the following:
               Baae Period
                  HOURS
Option Period 1*
     DOLLARS
     The word houra above ahould be corrected to read dollara.

     10)  Sectipn L.19.5.4.(d) Other Direct  Coata  (ODCs)
Facilitiea - Page 116.  EPA states:  "Offerora  are encouraged to
propose on the basis of assuming existing  building leaaee at RTP
and WIC.  Because the Government must pay  termination coata of
approximately $.		 if these  leases are not continued,..."
                                99

-------
 Do we  provide the offerers with the necessarv data to allow them
 to propose at existing  lease prices?  Is this information provided
 elsewhere in the RFP?   If yes, then we should make reference to
 the  information here.   If no. then how will an offeror know what
 to propose and who the  existing lease holders are?  Are we being
 bias to the incumbent contractor?

     11)  Section L 19.6 Additional Services - OPTIONS - Page 117.
 Under  (b) Option for the Government to Order Incremental
 Quantities, the RFP makes reference to the number of equivalent
 hours  and states the "Cost figures for options hours on Attachment
 L-4 should be calculated as..."  Are we going to provide the
 offerers with another Attachment L-4 to be completed for the
 Additional Services - OPTIONS or is each offeror responsible for
 creating their own?  Have we already provided the offerers with an
 allocation of hours per labor category for the additional services
 options or is it left UP to the offerers to decide?  Note also
 that the current Attachment L-4 is using a FTE work year to compute
 the labor costs and here we are using total labor hours.  It is
 our opinion that EPA should be consistent and use the FTE man year
 or the total estimated  labor hours and our preference is the labor
 hours because it will be a more precise measurement (Refer also to
 our comments under Notes 5 and 6 concerning Attachment L-4.).  We
 also note that on the bottom of page 117 is the following:  "OPTION
 HOURS*", however there  is no further explanation detailing the need
 for the "*".  Perhaps it was EPA's intention to give the offerers
 information on converting the hours to FTE man years and if ao this
 should be clarified.

     12)  Section L.19.5 - Cost or Pricing Instructions -
 Beginning on page 111.  In order to ascertain the offerers have
 proposed all RFP LOS and specified ODCs, any offeror who proposes
 subcontractor effort should be required to provide a supplemental
 schedule summarizing the labor hours or FTE work years and ODC's
allocation proposed by  the offeror and each subcontractor.  The
offeror should also be  required to state the basis of the hours or
 FTE work years and ODC's allocation to each subcontractor.

     We have no other comments.

     If we can be of further assistance, please contact Bonnie C.
 Kane-Sharp at (202) 362-3227.


Attachment
                                  4

                                 100

-------
THE WASHINGTON  COST ADVISOR
Vol. 1 No.  1
                                April 1990
                        UnconDensated Overtime
An
                                    Aroach
Often contractors salaried personnel are "exempt" and do np£ receive
payment for hours worked beyond eight hours per day or forty hours per
week.  "Diese employees simply charge eight hours per day and no
accounting is made of those excess hours.  Seme contractors require
"exempt" personnel to charge all hours worked to various projects for
accounting purposes and distribute those hours to various cost
objectives,  this method distributes the employees regular salary into
various projects based on hours shown on the time card.

In performing cost analysis reviews we are to determine what the
offerer's  practice is and if labor costs are charged to the proper cost
center on  an equitable basis.  Since labor costs or hours are often the
basis for  allocating indirect costs, it is particularly important that
labor costs are properly charged. We also review the offerer's policies
and procedures to determine managements position on labor charging.
     government contractors where the Defense Contract Audit Agency is
cognizant record all  hours worked, since it is DCAA's position this is
the most equitable basis for distribution of labor costs.

One three most acceptable methods of accounting for uncompensated
overtime are as follows:

                 Computing a different rate each pay period
                 based on the salary divided by the actual
                 hours worked.

                 A pro rata distribution for the period,
                 i.e. 50/50, 60/40, etc. based on what
                 projects the employee will be working on.

                 Computing a rate based on the hours an
                 employee will work, any variance is
                 charged/credited to overhead.

In evaluating competitive proposals care should be taken to ensure that
offerers are compared fairly.  Diere is an incentive for contractors to
dilute their rate by increasing the work-hour basis.

An example of this problem is illustrated below.  Here a salaried
employee earning $40,000 a year is proposed for 1860 hours.
                          101

-------
                  Qfferor's  Salary @ $40.000 fqr 1860 hours

                                                    Total Time Basis
                          Forty Hour Basis      (Assuming 50 hours & week)

    Work-hour Basis             2080                         2600

    Direct Labor  Rate        $19.23                       $15.38

    Contract Cost          $35,769                      $28,615

It  is easy to see the total time company has a competitive advantage in
price.

The objective of  a cost analysis review is to compute a realistic price.
This means the cost estimate should be attainable.  Accordingly, we must
make a determination the proposed rate is a realistic rate.

EPA does not currently have a specific policy on the treatment or
evaluation of uncompensated overtime.  However, we do have personnel
experienced in making a determination on the acceptability or
non-acceptability of such practices.  Should uncompensated overtime be
proposed please highlight this  in the request for cost analysis in order
that we can perform an adequate evaluation.


                        CSAP Publishes Newsletter
The Cost Review and Policy Branch is publishing a monthly newsletter
designed to cover current cost and price analysis issues in federal
government contracting.

We encourage the readers to submit suggestions for topics for upcoming
issues.  We also welcome comments and expertise on issues covered in the
newsletter.

Except as noted our opinions should not be considered the policy of the
Procurement and Contract Management Division.                ^
                   Washington Cost Advisorv Operations
Washington Cost Advisory operation is a section under the Cost Review and
Policy Branch of PCM).  WCAO is currently staffed by fourteen auditors
with an average of twelve years of cost and pricing experience.  Our
major functions are to conduct cost and price analysis, assist in the
contract award and management process and to provide audit and accounting
assistance to the various contracting functions.
                                102

-------
 In the cost and price analysis function we perform cost analysis on
 contract proposals, coordinate audit services with various government  .
 agencies, and perform price analysis on ADP procurements,  life cycle
 costing schedules, and emergency response proposals.

 «CAO reviews request-for-proposals,  attends discussions and  negotiations,
• participates as team leaders and members on Contractor Purchasing  System
 Reviews, evaluates post award cost data which affects various contracts
 and also assists in financial monitoring reviews.

 On a daily basis we provide advice on various cost and procurement
 issues.  We have also performed special projects for EPA officials as
 requested.

 Wfe maintain a staff of highly trained and experienced personnel.   If our
 services are needed please complete  a request for cost analysis where
 applicable or call Steve Leahy for special assistance.
                              Personnel Notes
 Dennis Buck and his wife Nanci had a baby girl (Amanda Nicole)  on
 March 26.  Amanda weighed in at 6 Ibs. 14 ozs. and was 21 inches long.

 Tammy Thomas and her husband Andre had a baby boy (Antione Charles)  on
 April 11.  Antione weighed 4 Ibs. 7 ozs. and was 17 3/4 inches long.
 Managing Editor:  Donald Hambric
Editor:  Irving Anderson
                                  103

-------