• Increase font size
  • Default font size
  • Decrease font size
Apogee Consulting Inc

Defense Acquisition Reform Panel Submits Recommended Fixes

E-mail Print PDF


On March 4, 2010, after a year of “holding 12 hearings and numerous briefings covering a broad range of issues in defense acquisition,” the House Armed Services Committee (HASC) Panel on Defense Acquisition Reform (PDAR, DAR, or DARP) issued its interim report.  The interim report covered many topics, and is summarized below—

The Panel found that while the nature of defense acquisition has substantially changed, the defense acquisition system has not kept pace. The system remains structured primarily for the acquisition of weapon systems at a time when services represent a much larger share of the Department’s acquisitions. As a result, the Department’s formal acquisition policy has limited application to the majority of the Department’s acquisitions. Furthermore, while the Department is currently working to modernize in the ‘information age, the acquisition system is particularly poorly designed for the acquisition of information technology. Even in the acquisition of weapon systems, the Department’s historical strength, the system continues to generate development timeframes for major systems measured in decades, an approach which has resulted in unacceptable cost growth, negative effects on industry, and in too many cases, a failure to meet warfighter needs.

The DARP interim report looked at the entire defense acquisition/program management system and also focused on a few select areas.  Following are some selected quotes from the report.

  • The bulk of the system is largely outside the day to day purview of USD AT&L and many of the most well known acquisition statutes (e.g. Nunn-McCurdy) don’t apply to the entire acquisition system. A much greater share of the defense acquisition system is run entirely by the military departments and is not centrally managed.
  • Put simply, the Panel believes that there is a mismatch between the culture of weapon systems acquisition and the demands that current operational requirements put on the acquisition system. Even in the Department’s ninth year of active warfare during which large quantities of equipment have been consumed and numerous new mission needs have been generated, weapon systems acquisition remains typified by programs with development timelines lasting more than a decade.
  • The Panel notes with concern that in contrast to the formal, even rigid, requirements process for weapons systems acquisition the requirements process for services contracting is almost entirely ad hoc. In many cases the user community on a services contract is a military base commander or operational commander. However, these users are not accustomed to thinking of themselves, or operating, as requirements generators. They are not staffed or trained to perform these responsibilities, and for this reason, requirements for services contracts are often poorly written. As a result, the Department is either unable to obtain what it needs, is unable to hold contractors accountable for poor performance, or both.
  • Only 16% of IT projects are completed on time and on budget.   31% are cancelled before completion.  The remaining 53% are late and over budget, with the typical cost growth exceeding the original budget more than 89%.  Of the IT projects that are completed, the final product contains only 61% of the originally specified features.
  • The Panel reviewed a recent study by the National Research Council which indicated a number of findings that reflect the reality that DOD’s weapon systems acquisition focused process is insufficient to deal with IT acquisition.  As was pointed out in testimony before the Panel, the traditional defense acquisition process is ‘ill-suited for information technology systems. Phase A is intended to mature technology; yet information technologies are now largely matured in the commercial sector. Phase B is intended to ready a program for production; yet information technologies are not produced in quantity. Phase C is a production phase, which again is generally not relevant to information technology that is not produced in quantity.’  Weapon system acquisition processes are often applied to IT systems acquisition, without addressing unique aspects of IT. As one witness before the Defense Acquisition Reform panel put it, ‘the weapon systems acquisition process is optimized to manage production risk and does not really fit information technology acquisition that does not lead to significant production quantities.’  … As a result, the Department is unable to keep pace with the rate of IT innovation in the commercial market place, cannot fully capitalize on IT-based opportunities, and seldom delivers IT-based capabilities rapidly. By way of example, the private sector is able to deliver capabilities and incrementally improve on those initial deliveries on a 12 to 18 month cycle; defense IT systems typically take 48-60 months to deliver. In an environment where technology is obsolete after 18 months, defense IT systems are typically two to three generations out of date by the time they are delivered. [Emphasis in original.]
  • Requirements in the weapon system acquisition context are governed by the Joint Capabilities Integration and Development System (JCIDS). The problems with the JCIDS process that the Panel heard about include:  (1) An inability to meaningfully prioritize, (2) An inability to understand the costs and trade-offs inherent in establishing requirements, (3) Excessive paperwork and bureaucratic delay in the process of considering new requirements, (4) A lack of clear communication between those setting requirements and those in the acquisition process turning requirements into evaluation criteria and contract specifications, (5) A lack of sufficient communication on requirements with defense industry necessary to allow industry planning for appropriate R&D and capacity investments, (6) The achievement of “jointness” by accommodating inputs from all commenters, including inputs from those with no resources at stake, (7) A lack of capacity on the joint staff devoted to requirements, (8) A consistent pattern of “requirements creep” that happens after a JROC-approved requirement is established but before and during the period of contract specification and execution, (9) A lack of ability to monitor “requirements creep” in between program milestones, (10) An inability to properly incorporate requirements relating to system sustainability.

