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

Your Disgruntled Employee Has the Means to Make Your Life Miserable

E-mail Print PDF

Disgruntled_Employee
It’s a popular myth among those contractors who’ve been the subject of a qui tam suit under the False Claims Act that those filing such suits on behalf of the U.S. Government are simply disgruntled employees with an axe to grind for some perceived wrong that was done to them. That myth is wrong, of course. If the only people who filed qui tam suits under the FCA were disgruntled employees trying to get back at their (former) employers, then there would be no findings of liability and only the smallest of settlements. But that’s not the case.

While many qui tam “relators” are, in fact, disgruntled, there is often some basis to their suits. We see this when the DOJ intervenes and the ensuing litigation leads to an enormous settlement. So the fact of the matter is that the emotional state of the relator is irrelevant to whether or not the Courts will find a sufficient factual basis to support a finding that the contractor violated its duty to submit accurate invoices to the U.S. Government.

All that being said, your company risks a qui tam suit every day. Every disgruntled employee is a potential relator. If you make your employees disgruntled, through your management actions (or inactions), then you increase the risk that one or more of them are going to file suit.

(By the way, if there are “disgruntled” employees, might there also be “gruntled” employees? Can a disgruntled employee get “regruntled” and transform from being disgruntled to “gruntled”? We’re just asking.)

When you fire employees, even for wrongdoing, you better make sure that your house is in order, because they may fire back. The DOE contractor, CH2M Hill Hanford Group, Inc., recently learned this lesson the hard way. The DOJ announced that it had intervened in a qui tam suit filed by one Mr. Carl Schroeder, a former CH2M Hill employee at the Department of Energy’s Hanford site. CH2M Hill ran the Hanford clean-up contract for nine years (from 1999 through 2008). It was a big, big, contract; and CH2M Hill made a big, big profit on the backs of its employees there.

We don’t know all the details but, according to the DOJ press release, Schroeder was one of eight former CH2M Hill employees who pleaded guilty to felony charges “stemming from time card fraud.” Apparently, Schroeder knew a lot about time card fraud, because he turned around and filed a qui tam suit against CH2M Hill, alleging “that numerous CH2M Hill hourly employees regularly and substantially overstated the number of hours that they worked [and that] CH2M Hill management knowingly condoned this practice and submitted inflated claims to the Department of Energy that included the fraudulently claimed hours.”

We did a little research, and found this article from November 2011 that provided some more details regarding the Schroeder situation. The article reported that—

Based on documents filed in court, Mr. Schroeder began working at CH2M Hill in 2002 and quickly learned that a scheme and conspiracy to submit false time cards was widespread. According to Mr. Schroeder’s plea agreement, although the time card fraud scheme and conspiracy was contrary to CH2M Hill’s written procedures, submitting false time cards for unearned pay was an accepted practice, which Mr. Schroeder learned of through a variety of means including through certain direct supervisors. Mr. Schroeder, in his plea agreement, admitted to participating in and profiting from the time card fraud scheme and conspiracy.

Based on court filings, the time card fraud conspirators also engaged in patterns designed to avoid detection by law enforcement. Additionally, the court documents reveal that certain CH2M Hill supervisory personnel, despite being aware of the time card fraud conspiracy in general and Mr. Schroeder’s participation in particular, did not reprimand or admonish Mr. Schroeder in any way until the discovery of the conspiracy by law enforcement was brought to their attention.

It was noted in the DOJ release that the U.S. will move to have Schroeder dismissed from the action on the basis of his criminal conduct. So, apparently, he will not profit from filing his suit.

But that’s cold comfort to CH2M Hill, who must once again defend itself from allegations that it violated the False Claims Act. And that’s not even counting the litigation initiated by the LA County Department of Water and Power in 2006 under the State of California’s own False Claims Act.

Certainly, CH2M Hill must have learned by now that its operations, which generally take place in remote locations far from its Corporate Headquarters in Denver, Colorado, are subject to risks that a reasonable person might think would be worth some largish internal control and awareness training investments, in order to mitigate.

