Report May – June 2014 Vol 20, No. 3

NEW DEVELOPMENTS 
 
 
FAR Council Finalizes Compensation Capto All Employees 
The FAR Council has adopted as final, with no changes,
an interim rule issued June 2013 to expand the senior
executive benchmark to all contractor employees on
DOD, NASA and Coast Guard contracts. The rule
enacts section 803 of the 2012 National Defense
Authorization Act and amends FAR 31.205-6(p) and
applies to all contracts awarded after Dec 31, 2011 for
compensation costs incurred after Jan 1, 2012. The
change allows companies to exempt highly skilled
positions such as engineers and scientists.
Two influential industry groups assert the rule is a
“significant step backward” stating it applies
retroactively back to Jan 1, 2012 which constitutes a
breach of contract because it is a “retroactive
application to a change to a cost principle for which
the government must pay damages.” The delay of 18
months in issuing the change to the FAR will require
contractors to “unscramble” their accounting to make
this change in allowable costs incurred during the 18
month delay and will require them to maintain more
than one billing structure during 2012 and 2013. The
FAR Council downplayed the criticism saying it affects
a tiny minority of contractors.
New Compensation Cap Takes Effect June24 Causing Confusion 
The allowable cost limit for reimbursable compensation
for contractor and subcontractor employees drops to
$487,999 for contracts awarded and costs incurred after
June 24, 2014. The new limit was set by the Bipartisan
Budget Act (BBA). The new cap adheres to section
702 of the BBA that revised the compensation cap to
apply 180 days after enactment of the Act. The cap
will apply to compensation of all employees not just
senior executives where an exception can be allowed
for highly skilled employees such as engineers and
scientists to “ensure the agency has continued access
to needed skills.” The BBA $487,000 cap is a significant
reduction over the $952,308 set by the Office of
Procurement Policy established in 2012. The BBA was
approved by the Senate on Dec 18, a day after the
National Defense Authorization Act which called for a
$650,000 cap where the President signed both on Dec
26th but signed the BBA last making the lower cap apply.
The BBA cap will be adjusted annually to conform to
the Bureau of Labor Statistics inflation index.
Though the cap takes effect June 24, 2014 some
commentators have stated they have no idea what the
cap is for 2013 while others state the 2012 cap of
$952,308 will apply in 2013 unless it is changed. The
OFPP has been “erratic” in establishing its mandated
compensation caps where it waited until December 2013
to establish the $952,308 cap for calendar year 2012.
The confusion has been increased by other changes such
as application of the cap to all employees of contractors
and subcontractors with DOD, NASA and Coast Guard
awards. This meant that companies doing business with
these agencies as well as civilian agencies had to adjust
their accounting methods to deal with different caps –
one for the top five executives and one for all employees.
At the end of 2014 contractors may find themselves
computing one general and administrative rate for
civilian agency contracts awarded by June 24, 2014,
another for DOD contracts awarded before that date
and yet another for all contracts awarded after June 24,
2014. It has been “a little bit of a mess” since it was
not clear at the time the President signed the two bills
on Dec 26th which cap would take precedence.
Executive Order Expands Pay Rules Underthe Fair Labor Standards Act 
A move that will expand contractors’ treatment of
uncompensated overtime, an executive order has been
issued that increases the pool of workers eligible for
overtime pay under the Fair Labor Standards Act
(FLSA). Though salaried employees are generally
exempt from overtime pay requirements there is a
threshold below which salaried employees must be paid
overtime. Previously, the FLSA guaranteed salaried
workers overtime pay if they made less than about
$23,000 per year. However, pending final rules, the
new executive order is estimated to increase the
threshold to approximately $50,440 per year.
DCAA Issues New Guidance 
 
• Labor Qualifications on T&M Contracts 
The audit guidance alludes to earlier guidance that
discussed the fact that auditors should question costs on
time and material contracts related to labor hours for
employees who do not meet the labor qualifications set
forth in the contract. The guidance alludes to FAR
52.232.-7(a)(3) that states labor hours incurred to perform
tasks for which labor qualifications were specified in the
contract will not be paid to the extent the employees
performing the work did not meet the qualifications
specified in the contract unless specifically authorized
by the Contracting Officer. The new guidance clarifies
that contracting officers have the authority to approve
use of non-qualifying labor both before and after the labor
is provided and directs auditors to coordinate with COs
before issuing audit findings in this area. Even in
circumstances where the CO’s approval has not and will
not be granted the guidance states the CO is not going to
withhold payment of all labor costs when an employee
does not meet the labor qualifications if the work delivered
adequately completed the contract scope of work. In
these cases, the guidance states the CO needs to modify
the contract for a new rate or a contract line item to
reimburse the costs. Auditors will assist the CO in arriving
at a rate that “is more appropriate than the rate charged
by the contractor (e.g. a rate based on the fully burdened
rate of pay for the unqualified employee or the labor
category where that employee truly fits).” Some
comments we have seen state DCAA is not technically
qualified to make an employee qualification
determination.