The Panel made a number of recommendations to address the problems reported above (as well as others in the interim report).  Among the recommendations that our readers are likely to find to be of interest are the following—

  1. Congress should expand the role of the Office of Performance Assessment and Root Cause Analysis (PARCA) to operate as an auditable performance management function for the entire defense acquisition system.
  2. PARCA and all Program Executive Offices (PEOs) and buying activities should negotiate specific measurable goals for each PEO/buying activity relating, at a minimum, to cost, quality, delivery, acquisition workforce quality (including program manager tenure where relevant), quality of market research, small business utilization, and utilization of acquisition best practices. In cases where they are unable to negotiate a set of goals by consensus, PARCA’s recommendation would take precedence with the possibility of review by the USD AT&L.
  3. The Department and Congress should review and clarify the Goldwater-Nichols Act’s separation between acquisition and the military service chiefs to allow detailed coordination and interaction between the requirements and acquisition processes and to encourage for enhanced military service chief participation in contract quality assurance.
  4. The Department should work the Department of Commerce, Small Business Administration, General Services Administration, and the private sector to proactively notify relevant firms, especially small businesses, of contract solicitations rather than only relying on firms to find those notifications on FedBizOpps.
  5. Congress should repeal the 3% contract payment withholding requirement.
  6. The Department should identify potential contractors and grantees with serious tax delinquencies and include that information in databases relating to past performance and contractor integrity.
  7. The Department should consider shifting the responsibility for certification of contractor business systems to independent teams within or outside of DCAA and DCAA should allocate its audit resources on the basis of risk.

The entire interim report can be found here.

We are pleased by some of the recommendations, notably numbers 5 and 7 above.  We hope the rest of Congress is listening and decides to take appropriate action.  Our optimism is tempered, however, by the knowledge that literally hundreds of panels and commissions have made literally thousands of similar recommendations over the past four decades, without noticeably improving the Defense acquisition system and/or its program management framework.



 

Aerial Tanker Update: NOC Walks Away

E-mail Print PDF


Competition is a deeply ingrained aspect of our public procurement process.  As Marshall J. Doke, Jr. recently testified before the Senate’s Committee on Homeland Security and Governmental Affairs (Subcommittee on Contracting Oversight)—

Competition requirements in government contracts in this country go back over 200 years and now exist in all 50 states. Competition is required not only to obtain lower prices but also to prevent unjust favoritism, collusion, or fraud. I emphasize this last purpose because of what one federal judge called a growing culture of corruption in Washington. I believe the deficiencies in our competition process have given such enormous discretion to contracting officials that, together with a lack of transparency, they have created an environment and circumstances that have contributed significantly to [an] increase in fraud. … The fact that you call something competition does not make it real competition. Who thinks professional wrestling is real competition? What if, in football, the players are not told how many points they will get for kicking a field goal? … The significance of this ‘competition process is that agencies can, pretty much, award a contract to whichever competitor it wants. Not just agencies, but also contracting officers or other source selection officials, can make such decisions. It is this broad discretion, lack of transparency, and bullet proof award decisions that, I submit, create circumstances and an environment that can result in fraudulent activity. There is, I believe, a direct correlation between discretion and fraud. That is the reason the Government has competition requirements in government contracts in the first place. That is why sealed bidding actually is the favored method of contracting if the Government can describe its requirements adequately. [Emphasis in original.]