Recently, we came across some excellent employee awareness training that we want to bring to our readers attention. The training was designed to reduce the chances that a disgruntled employee might file a lawsuit against its employer (or former employer). The takeaway was this: disgruntled employees don’t start out disgruntled. They become disgruntled because their concerns are not adequately addressed by management. When an employee brings concerns to your attention, the proper response is to take those concerns seriously, investigate them thoroughly, and then report back to the employee. Doing so not only militates against employee resentment, but it also creates an opportunity for a real process improvement that could generate positive benefits for the company.

Failing to adequately address employee concerns leads to employee cynicism at best, and disgruntlement at worst. Employees who don’t think their concerns are being heard by management are very likely to turn elsewhere, such as the Inspector General or external counsel—whom, we assure you, will be very happy to take those concerns seriously.

 

Ineffective Subcontractor Management Costs KBR Millions

E-mail Print PDF

Ineffective_Management
We could write several thousand words about the importance of effective subcontractor management, because we consider it to be the number one most important factor that determines whether or not a program executes on time, on schedule, and within the contractual quality envelope. Indeed, we have already written thousands of words on this topic, having previously posted several articles bearing on it. (If you are interested in those articles, the site has a keyword search feature.)

We have also written several thousand words about the importance of documenting why the prices paid to subcontractors were reasonable in amount. We dedicated a series of four articles to the obstacles facing Kellogg Brown & Root Services (KBR) as it attempted to prove the price it had paid one of its largest LOGCAP subcontractors, Tamimi, for dining support services at Camp Anaconda, Iraq, was reasonable in amount—and thus reimbursable under its cost-type prime contract with the U.S. Army. It cost KBR about $30 million (by our reckoning) for its failure to prove the prices it had negotiated with Tamimi were reasonable. We discussed some lessons learned from Judge Miller’s decision. Among those lessons learned we asserted that—

  • KBR had the ability to determine the best subcontract type, to conduct (and document) negotiations and, thus, to be prepared to demonstrate why Tamimi’s prices were fair and reasonable. Ultimately, KBR was not able convince Judge Miller that it had done a good job in those areas.

  • … acquisition personnel need to own subcontractor source selection and award decisions. In this case, KBR’s Operations personnel ran roughshod over KBR’s Purchasing System policies and procedures in the name of expediency and troop support. … KBR personnel obviously did not work as a coherent team, and let organizational silos get in the way….

We mention the foregoing because KBR recently lost another case at the Court of Federal Claims, for similar reasons.

We are not going to spend a lot of time discussing the facts that led to the dispute over subcontractor pricing. As was the case with Tamimi, KBR was supporting the Army in Southwest Asia by providing dining services. In the words of Judge Miller, resolving the dispute between KBR and the Army “calls for reconciliation of the prime contractor’s burden to provide reasonable justification—years after the fact—for claimed costs that were passed through to the prime contractor under fixed-price contracts with the reality that the costs were incurred during the exigencies of war.”

One subcontract (called the “SK 465 subcontract”) was awarded pursuant to competition. That is to say, a Request for Proposals was issued, multiple proposals were received from potential subcontractors, the proposals were evaluated, and a winner was selected. Normally—and when properly documented—those circumstances are considered sufficient to demonstrate that the price paid to the winner is fair and reasonable. ABC International Group (“ABC”) was the winner of the SK 465 subcontract.

Unfortunately for KBR, although its evaluation of the bidders showed that ABC was the low bidder (which is why it was selected), there was an error in the evaluation spreadsheet prepared by the KBR Subcontract Administration team. Instead of being $100,000 lower than the next lower competitor (Eurest), the reality was that ABC’s proposed price was $1 million higher than Eurest’s bid. The error was not discovered during the “green sheet” management review and, indeed, was not discovered until after the subcontract had been awarded to ABC. In addition, the KBR Pre-Negotiation Memorandum (PNM) was acknowledged (by both parties to the litigation) to be “inadequate” and poorly documented/supported.

