This site uses cookies to improve your experience. To help us insure we adhere to various privacy regulations, please select your country/region of residence. If you do not select a country, we will assume you are from the United States. Select your Cookie Settings or view our Privacy Policy and Terms of Use.
Cookie Settings
Cookies and similar technologies are used on this website for proper function of the website, for tracking performance analytics and for marketing purposes. We and some of our third-party providers may use cookie data for various purposes. Please review the cookie settings below and choose your preference.
Used for the proper function of the website
Used for monitoring website traffic and interactions
Cookie Settings
Cookies and similar technologies are used on this website for proper function of the website, for tracking performance analytics and for marketing purposes. We and some of our third-party providers may use cookie data for various purposes. Please review the cookie settings below and choose your preference.
Strictly Necessary: Used for the proper function of the website
Performance/Analytics: Used for monitoring website traffic and interactions
Skills and capability gaps – Public sector organizations often lack the in-house artificial intelligence (AI) and machine learning (ML) expertise required to effectively evaluate, deploy, and maintain generative AI systems. The major components are an AWS account, AWS IAM Identity Center, and Amazon Bedrock.
And the oversight and accountability of subcontracting efforts by prime contractors is getting more scrutiny. The Government Accountability Office’s annual report to Congress on the state of bid protests always is fascinating. The SBPCD is the prime contractor’s proposed response to the small business participation evaluation factors.
On December 21, the Government Accountability Office (GAO) dismissed a protest by ELS, an unsuccessful bidder on a Department of Defense (DOD) task order opportunity, concluding that it did not have jurisdiction to consider it. The protestor’s proposed price was $30,478,050, and its total evaluatedprice was $30,566,297.
Price analysis can be considered a stage of bid evaluation depending on the provisions of a legal and regulatory framework. It is an assessment of the evaluatedprice of a responsive bid to ascertain that it is not unreasonably high nor unreasonably low, but fair enough to the procuring entity and the supplier.
Welcome back to the Cost Corner, where we provide practical insight into the complex cost and pricing requirements that apply to Government Contractors. 3] TINA defines cost or pricing data to mean all facts that, as of the relevant date, a prudent buyer or seller would reasonably expect to affect price negotiations significantly. [4]
In the article, we outlined some key elements that government contractors should consider when deciding whether to submit CSO proposals include: Evaluation: CSOs are reserved for the acquisition of products or services new to the federal contracting space.
By: Richard Arnholt On November 8, the Government Accountability Office (GAO) denied an unsuccessful bidder’s protest that asserted the Veteran Administration’s (VA) evaluation of Texas Waste Company’s past performance was unreasonable and reflected the Contracting Officer’s (CO) bias.
As the IRS’s Direct File pilot approaches the end of its 2024 runway, a new watchdog report finds that the tax agency’s cost estimates for the program were incomplete and would need “a comprehensive accounting” ahead of a potential takeoff in 2025.
On October 26, the Government Accountability Office (GAO) sent its annual bid protest report to Congress, which reflected a dramatic increase in protests filed following four straight years of decline. The report provides important insights into the current state of GAO bid protests. Most prevalent protest grounds.
This efficiency opportunity will eliminate structural stovepipes that have hindered accountability, consistency, flexibility, and workload optimization. Embrace dynamic pricing models that leverage competition from the commercial market. Static pricing ultimately hinders competition and reduces value for customer agencies.
On November 21, the Government Accountability Office (GAO) denied an unsuccessful bidder’s protest, arguing that the terms of a solicitation were biased and that the awardee failed to comply with a mandatory solicitation requirement. The procurement contemplated the award of a fixed-price contract for help on two missions in the region.
In the complex world of government contracting, understanding and implementing Cost Accounting Standards (CAS) is crucial for success. Today, we’re diving deep into CAS 406, which focuses on establishing and adhering to cost accounting periods.
Two Quick Ways to Fail DCAA T imekeeping Requirements The federal government is the biggest purchaser of goods and services, so it's important that you have a good grip on your accounting practices. DCAA’s position, as in other cost accounting practices, is that “if it isn’t documented, it didn’t happen.”