The guidance goes further and directs the auditor to
consider whether contractors’ failure to meet contract
requirements constitutes weak internal controls and hence
represents an inadequate accounting system where
adequacy would include assurances that the contractor
received CO authorization. Comments on this
vulnerability to an assertion of significant deficiencies in
its accounting systems have been very critical calling such
prescriptions “simplistic” without considering whether
the failure is material or systemic where contractors are
urged to resist such auditor assertions as inconsistent with
the definition of “significant deficiency” in the Business
System rules (MRD 14 PPD-008(R).
• Impact of Compensation Caps on Forward Pricing Audits
This guidance alerts auditors to changes to compensation
limitations we discuss above and states they will affect
all audits but focuses on how they will affect forward pricing audits. The guidance alludes to (1) NDAA 2012 extension of compensation caps to all employees and (2) the Bipartisan Budget Act (BBA) cap of $487,000
for all employees on awards made after June 24, 2014.
The guidance states exemptions to the caps may apply
to narrowly targeted employees such as engineers and
scientists. It also states that auditors are to coordinate
with ACOs to decrement proposed forward pricing rate
proposals or forward pricing rate agreements if the
compensation caps are not incorporated. Interestingly,
the guidance does not address how contractors should
implement the new ceiling leading commentators to
express worry that auditors may attempt to apply the
$487,000 cap to awards made before June 24 (MRD
No. 14-PPD-004(R).
• Cancelling the Handbook on Fraud Indicators 
The new guidance withdraws the DCAA handbook on
fraud indicators because of the handbook’s age and the
fact that scenarios set forth in the handbook are
“outdated.” In place of the handbook the guidance
directs auditors to “use examples of Indicators of Fraud
Risk in the GAGAS Appendix Section A.10,” relevant
risk factors identified in earlier DCAA guidance (dated
July 31, 2013) and the DODIG Contract Audit Fraud
Scenarios and Resources website (MRD. No 14-PAS003(
R).
• Allowability of IR&D Costs
New guidance to auditors on the Jan 2012 change to
the DFARS requirement that contractors whose
segments are allocated more than $11 million of IR&D
costs must report anticipated Independent Research and
Development projects to the Defense Technical
Information Center (DTIC) to demonstrate that projects
are of interest to the DOD and hence allowable under
DFARS 231.205-18. The guidance (1) confirms the
reporting is for anticipated IR&D projects and are not
required to reconcile with actual IR&D effort (2) IR&D
costs are to be treated as expressly unallowable (subject
to penalties) if they have not been reported in the DTIC
and (3) auditors should consider whether the failure to
report to DTIC constitutes weak internal controls that
may result in an accounting system deficiency.
Comments on this guidance worry that DCAA
involvement in DTIC reporting may lead to opinions
that reporting of IR&D projects may be considered to
be insufficient and hence unallowable (MRD No. 14PAC-
005(R).
SBA Increases Revenue-Based Size Standards for Five Years of Inflation 
As of July 14, 2014 the Small Business Administration
is adjusting all of its size standards that are based on
revenue to account for five years of inflation since the
last adjustment. There are 476 industries affected by
the change. The SBA is using the Gross Domestic Product
price index to obtain the best measure of inflation where
it determined the amount of inflation from the first
quarter of 2008 to the last quarter of 2013 was 8.73%.
The SBA calculated the new size standards by multiplying
the current size standards by 1.0873 and then rounded
the total to the nearest $500,000 resulting in new
standards between $5.5 million and $38.5 million. The
SBA is now required to review its size standards every
five years following passage of the Small Business Jobs
Act of 2010 (Fed. Reg. 33647).
DOL Releases Proposed Rule Setting$10.10 As Minimum Wage for Federal Contractors 
The White House and Labor Department June 12 released
a proposed rule that would raise the minimum wage for
workers on federal service and construction contracts to
$10.10 per hour. The proposed rule, which will be
adjusted annually for inflation, is expected to affect
200,000 workers and will become final on Oct 1. The
proposed rule implements Executive Order No. 13658
which the President signed on Feb. 12 and is to apply to
all contracts starting Jan. 1, 2015. The proposed rule
would apply to all construction contracts covered by the
Davis Bacon Act, service contracts covered by the
Service Contract Act, concession contracts such as
providing food and service contracts such as child care.