Oops!

Because the Army kept changing its projected personnel counts, the SK 465 subcontract was based on bands of headcounts (“headbands”), with a fixed price per head based on what headband the headcount fell in. Indeed, the Army changed its personnel count, the type of dining facility to be constructed, and the location of the dining facility itself. The Army’s changes in its direction to KBR led KBR to change its direction to ABC, resulting in change orders to the SK 465 subcontract. ABC’s change order prices formed a significant basis for the Army’s assertion that the subcontract pricing was unreasonable.

One of the problems was that ABC’s change order pricing was determined by KBR to be reasonable, based on a comparison to ABC’s original pricing (which had been determined to be fair and reasonable based on the competition). This would normally be an acceptable practice—assuming that the original proposal price analysis had been done well. But in this case, since the original proposal evaluation had been flawed, the comparison to it in order to determine the reasonableness of the proposed change order pricing was invalid.

In addition, the KBR Subcontract Administration team’s change order analysis suffered from other problems. As Judge Miller wrote, “Essentially, Mr. Nasery’s methodology justified a quadrupling of the total price because he doubled not only the number of troops to be served, multiplied by the rate per person, but also the per-person rate.”

Oops!

In November, 2007, DCAA issued a “Form 1” suspending payment of “certain costs that KBR paid to ABC pursuant to [Change Order 1] such as costs for dining equipment, the facility lease, reefers, generators, labor, and consumables”—for a total of $11.3 million. A year later (December, 2008), DCAA supplemented its original Form 1 and increased the amount of the suspended costs to $12.5 million. The revised Form 1 was received by KBR in July 2009. (No reason was provided for the seven month delay.)

The DCAA told KBR that its subcontractor payments were considered unreasonable—

… because KBR[] performed an inadequate analysis related to (i) the prices for higher headcount bands, and (ii) the costs of building a new DFAC facility. In addition, KBR[] billed costs using a headband that was significantly higher than the actual headcount served.

In January, 2008, DCAA issued another Form 1, suspending “$783,342 of KBR’s direct costs, indirect costs, and fee.” KBR remitted this amount to the U.S. Treasury. However, in May, 2010, DCAA revised its Form 1, lowering the amount of suspended costs to $698,779. The U.S. Government did not refund to KBR the difference (i.e., the excess amount of suspended costs).

(As an aside, this is a good example of why giving DCAA the authority to suspend contractor costs at its discretion often leads to an abuse of that authority, since DCAA auditors are not held accountable for injuries to the contractor from their errors.)

In deciding the appeal, Judge Miller wrote the following regarding cost reasonableness—

While the court considers the violence in Iraq as a circumstance bearing on the reasonableness of the agreed-upon prices, the court emphasizes that the determination is not what the court considers to be reasonable; rather, the court will examine whether plaintiff’s evidence supports the claimed amounts as reasonable.

[Emphasis added.]

Using that standard, Judge Miller found that KBR did not meet its burden, writing—

KBR has not shown that it employed sound business practices and acted as a reasonably prudent business in accepting ABC’s proposed prices for CO 1. The court accepts KBR’s decision not to hold a competition [for the changed work] as reasonable, given the sense of urgency conveyed by Major Hunter and the Army. That urgency, however, is insufficient to justify the acceptance of unreasonable prices. Moreover, while it does appear that KBR—whether pursuant to its request or not—received additional information from ABC supporting the prices in the latter’s proposal, this, too, is insufficient to establish reasonableness. This information did not illuminate the costs of the components that ABC would provide; rather, the documents that Mr. Al-Awadi submitted to Mr. Nasery in July 2004 merely identified the numbers of each component that would be provided, the number of laborers for each job title that would be necessary, the layout of the new DFAC, and a schedule of materials to be used.

[Emphasis added.]