The House Armed Services Committee’s Panel on Defense Acquisition Reform recently wrote in its interim report

The effects of the current approach to weapon systems acquisition on the defense industry also are significant. The length and scope of weapon system programs has accelerated defense industry’s consolidation around a handful of aerospace firms that now control large amounts of production capacity across the entire span of the defense acquisition system. Only the largest firms have access to the resources and expertise to bid on the most complex programs, and it is difficult for firms of all but the largest size to survive losing them. As a result, competition is reduced at the front end of programs, and all but eliminated in the sustainment phase (often as a result of poor planning for sustainment). Small businesses are largely locked out of the process or accorded contracts only on the goodwill of one of the larger firms. Mid-tier companies are either absorbed or decide to abandon defense acquisition for the more competitive commercial sphere, especially after a large weapon system competition loss. Winning or losing individual contracts becomes such a critical matter that the incentives to protest contract awards are overwhelming. The Panel is concerned that the end result of this process is the gradual erosion of competition and innovation in the defense industrial base.

Keep the foregoing in mind as we discuss the recent news that the EADS/Northrop Grumman team has decided not to submit a proposal for the KC-X Aerial Tanker, leaving Boeing’s “NexGen” Tanker as the only remaining option for the U.S. Air Force.  We’ve discussed this “poster child” for inept major defense acquisition program before, notably here.  Click the link for some background, some opinions, and some predictions.

On March 8, 2010, Northrop Grumman issued a press release in which it announced it would not be submitting a bid.  The press release quoted NOC CEO Wes Bush as saying, “We reached this conclusion based on the structure of the source selection methodology defined in the RFP, which clearly favors Boeing's smaller refueling tanker and does not provide adequate value recognition of the added capability of a larger tanker, precluding us from any competitive opportunity.”  Moreover, the public statement includes a promise not to submit a protest on the allegedly biased evaluation methodology.  The EADS press release included similar wording. 

The situation leaves Boeing as the sole remaining bidder and apparent winner-by-default.  The question now is whether this situation will give Boeing control of the tanker’s pricing.  Without competition, there is little incentive for Boeing to slash its costs.  And as this New York Times article notes, every single change made by the Air Force after contract award will tend to drive up the price.  (We note that there is nothing wrong with that; it’s a normal part of fixed-price contracting.)

Predictably, European leaders were less than restrained in calling-out the political implications of the evaluation methodology.  Even U.S. leaders noted that the EADS/NOC team had little to be optimistic about in the new RFP.  The New York Times article linked to above reports that Congressman Norm Dicks (D-WA, Chair, House Appropriations Committee’s Defense Appropriations Subcommittee) said “that he insisted the Pentagon consider how much the smaller Boeing plane would save in fuel and other costs over 40 years, rather than just over 25 years, as in the earlier competition. Referring to Northrop and EADS, he added, I think those factors alone made it almost impossible for them to win.’”

Let’s ignore the politics and focus on the government contracting.  Vern Edwards, doyen of government acquisition, was kind enough to post the actual Section M evaluation criteria from the Tanker RFP on the internet.  Following is a cut-n-paste of his post—

In accordance with FAR 15.304(e), all evaluation factors other than cost or price, when combined, are approximately equal to cost or price.

* * *

1.1.1 The Government will evaluate the Mission Capabilities Factor (Factor 1) to determine technical acceptability. The Mission Capability subfactors (Key Systems Requirements, Systems Engineering, Product Support, Program Management, Technology Maturity, and Past Performance) will not be weighted and each subfactor will be evaluated as acceptable or unacceptable. Any subfactor that is evaluated as unacceptable will render the entire proposal unacceptable and ineligible for award.



1.1.2 The Government will evaluate the 93 non-mandatory technical requirements (Factor 3). Each of these requirements will be evaluated as having been met or not met. For those non-mandatory requirements proposed by the offeror which are deemed to have been met, a point value for that requirement will be awarded as described in paragraph 2.4.2 below. The Government will calculate a total point score for Factor 2 by adding together all points awarded for each non-mandatory requirement that the offeror fully meets, except as otherwise indicated.