It takes into account components like Cost, Quality, and Technicality of various bid proposals while deciding a contract award. Evaluation of tender is divided into two parts first being the technical Evaluation that involves the assessment of the tender bin its technical merit.
And, evaluating the product on any characteristics that are not included in the solicitation, even if incorporated by reference to the name brand item, can lead to an improper exclusion of offerors from competition. Well, the answer to that lies in the solicitation.
chairman of Homeland Security and Governmental Affairs Committee, and Joni Ernst (R-Iowa), ranking member of the Small Business and Entrepreneurship Committee, are trying to correct a misunderstanding of congressional intent when it comes to how and when agencies should consider price when reviewing proposals for contracts.
According to NASA, the SSA was appointed after the Source Evaluation Board (SEB) was selected, and all participants in the procurement process were reminded of their obligations under the FAR, NFS, and Procurement Integrity Act. Generally, agencies are afforded broad discretion when evaluating whether an OCI exists.
On November 16, 2023, the General Services Administration issued a proposed rule updating the General Services Acquisition Regulation (GSAR) Federal Supply Schedule Economic Price Adjustment (EPA) clauses. limits on the timing and number of price adjustments). Pricing context is dependent on accurate, relevant data.
Offerors are sometimes distressed when an agency selects a significantly higher priced, higher technically rated proposal in a best value determination. The Government Accountability Office (“GAO”) does not agree that quantification is required. Bulova Techs, LLC, B-281384, Feb.
Government agency programs like the GSA Schedules provide long-term contracts, allowing businesses to sell commercial products and services at pre-negotiated prices, simplifying the purchasing process. Understanding the pricing structure outlined in the RFP can help in formulating a bid that aligns with government expectations.
On November 21, the Government Accountability Office (GAO) denied an unsuccessful bidder’s protest, arguing that the terms of a solicitation were biased and that the awardee failed to comply with a mandatory solicitation requirement. The procurement contemplated the award of a fixed-price contract for help on two missions in the region.
Welcome back to the Cost Corner, where we provide practical insight into the complex cost and pricing requirements that apply to Government contractors. Applicability of the FAR Cost Principles The FAR Cost Principles apply to the “pricing of contracts, subcontracts, and modifications whenever cost analysis is performed.” [1]
This efficiency opportunity will eliminate structural stovepipes that have hindered accountability, consistency, flexibility, and workload optimization. Embrace dynamic pricing models that leverage competition from the commercial market. Static pricing ultimately hinders competition and reduces value for customer agencies.
Transparent communication also promotes accountability and trust between the parties and with the public. In the interim, the document should be rescinded, with contracting officers referring back to the GSAR and FAR for guidance on determining fair and reasonable pricing.
On November 16, 2023, GSA issued a proposed rule updating the General Services Acquisition Regulation (GSAR) Federal Supply Schedule Economic Price Adjustment (EPA) clauses. The rule proposes to remove “certain economic price adjustment requirements within these clauses to better align with commercial standards and practices.”
A recent decision confirms that in a source selection, the Government Accountability Office (“GAO”) saw nothing unreasonable in giving credit to an offeror that exceeded the solicitation requirements but could provide value to the agency during contract performance. Awardee’s evaluatedprice was $64.98 May 11, 2023.
HUBZone-certified businesses not only gain eligibility for set-aside contracts but also receive a 10% priceevaluation preference in full and open contract competitions. A DCAA-compliant accounting system must properly document costs and transactions, exclude unallowable costs, and ensure compliant timekeeping functionality.
In a recent protest, the Government Accountability Office (“GAO”) held that although performance risk was not specifically listed as an evaluation criterion, an agency may always consider risk that is intrinsic to the stated evaluation factors. South Dade A/C and Refrig., B-421406, April 25, 2023.
Transparency and accountability are crucial to maintaining public trust and require clear policies on surveillance use and data access.” Through that leverage, Cunningham believes that governments can often secure better pricing and terms than they would individually.
Federal Acquisition Policy and Procedure (PAP) 2021-05, Evaluation of FSS Program Pricing , sets forth “comprehensive guidance regarding the evaluation of pricing throughout the life of a Federal Supply Schedule (FSS) program contract.” Pay a Fair and Reasonable Price ). Emphasis added.) See Section 2.