However, KBR did win on some items. It was awarded $4.2 million for erroneously suspended costs that were never refunded (as well as for some undisputed cost items), and it was awarded the disputed dining facility costs (because Judge Miller found KBR’s price justification to be persuasive for that element). It also prevailed on the second Form 1 issue, which turned on an interpretation of subcontract payment terms. That said, by our reckoning ineffective subcontractor management cost KBR more than $8 million.

 

Proposal Preparation Costs for Change Orders and Claims

E-mail Print PDF

USPS
Astute readers may have noticed that we’ve recently spent significant verbiage discussing the Contracting Officer Final Decision and how the CoFD factors in to making claims against the Government, and they may have wondered why. We have nothing to say, and can neither confirm nor deny. (** Whistles innocently **)

Here’s more of the same.

Recently, the Court of Appeals, Federal Circuit, issued an opinion in the matter of Tip Top Construction v. Donahoe, Postmaster General. The opinion discussed a number of issues that are of interest and relevance, including whether change order proposal preparation costs should be treated as direct or indirect costs, whether a contract clause can create mutual agreement between the contracting parties regarding the allowability of proposal preparation costs, whether the cost of outside consultants and attorneys can be recovered in the price of a change order, and how such costs should be supported.

Here’s the story as we understand it—keeping in mind that we are not attorneys and you should obtain legal advice from competent counsel if you are dealing with these issues.

Tip Top Construction received an ID/IQ type contract from the U.S. Postal Service, in which work to be performed would be issued via Work Order. The process of issuing a Work Order included: (1) a Joint Scope Meeting, (2) preparation of a Detailed Scope of Work, (3) submission of a firm fixed-price proposal in response to the Detailed Scope of Work, (4) acceptance of the proposed price, and (5) issuance of the Work Order at the accepted price. The contract contained a clause that prohibited recovery of proposal preparation costs, stating “The contractor shall not recover any costs arising out of or related to the development of the work order including but not limited to the costs to review the Detailed Scope of Work or prepare a Price Proposal Package . . . .” In addition, the contract contained a Changes clause worded very much like the same FAR contract clause (52.243-1).

Pursuant to the foregoing, the USPS issued a Work Order (valued at $229.7K) to Tip Top to replace the air conditioning system at the Main Post Office on an island in the Virgin Islands. During performance, an issue arose regarding the type of refrigerant to be used in the replacement system. Ultimately, the USPS directed Tip Top to use the refrigerant type it wanted (with an associated change in the type of equipment) and to submit a proposal for the additional cost of the changed work. The value of Tip Top’s change order proposal was $28,838. The USPS directed Tip Top to proceed with the changed work, “for a price to be determined later but not to exceed $28,838.43.”

For the next nine months, “Tip Top and the Postal Service discussed pricing of the changed work.” That is to say, the parties spent nine months and an unknown number of hours discussing less than $30,000. And yet, after nine months, there was no agreement and nobody got fired. It’s a wonderful world, right? Now we understand why the USPS is losing so much money.

According to the Appellate decision—

The critical issue in the negotiations was whether Tip Top was entitled to recover the costs it incurred in preparing the $28,838.43 estimate that Mr. Diaz [Tip Top’s outside consultant] submitted to Mr. Morales [the USPS Construction Manager] on October 18, 2009.

During that nine month period, the USPS Contracting Officer sought guidance from his superiors on the sticking point, asking, “If one of our JOC Contractor firms hires a firm to do their cost estimating for proposals and modifications is the cost . . . considered an overhead charge or does it become a direct or indirect billable cost?” The answer received was that “The cost is an overhead charge and not a billable cost.”

By this time, Tip Top had retained outside counsel to assist in negotiations and its bills were mounting. Finally, at the end of nine months, it submitted a claim under the Contract Disputes Act for $34,553.77. As the Court noted, the claim was comprised of—

… (i) Tip Top’s subcontractor’s price for the change (in the amount of $18,757.43, plus 10% profit, 4% insurance, and 4% gross receipts tax, for a subtotal of $22,133.77); (ii) $9,655 for ‘Preparation Costs & Extended Overhead’; and (iii) $2,745 for ‘Legal Fees.’