The $10.10 will also apply to workers with disabilities
where current law allows for lower wages than other
workers. Tipped workers will also receive an increase,
doubling their current hourly rate of $2.13 to $4.90 where
starting in 2016 their minimum wage will climb 95 cents
per year until they receive 70 percent of the prevailing
minimum wage. There has been mimimal comments by
industry groups to the increase.
Proposed Rule Will Require ReportingCost Data on Service Contracts 
The Defense Department has proposed a rule to require
service contractors to report labor hours and cost data,
intended to implement a provision of the 2008 National
Defense Authorization Act. The proposed rule would
require contractors and subcontractors to report the data
to DOD using the Enterprise-wide Contractor
Manpower Reporting Application (ECMRA) database.
Contractors will submit the data either at the end of
contract performance or Oct 1 of that year, whichever
comes first. The proposed rule will apply to all
solicitations, contracts and task and delivery orders and
include commercial items exceeding the simplified
acquisition threshold. Exceptions to the reporting will
be for construction, lease or rental of equipment or
facilities, utilities, freight and shipping and classified
services. DOD says the rule is intended to “help it
manage its labor force and make strategic workforce
decisions.”
Industry representatives are expected to come out
against the rule. The Professional Services Council
states in an interview the information will not be useful
to DOD where, for example, reporting labor hours is
“meaningless” in fixed price contracts since extra hours
do not cost the government anything where such
information does not help in workforce planning.
GSA Completes Its OASIS Awards 
The Government Services Administration May 15
announced the award of 74 contracts for complete
professional services under its One Acquisition
Solution for Integrated Services (OASIS) program which
follows the GSA’s award in February of 124 contracts
under the small business set aside component of OASIS.
Under OASIS SB all professional services contracts will
be set aside for small business (the Air Force announced
it will use only OASIS SB contracts) while the regular
OASIS will include contracting 50 percent to small
business. OASIS is intended to provide its government
clients a “more flexible full service offering” that
complements the GSA’s multiple award schedules
(MAS) where it will offer agencies new ways to meet
requirements for both non-commercial and commercial
professional services which will be provided through
different types of contracts and pricing at the task order
level. It covers a broad range of service disciplines
under seven core areas: program management,
management consulting, engineering, science, logistics,
financial management and ancillary support. Vendors
may compete in one or more of these core areas where
initial terms will be for five years with a five year option.
The value of the OASIS program is estimated at $60
Billion, $6 Billion per year. There are currently 10
protests of ASSIS SB and 5 protests lodged against the
unrestricted programs so there will be no task orders
finalized until these protests are resolved, estimated to
be in August.
Executive Action Issued to Protect Employees’ Rights To Discuss Pay Information 
In action intended to detect and remove discriminatory
compensation practices, President Obama signed
Executive Order No. 13665 requiring government
contractors to allow discussions of compensation levels
without retaliation and directed the Labor Department
to require reporting of summary compensation data by
sex and race. The EO is intended to protect employees
“from retaliation if they broach the topic of unequal
compensation” by barring contractors to retaliate
against employees or applicants who may discuss,
inquire or disclose compensation levels. The EO does
not compel employees to discuss pay levels, publish or
otherwise disseminate pay data but rather provides a
“tool” to increase “transparency.” The EO’s concurrent
memo to DOL requires the agency to propose within
120 days a rule that would require federal contractors
and subcontractors to submit DOL summary data on
compensation paid to their employees including data
by sex and race. In considering the proposed rule DOL
is told to consider (1) directing enforcement toward
entities where reported data suggest potential
discrimination in compensation not where there is no
evidence of pay violations (2) minimizing the burden
on contractors and subcontractors, especially small
businesses and non-profits (3) encouraging voluntary
compliance with all federal pay laws and (4) avoiding
record-keeping requirements and relying on existing
reporting frameworks to the maximum extent possible.
The Professional Services Council expressed “deep
reservations” about requiring only government
contractors to disclose salary practices to the DOL
where they are now already heavily regulated where
the president’s action represents “another potentially
disruptive, costly and unique requirement imposed on
our industry.”