DISPARATE TREATMENT MATERIAL EXCEPTION PRICEEVALUATION PAST PERFORMANCE BEST VALUE DETERMINATION The post 60-Second Sustains: Deloitte Consulting LLP and Softrams LLC appeared first on Government Contracts Navigator. Jochum ● Deloitte Consulting LLPB-422094; B-422094.2 Deloitte Consulting LLP; Softrams, LLCB-421801.2,B-421801.3,B-421801.4,B-421801.5,B-421801.6
Government Accountability Office and the U.S. Court of Federal Claims concerning an agency's decision not to hold post-award discussions, a timeliness trap in certain Federal Supply Schedule procurements and the importance of providing contemporaneous documentation in price-evaluation protests.
Boston Consulting Group Federal filed a complaint with the Government Accountability Office on Aug. One is there is still, even for us, a lot of confusion around how we evaluate joint ventures and small business teams who are coming together as primes as part of the source selection process. 28 over the terms of the solicitation.
This position also assists agency staff with purchasing activities to ensure that purchase requisitions and activities comply with Kitsap Transit’s procurement policies; receives and reviews requisitions for products and services; ensures proper authorizations, and accuracy of account numbers and descriptions.
Before GAO got to a decision there, the agency took corrective action, held exchanges with Cogent and ASG, got revised quotations, and then decided that actually it was going to award to Cogent which had a substantially lower price. Tom Temin Even if they could say, well, this subcontractor will continue to evaluate this data.
Welcome back to the Cost Corner, where we provide practical insight into the complex cost and pricing requirements that apply to Government contractors. 28] DCAA Audit Guidance Chapter 6 of the DCAM, Incurred Cost Audit Procedures, includes detailed guidance for evaluating the reasonableness of compensation costs.
The Government Accountability Office recently upheld the protest of a contract award from the Defense Intelligence Agency. It used a slightly unconventional approach to evaluating bidders. And then assuming you passed, they would assess you based on technical approach and capability, and price. Two separate buckets.
The Government Accountability Office (“GAO”) recently considered an award where the awardee had performed part of a past performance reference and agreed with the agency that it demonstrated the awardee’s capability. million while LPE’s price was $28.6 million while LPE’s price was $28.6
It’s rare but it does happen, that the Government Accountability Office (“GAO”) sustains five separate violations of the procurement regulations in a single protest. The LOC’s priceevaluation considered only 16 out of 18 total labor categories, even though use of all categories was required by the solicitation.
This year’s tables include: November 20: GSA MAS PMO GSA Pricing Tools Medical/Surgical Supply BPAs SAM.gov PMO VA Federal Supply Schedule (FSS) November 21: VA FSS View the agendas for more details. Implementing an HHS-wide strategy to support greater enforcement and accountability. Thank You Sponsors !
TTS Director Ann Lewis said in a statement that Kim “will lead the team to implement the recently-announced launch of an optimized pricing structure and a new pilot for selfie-based identity verification, both of which will empower even more agencies and programs to use Login.gov to benefit people nationwide.”
This year’s tables include: November 20: GSA MAS PMO GSA Pricing Tools Medical/Surgical Supply BPAs SAM.gov PMO VA Federal Supply Schedule (FSS) November 21: VA FSS Community Care Network (CCN) View the agendas for more details. Requests for transparent pricing across the AI lifecycle.
Foes are vanquished, in this case Boston Consulting Group, losing its OASIS+ bid protest at the Government Accountability Office. 21 and the Government Accountability Office has until April 1 to decide. GSA said this requirement was to ensure price reasonableness of the services any one company is offering.
Federal Acquisition Policy and Procedure (PAP) 2021-05, Evaluation of FSS Program Pricing , sets forth “comprehensive guidance regarding the evaluation of pricing throughout the life of a Federal Supply Schedule (FSS) program contract.” Pay a Fair and Reasonable Price ). Emphasis added.) See Section 2.
We organize all of the trending information in your field so you don't have to. Join 5,000+ users and stay up to date on the latest articles your peers are reading.
You know about us, now we want to get to know you!
Let's personalize your content
Let's get even more personalized
We recognize your account from another site in our network, please click 'Send Email' below to continue with verifying your account and setting a password.
Let's personalize your content