So now we have to modify our previous statement. We can see that the parties spent nine months and an unknown number labor hours discussing less than $10,000. And there was no agreement and nobody got fired. And now there was a formal claim, to boot. And the price of your postage was just increased, and now you understand why.

The USPS Contracting Officer issued a Final Decision, granting an equitable adjustment in the amount of $22,133.77, but denied the remainder of the claim, on the grounds that (1) recovery of proposal preparation costs was prohibited by the contract clause, and (2) it was unreasonable for Tip Top to spend $6,705 to prepare a change order valued at $22,100. On appeal to the Postal Service Board of Contract Appeals (PSBCA), Tip Top was granted an additional $2,565 for costs it paid to its outside consultant (Mr. Diaz) for the period ending October 15, 2009 (which is the date on which the USPS accepted Tip Top’s proposal “for a price to be determined later ….”

Notably, the PSBCA ruled that the contract clause in question did not bar recovery of change order proposal preparation fees. As the Court of Appeals (Federal Circuit) wrote—

The Postal Service had urged that the provision in Contract Clause B.309 barred recovery of the costs Tip Top sought. The Board rejected this argument. The Board stated that Clause B.309 did not apply to Tip Top’s claim because the clause only barred recovery of contractor costs incurred in reviewing a Detailed Scope of Work. This, the Board stated, was ‘a process exclusive to award of the original work order.’ The Board continued that it was the changes clause of the contract that governed Tip Top’s claim for an equitable adjustment resulting from the Postal Service’s change order. The Board ruled that Tip Top had met the requirements for recovery under this clause as far as the $2,565 in costs relating to Mr. Diaz’s work prior to October 15, 2009 were concerned. The Board stated that the costs were compensable because they represented ‘an increase in [Tip Top’s] direct cost of performance due to the change.’

Thus, the PSBCA clearly ruled that the costs of preparing the change order proposal were allowable direct costs pursuant to the contract’s Changes clause. However, the PSBCA did not grant Tip Top the remainder of its claim, which consisted of “Mr. Diaz’s fees and overhead costs after October 15, 2009 until he left the job in March of 2010 [and] legal fees … for work done during the period April 21 through June 8, 2010.” The PSBCA denied Tip Top recovery of these costs because—

… the negotiations between Tip Top and the Postal Service after October 15, 2009, relating to recovery of Tip Top’s estimating costs, which resulted in work by Mr. Diaz and outside counsel, ‘had nothing to do with performance of the changed work or genuine contract administration and were solely directed at trying to convince the contracting officer to accept [Tip Top’s] figure for the change and maximizing [Tip Top’s] monetary recovery.’ The Board concluded: ‘[O]nce the substitute equipment was approved, nothing remained to be negotiated except the price. There is no evidence that the parties’ negotiations addressed an extended delivery schedule or any other changes to contract performance requirements.’ The Board also found that Tip Top had not adequately documented Mr. Diaz’s charges, stating, ‘As the consultant likely was working on other project matters, it was incumbent upon [Tip Top] to identify hours, if any, spent on the equipment change issue, and it has not done so.’

Tip Top appealed the PSBCA decision to the Court of Appeals (Federal Circuit), who had this to say—

The question is whether costs arising from negotiations relating to the price of the changed work are recoverable in this case because they constituted part of the increased costs arising from the change directed by the Postal Service. … In short, both the PSBCA and the government take the position that reasonable contract administration costs arising in the setting of a change order are recoverable. We do not disagree. It seems to us proper that if a change order requires a contractor to incur contract administration costs, those costs are recoverable to the extent they are reasonable. Thus, the dispute depends on whether the costs are classified as general contract administration costs or claim preparation costs. …

In our view, both the costs of Mr. Diaz’s work between October 15, 2009, and March 8, 2010, and counsel’s fees through June 8, 2010, were incurred ‘for the genuine purpose of materially furthering the negotiation process.’ [Citing Bill Strong, 49 F.3d at 1550.] … Only on June 18, 2010, did negotiations finally end when Tip Top submitted its claim under the CDA. Simply because the negotiations related to the price of the change does not serve to remove the associated costs from the realm of negotiation and genuine contract administration costs. Consideration of price is a legitimate part of the change order process. In holding otherwise, the Board, we believe, erred.