1.1.3 The Government will evaluate each offeror's Total Proposed Price (TPP) in accordance with Section M, paragraphs 2.3.1, 2.3.1.1, 2.3.2.2, and 2.3.2.3. The Government will evaluate Total Proposed Price in discounted present value dollars, defined as TPP (PV), Integrated Fleet Aerial Refueling Assessment (IFARA), Fuel Usage Rate Assessment (FURA), and Military Construction (MILCON) in accordance with Section M, paragraphs 2.3.2, 2.3.2.1, 2.3.2.2, and 2.3.2.3. The Government will calculate a present value total evaluated price (TEP) [Factor 3] for each acceptable offeror by applying their IFARA, FURA, and MILCON adjustments to their respective TPP (PV).



1.1.4 The Government will then compare the resulting TEPs for all acceptable proposals to determine the lowest TEP. If there are no acceptable proposals with a TEP [total evaluated price] that is less than or equal to 101% of the lowest acceptable proposal TEP, the Government will award a contract to that acceptable offeror with the lowest TEP without consideration of the Factor 3 score.



1.1.5 If one or more acceptable proposals have a TEP that is less than or equal to 101% of the lowest acceptable proposal TEP, the Government will then compare the scores obtained in the Factor 3 evaluation for only these proposals, according to the criteria in paragraph 2.4.4.

What can we conclude from our evaluation of the RFP’s evaluation methodology?  We can conclude that the EADS/NOC assessment was correct.  The evaluation methodology clearly favored Boeing’s smaller plane and there was almost zero chance that the larger EADS/NOC aircraft would be evaluated as the better choice. 

What leads us to that conclusion.  Consider the following:

1.      Price is the most important factor; equal to the aggregation of all other factors.

2.      The Mission Capabilities Factor (Factor 1) is simply pass or fail.  There is no weighting for more capability.

3.      Factor 3 includes 93 “non-mandatory technical requirements” that could tilt the evaluation in favor of the more capably aircraft—but only if the proposed prices are within one percent of each other.  In all other circumstances, Factor 3 will not be evaluated.

4.      Once an offeror passes Factor 1, then the lowest “Total Evaluated Price” (TEP) wins.

Fact:  smaller planes are always cheaper than larger planes.  In fact, Boeing estimators can provide a rough order-of-magnitude (ROM) cost estimate if you tell them the weight of a plane and how many engines it has.  Once the Air Force decided to move the evaluation methodology from a “best value” trade-off (price vs. capability) to a “lowest-price-technically acceptable” (LPTA) methodology, the larger plane had almost zero chance of winning the competition.

A while ago, we posted an article inquiring whether the evaluation methodology might be found to be illegal, because it failed to comply with the Weapon Systems Acquisition Reform Act (WSARA).  We thought there was a fairly decent argument that the RFP needed to conform to the statutory requirements, though (as noted) Northrop has declined to pursue a course of action that would test this argument.  Regardless, the fact that this huge MDAP is being awarded without effective competition is—or should be—embarrassing to the Obama Administration, which has publicly committed to reduce “the combined share of dollars obligated through new contracts in FY 2010 that are: … awarded non-competitively and/or receive only one bid in response to a solicitation or a request for quote ….”




 

Payments Under Undefinitized Contract Actions

E-mail Print PDF


Recently we discussed use of payment withholds to spur contractor action to correct alleged deficiencies in its various internal control systems (now called “business systems” for an unknown reason).  We noted (and linked to) a recent controversy about whether DOD showed favoritism or exercised improper influence with respect to its largest Logistics Capability (LOGCAP) contractor, KBR.  The story is that two commanding generals in the Southwest Theater of Operations directed the cognizant Contracting Officer not to impose a 15 percent payment withhold on KBR’s invoices, even though it was operating under a Undefinitized Contract Action (UCA) and the FAR seemingly required such a withhold.  Eventually an official waiver was granted, but in the meantime the situation was … murky. We noted that applicable statute and regulation requires definitization of UCA generally within 6 months, but KBR had been performing without a definitized Task Order for more than three years.  Our position on this issue is pretty straightforward.  If the DOD can’t get its act together and negotiate a firm price within the required timeframe, then it is unfair to penalize the contractor, who must continue to perform regardless.  DOD’s failure to comply with law and regulation gives it “unclean hands” and it should not profit, to the other contracting party’s detriment, in such circumstances.