What is Behind Increased Suspensionsand Debarments 
The General Accounting Office issued a report stating
numerous federal agencies have “reinvigorated” their
suspensions and debarment programs. In a Bloomberg
interview with Todd Canni of Mckenna and Long, he
states suspensions have more than doubled from 2009
to 2013 while debarments have increased at an even
faster rate. Reasons cited for the increase include (1)
heightened attention by Congress has resulted in
increased suspension and debarment programs at many
agencies (2) programs are more aggressive where now
“fact based” cases are brought forward rather than in
the past relying on civil and criminal judgments and (3) the government is casting a wider net where now agencies are pursuing action against more parties such as affiliated firms and individuals, increasing cases from one wrong doer to up to 20. Mr. Canni states the suspension and debarment officials (SDOs) “hold all
the cards” where there is a relatively low burden of proof to impose suspension and debarment actions. In addition, FAR Part 9.4 vests the SDO with discretion
to determine whether there is a cause for action, whether or not there is adequate evidence and where there are no independent checks on the SDO short of
expensive litigation. These expanded programs do not necessarily mean there is an increase in wrongdoing but rather an increase in investigations. Nonetheless, with less government business and more competition Mr. Canni predicts there will be an increase in wrongdoing such as improperly obtaining and using information from source selection officials, bid and proposals or proprietary data. Similarly, bribes to government officials and primes receiving kickbacks from
DOD Issues Final Rule on Counterfeit Electronic Parts 
The Defense Department issued a final rule on
detection and avoidance of counterfeit electronic parts.
Both the proposed and final rule provide that
contractors who supply electronic parts or items that
include electronic parts under contracts covered by the
Cost Accounting Standards are responsible for
“detecting and avoiding use or inclusion of counterfeit
electronic parts or suspect counterfeit electronic parts.”
The final rule clarifies the applicability of these
requirements by adding the term “electronic” to the
term “counterfeit electronic part” to remove any
ambiguity that the rule might be applied more broadly.
The final rule also adds an intent element in defining a
counterfeit electronic part as a part that “has been
knowingly mismarked” to avoid fears that ordinary
noncompliant parts might be considered counterfeit.
The definition of “suspect counterfeit electronic part”
was also revised to provide that a part is not suspect
counterfeit unless “credible evidence…provides
reasonable doubt that the electronic part is authentic.”
By adding the term “credible evidence” contractors may
now conduct an investigation to determine whether a
suspect part is counterfeit and once it is determined to
be so, the rule disallows all subsequent costs associated
with rework and corrective action. Several other notable
changes to the proposed rule were also added (Fed. Reg.
May 7, 2014).
Class Deviation Issued to Evaluate Orders Place Under GSA Schedule 
The Director, Defense Procurement and Acquisition
issued a class deviation allowing contracting officers to
use their own determination of whether individual
orders, blanket purchase agreements and other
agreements have fair and reasonable pricing using
proposal analysis techniques found in FAR Part 15. The
class deviation was made to go around the FAR 8.404(d)
provision that states since the General Services
Administration has already determined that prices and
rates for supplies and services offered under multiple
schedule awards are fair and reasonable ordering
activities are not required to make separate
determinations about whether pricing is fair and
reasonable. Most commentaries state the change will
make it more difficult for DOD to use GSA supply
schedule contracts to acquire its supplies and services.
Proposed Rule is Being Prepared to HaveDOD Contractors Self-Certify TheirBusiness Systems 
Though the new proposed rule is not yet finalized an
abstract has been put out that provides that the DFARS
will be amended to require contractors to provide reports
on their accounting systems, estimating systems and
material management accounting systems regarding their
compliance with DFARS system requirements. The rule
is apparently being driven by DCAA who does not have
the resources to adequately audit all large contractors
who are covered by the business system requirements
of DFARS. The change would require the contractor
to hire an outside CPA firm to complete full audits of
all business systems similar to those conducted by
DCAA where the result will be more timely audits but
increased costs for contractors. Commentators are
saying contractors will have a hard time recovering the
costs for these audits in the current environment of
pressure to reduce indirect costs and will also have a
hard time finding qualified CPA firms with the
government contracting experience to conduct these
audits. Though the rule is not yet published there is
already increasing pressure for contractors to ensure they
are in compliance with business system requirements
where recently, the Department of Energy is making a
move toward self-assessment of contractors’ business
systems.
CASES/DECISIONS 
 
 
Contractors Continue to Triumph in Statuteof Limitation Case 
(Editor’s Note. The appeals board has continued the recent trend 
of protecting contractors because government tardiness has exceeded 
the six year Contract Disputes Act’s Statute of Limitations.)