The Appellate Court also found that there was sufficient evidence that the costs being claimed by Tip Top were incurred for the purposes stated. Tip Top was entitled to the additional $9,835 it had sought, plus interest on its claim pursuant to the CDA.

So, readers, it took an Appellate Court to decide a quantum of less than $10,000—a quantum that should have been quickly negotiated and settled by the USPS Contracting Officer. Instead, the $10,000 remained a matter of dispute for nine months, and was a matter of litigation for more than two years. And to our knowledge, nobody got fired.

And the Postal Service is losing money by the bucketful while cutting back service and raising the price of postage. And now you understand why.

 

GAO Report Wins Literature Prize

E-mail Print PDF

The-Fleecing-of-America
Occasionally, we take issue with the quality of audit reports issued by the various oversight agencies. For instance, we once wrote that an audit report from the NASA Inspector General’s office included a paragraph filled with “a bunch of nonsensical gobbledygook,” and called the IG auditors “apparently clueless.” We took another opportunity to criticize an audit report from the Department of Energy’s Inspector General, writing that it unquestioningly relied on the work of Los Alamos’ internal audit function, while overlooking an apparently fundamental conflict of interest in the personnel performing the internal audits. And don’t even get us started listing the number of times we’ve criticized DCAA! (Okay, here’s a good one.)

But we are not the only ones looking at the output of government oversight agencies. Not at all. And recently, the Government Accountability Office (GAO) was awarded a literature prize of the quality of one of its audits. It was awarded the 2012 Ig® Nobel Prize for literature.

The Ig® Nobel Prizes are awarded for those research projects (or audit reports) “that first make people laugh, and then make them think.” According to the website of the Improbable Research organization, the IG® Nobel Prizes are awarded annually, and actually handed out by “bemused genuine Nobel laureates.”

The GAO was among distinguished company. Other winners included a fluid dynamics analysis of what happens when a person carries a cup of coffee while walking, and a psychological paper discussing why the fact that the Eiffel Tower leans to the left makes it look smaller. Past winners have included papers carrying such titles as “No Evidence of Contagious Yawning in the Red-Footed Tortoise,” How to Procrastinate and Still Get Things Done,” and “Swearing as a Response to Pain.” Just to mention a few.

The GAO report that won the literature prize was entitled, “Actions Needed to Evaluate the Impact of Efforts to Estimate Costs of Reports and Studies”—GAO-12-480R, dated May 10, 2012. The report criticizes DOD’s methodology for calculating the cost of providing reports and studies (which was undertaken pursuant to DOD’s “Better Buying Power Initiative”). The GAO report recommended that the Secretary of Defense evaluate the methodology being used and take steps to improve the calculation of the cost of providing reports and studies.

The IG® Nobel Literature Prize award described the GAO report as being “a report about reports about reports that recommends the preparation of a report about the report about reports about reports.”

The Defense Industrial Daily commented that the IG® Prize description was “close enough” to the actual report content.

Clearly, the Better Buying Power Initiative is working out just about as we predicted.

 

DOD Adds More Reviewers to the Forward Pricing Rate Negotiation Process

E-mail Print PDF

Too Many Cooks
One of the more interesting metrics that can be used to measure the effectiveness of the Department of Defense’s contract management processes revolves around implementation of Forward Pricing Rate Agreements (FPRAs). According to the Federal Acquisition Regulations (at 2.101), a FPRA is—

… a written agreement negotiated between a contractor and the Government to make certain rates available during a specified period for use in pricing contracts or modifications. These rates represent reasonable projections of specific costs that are not easily estimated for, identified with, or generated by a specific contract, contract end item, or task. These projections may include rates for such things as labor, indirect costs, material obsolescence and usage, spare parts provisioning, and material handling.