In what is perhaps a related move, on March 5, 2010 the DOD published in the Federal Register a revision to DFARS, implementing an interim rule, to make “the limitations on payment of costs prior to definitization of unpriced change orders applicable to all categories of undefinitized contractual actions.”  The interim rule purports to implement § 812 of the 2010 National Defense Authorization Act.  What it does is revise one sentence and adding a new sentence.  According to the rule (found here)—

Section 217.7401 is amended by revising paragraph (a)(2) and adding

paragraph (a)(3) to read as follows:

217.7401  Definitions.

* * * * *

    (a) * * *

    (2) It includes task orders and delivery orders.

    (3) It does not include change orders, administrative changes, funding modifications, or any other contract modifications that are within the scope and under the terms of the contract, e.g., engineering change proposals, value engineering change proposals, and over and above work requests as described in Subpart 217.77. For policy relating to definitization of change orders, see 243.204-70.

As always, the public may submit comments to www.regulations.gov, citing DFAR Case 2009-D035.


 

Using Contractors to Support Warfighters—Cost Savings or Wasteful Spending?

E-mail Print PDF


Recently the Government Accountability Office (GAO) issued a letter to Congress (GAO-10-266R, Warfighter Support) comparing the cost of using contractors versus the cost of using Government employees in military support operations.  As everybody (including GAO and Congress) knows, at this point the DOD is almost entirely reliant on contractors to support its in-theater operations.  Regardless of whether you think that’s a good or bad thing, it’s an uncontroverted fact.  More recently, DOD has announced its intention of “in-sourcing” some functions currently performed by contractors, gearing up to hire as many as 20,000 new employees. 

We recently posted an article on “contrarian” views published by the Lexington Institute.  The author, Dr. Loren Thompson, asserted that adding more positions wasn’t the right answer.  In summarizing Dr. Thompson’s thoughts, we wrote—

Adding more acquisition, audit, and program management professionals to DoD’s ranks … will compound the problem. … Dr. Thompson notes that those new heads will take additional funds—not just to cover the costs of salary and benefits, but also to cover the costs of training, equipping, housing and supporting them. As Dr. Thompson notes, ‘When you add up all these costs, the long-term burden of taking on 20,000 new acquisition professionals will be over $80 billion -- which just happens to be the projected cost of buying a replacement for the Trident ballistic-missile sub.’

So when GAO’s analyzes the relative cost of hiring contractors versus hiring Government employees, it is relevant to our interests. 

The GAO “report” (we hesitate to call it a report because it is not in the usual GAO report format) started off by noting a 2005 Congressional Budget Office (CBO) report that concluded “over a 20-year period, using Army military units would cost roughly 90 percent more than using the contractor.”  But it also noted a 2008 CBO report that concluded “for the 1-year period beginning June 11, 2004, the costs of the private contractor did not differ greatly from the costs of having a comparable military unit performing similar functions.”  Accordingly, the results of this GAO analysis would be an interesting addition to the history of the topic.

The GAO next notes that DOD was unable to provide it with sufficient information to conduct a meaningful analysis, so it was forced to look only at the State Department’s use of military contractors.  While that’s better than nothing, it is disappointing that GAO couldn’t get the necessary DOD information that would have permitted it to really add to the on-going debate on the subject.

GAO reviewed four task orders from the State Department’s Worldwide Personal Protective Services (WPSS) II contracts and one contract for Baghdad embassy security.  As GAO reports—

Our comparison of likely State Department costs versus contractor costs for four task orders and one contract awarded by the State Department for security services in Iraq showed that for three of the task orders and the contract, the cost of using State Department employees would be greater than using contractors, while the State Department’s estimated cost to use federal employees was less for the other task order. For example, using State Department employees to provide static security for the embassy in Baghdad would have cost the department approximately $858 million for 1 year compared to the approximately $78 million charged by the contractor for the same time period. In contrast, our cost comparison of the task order for providing personal security for State Department employees while in the Baghdad region—which required personnel that have security clearances—showed that for this task order, the State Department’s estimated annual cost would have been about $240 million, whereas the contractor charged approximately $380 million for 1 year.

(Emphasis added.)