One can measure the length of time it takes to establish an FPRA, or the percentage of defense contractors that have successfully negotiated and executed  FPRAs, or the number of those contractors who establish executed FPRAs as a percentage of the total number of contractors who submit Forward Pricing Rate Proposals with the intention of doing so. (Ideally, 100% of those who submit should eventually receive an executed FPRA.) There’s a number of good metrics in this area, and we like to imagine that DCMA management has established (and is vigilantly monitoring) them.

FPRAs are to the government’s benefit because, once established, they act to reduce the time and effort necessary to negotiate contract prices. DCAA has less to audit when the contractor simply submits the agreed-upon forward pricing rates, and DCMA can point to the agreement as evidence that the rates are fair and reasonable. Consequently, the contractor gets put under contract faster and the work starts earlier than it otherwise would have. Deliveries can be scheduled faster and the contractor puts people to work and starts earning revenue faster. Everybody wins!

Establishing FPRAs has been a problem in recent years, for two primary reasons. One, DCAA has gotten tougher and more exacting in its audits of contractor FPR proposals. Two, DCMA has gotten more bureaucratic and less flexible in the granting of discretion to Administrative Contracting Officers. We explored the situation in this article.

DCMA has been fighting itself on the issue of negotiating and executing FPRAs. On one hand, DCMA Director Charlie Williams, Jr. told his Contract Management team that---

At contractor locations where we have determined it is in the government’s interest to establish forward pricing rates, we should be continuously evaluating the rates and the individual pool and base elements that comprise them. In other words, I expect you to be as knowledgeable if not more so than anyone else with respect to the contractor’s rate structures and methodologies so you can provide expert advice based on fact. …

And on the other hand, Mr. Williams' Contract Management team told Government Accountability Office auditors that DCMA has lost its ability to conduct cost and price analysis. DCMA personnel told GAO that—

Loss of this skill set, according to DCMA, meant that many of its pricing-related contract administration responsibilities, such as negotiating forward pricing rate agreements and establishing final indirect cost rates and billing rates, were no longer performed to the same level of discipline and consistency as in prior years.

So, other than DCAA taking forever and a day to issue audit reports (and filling those audit reports with metric tons’ worth of questioned costs), and DCMA taking forever and a day to evaluate those audit reports, obtain Review Board approval to negotiate forward pricing rates, conduct negotiations, obtain agreement, obtain Review Board approval on the agreed-upon rates, prepare a FPRA and obtain the necessary signatures, everything’s going just fine in this area.

Yes, sirree. Just fine.

Now, to assist the DCMA Contracting Officers with their evaluations, DOD Director of Pricing, Shay Assad, issued this memo calling upon the DOD buying activities and military service personnel to participate in contractor out-year business base reviews. Mr. Assad wrote—

Historically, unreliable forecasting of the [contractor’s] business base, particularly in the out-years of a contractor’s forward pricing rate proposal (typically years 3 – 5), has been the leading cause of inaccurate rate proposals, recommendations and agreements. It is also the single leading factor in our inability to reach an agreement on rates with a number of companies. It has resulted in significant dollars at risk in the out years of these rates or agreements. We can no longer afford to have this situation continue.

Because DCMA and the contractor cannot agree on the contractor’s business base three to five years in the future, Mr. Assad requested the participation of “each Service in the analysis of the business base described in our contractor forward pricing rate proposals.” DCMA reviewers “will require support from the buying activities and program office(s) doing business with that contractor.”

Well, there you have it, folks. DCMA is going to improve the FPRA evaluation process by adding more reviewers to the evaluation process. That’s going to streamline things!

Seriously, this is going to be a good thing for the small-to-middlin’ contractors that work primarily with one agency or just have a few contracts. It’s probably going to improve the process for those entities. But for the Top 20 DOD contractors—the ones with hundreds of contracts performed at multiple segments for many buying activities across numerous geographic regions—we predict it’s going to bring the already too-slow process to a full stop.

 


Page 165 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.