So in three of four contract scenarios evaluated, using contractors actually saved the State Department money.  And not just a little bit of money—GAO reported that use of Government employees was more than 10 times more expensive than using contractors.  Moreover, where use of Government employees would have been cheaper, GAO noted that “because the State Department does not currently have a sufficient number of trained personnel to provide security in Iraq, the department would need to recruit, hire, and train additional employees at an additional cost of $162 million.”  In other words, when one adds the additional $162 million in government costs to the State Department’s estimated annual estimated cost of $240 million, one gets $402 million versus the contractor’s charges of $380 million—i.e., the contractor is marginally cheaper.  To sum up, GAO found no instance where use of State Department employees to replace contractors would result in any cost savings to the U.S. Government or to the taxpayers.

What drove the Government’s costs?  GAO reported that—

over one-half of the State Department’s estimated costs for deployed employees were to cover costs required to sustain the employees overseas. The State Department’s estimated cost to provide security included components such as salaries, benefits, cost of living allowances and overtime, overseas costs, and other support costs associated with deploying and sustaining U.S. citizen employees overseas. Overseas costs included things such as furniture, furnishings and equipment for office spaces and residences, maintenance and repair of living quarters, and travel cost for rest and relaxation for deployed personnel.

In addition, GAO noted that “some costs associated with providing Iraq security services using federal employees—such as developing new career fields, providing additional overhead, and building new housing—are difficult to quantify.” 

So to those who think the costs of the “Global War on Terrorism” were driven up by increased use of contractors, this GAO report seems to an effective rebuttal.  It’s too bad the DOD couldn’t or wouldn’t provide sufficient information to put a final nail in the coffin of that point of view.


 

New DFARS Rule Focuses on Role of Contractors in Crisis Situations

E-mail Print PDF


Last September we told you about an August 2009 DOD Class Deviation that addressed continuity of mission critical services that will “enable agencies to continue their essential functions across a broad spectrum of emergencies.”  The Class Deviation provided DOD Contracting Officers with clauses that contained language directed at certain contractors, such as “expected to use their best efforts to continue providing such services, in accordance with the terms and conditions of their contracts even during periods of crisis."  We noted that the new clauses might create some ambiguity between them and the “excusable delays” and “termination for default” clauses, which specify rights and remedies for the contracting parties when the contractor cannot perform the work.  Finally, we opined that “it is nice to require ‘full cooperation’ during times of emergency, but it is doubtful how much contractors can actually do to compel employees to come to work, if they choose not to.”

So it should not come as any great surprise that on March 5, 2010, DOD published in the Federal Register notification of intent to promulgate an interim rule codifying its 2009 Class Deviation into an official DFARS regulation.  See the Federal Register notice here.

The interim rule established a new DFARS Subpart—237.76 “Continuation of Essential Contractor Services”—that provides definitions of the terms relevant to the issue, a policy statement, and a new contract clause for DOD contracts.  The new clause (252.237-7023) performs much the same function as the clause(s) contained in the Class Deviation.  It puts the contractor on notice that some or all of its services provided under the contract are considered to be “essential contractor services” as that term is defined in the regulations, it requires preparation of a written plan “for continuing the performance of essential contractor services … during a crisis,” and requires notification and cooperation in the event of non-performance.  For cost accountants, note that the clause requires segregation of all costs incurred in “continuing performance of essential services in a crisis situation,” as well as notification of any associated contract cost impact within 90 days after commencement of those continued services. Finally, this language in the new clause caught our attention:  “As directed by the Contracting Officer, the Contractor shall participate in training events, exercises, and drills associated with Government efforts to test the effectiveness of continuity of operations procedures and practices.”

On a related note, the DFARS revision is being promulgated as an “interim rule” because “This action is necessary to ensure that essential contractor services are not interrupted by crises such as those caused by hurricanes, tornados, earthquakes, blizzards, floods, or pandemic influenza.”  Curiously, we were unable to locate any mention of the existing Class Deviation, which would seem to reduce the urgency of the matter.

As always, the public may submit comments on new promulgations at www.regulations.govMention DFARS Case 2009-D017 in your submission, should you choose to make one.




 


Page 244 of 278

Newsflash

Effective January 1, 2019, Nick Sanders has been named as Editor of two reference books published by LexisNexis. The first book is Matthew Bender’s Accounting for Government Contracts: The Federal Acquisition Regulation. The second book is Matthew Bender’s Accounting for Government Contracts: The Cost Accounting Standards. Nick replaces Darrell Oyer, who has edited those books for many years.