The government sought to disallow $3.8 million in
Laguna’s subcontracts in Iraq asserting these subcontracts
were awarded without proper competition and Laguna
had failed to document the reasonableness of the
subcontract prices. On Dec 6, 2005 the Iraq office of
DCAA issued an audit report to the Salt Lake City Branch
Office concluding Laguna’s subcontract management
system and related internal control policies were
inadequate and could not be relied upon. On Feb 9,
2006 the Salt Lake City Branch Office forwarded these
findings to the ACO in a separate audit report where the
government inexplicitly failed to issue a final report on
the $3.8 million claim until Dec 2012. The Board sided
with Laguna’s assertion the claim was barred by the CDA
because more than six years had passed from the date the
claim accrued. Because the government was “fully aware
of ” Laguna’s alleged failure to document the
reasonableness of the subcontract prices in both the Dec
2005 and Feb 2006 audit reports it held the government
claim accrued no later than Feb 9, 2006 making the Dec.
2012 final decision more than six years (Laguna Constr.
Co., ASBCA No. 58569).
Impasse in Negotiations Establish Rightto Appeal 
(Editor’s Note. A formal final decision by an ACO is not the 
only trigger to file an appeal.) 
Ensign’s contract was terminated and its termination
settlement proposal was not settled after numerous
exchanges so it filed a notice of appeal. The government
claimed the appeal board had no jurisdiction since it
was not a Contract Disputes Act claim following an
ACO’s final decision but the board ruled it had
jurisdiction because the parties had reached an impasse
in negotiations. It stated an impasse occurs when an
objective observer would find that continued negotiating
is unwarranted or has been abandoned by the parties
and the contractor has sought a final decision which
was met here where the termination contractor office
sent Ensign an email saying “it was apparent that
negotiations will not close the gap” (Ensign-Bickford
Aerospace & Def. Co., ASBCA No. 58671)
Federal Election Commission Rules on Election Bans in Light of Supreme Court Ruling 
The Federal Election Commission rejected a legal
challenge (James vs FEC, D.D.C. No. 12-1451) that
attempted to impose a limit on total contributions to
federal candidates citing the recent McCutcheon case
settled by the Supreme Court 5-4 ruling that said a long
standing limit on the amount a contributor can give
candidates, political parties or traditional political action
committees (PACs) violates the First Amendment. But
in a separate case (Wagner v. FEC, D.C. Cir. No. 135126)
involving the decades old ban on federal
campaign money from government contractors the FEC
said it would continue to defend the ban despite the
McCutcheon ruling. Its lawyers said the McCutcheon
case “did not address the reasons that the contractor
contribution ban is justified” such as “pay-to-play”
arrangements. The FEC stated the McCutcheon ruling
was limited to the question of whether aggregate
contribution limits are justified under the First
Amendment and indicated that other restrictions on
campaign contributions remain in place. The FEC
attorneys said the federal ban on contractor campaign
money is constitutional under the analysis used in the
McCutcheon case because its objective is to prevent
“corruption and its appearance” in the process of
obtaining contracts which was a goal approved by
McCutcheon.
Negligent Estimate Claim Survives 
In its contract to provide laundry services in Iraq, Am.
Gen. submitted a claim that the government negligently
estimated its requirements. The government argued it
was not subject to a negligent estimate claim which
applies only to requirements type contracts. The board
sided with Am. Gen stating negligent estimate claims
may be pursued if volume estimates are material on a
contract where if the estimates underlying the contract’s
price were negligently estimated and Am. Gen. relied
on them then a claim based on that negligence is valid
(Am. Gen. Trading & Contracting WLL, ASBCA No.
56758).
Joint Venture Does Not Need Approval Before Contract Award 
NASA issued an 8(a) set aside solicitation for facilities
services and a joint venture BGI-Fiore submitted a
proposal. NASA concluded BGI-Fiore was ineligible
to compete because it had not been certified by the
Small Business Administration for participation in the 8(a) program and BGI-Fiore protested. The GAO sustained the protest saying they should not have been excluded because 13 C.F.R. 124.513(e) allows a joint venture to compete for an award as long as the SBA approves the agreement before award is made (BGI-Fiore JV LLC., GAO B-409520).
NEW/SMALL CONTRACTORS 
When is a Claim for a Price AdjustmentJustified 
We were surprised to see in our recent Grant Thorton
survey summary that 83% of the respondents state the
government asks them to perform work that is out of
scope with the original contract and that 77% of these
contractors to not request an equitable adjustment or
pursue a claim for the additional costs that are expended.
This is particularly startling in this budget cutting
environment where every precious dollar contractors are
entitled to should be pursued. Yes, there may be reasons
not to pursue contract price adjustment such as fear of
loosing new work if you are perceived as nitpicking but
we find such fears often misplaced. Contracting
personnel are used to dealing with contractors who go
after funds they are entitled to (they often suggest it in
the first place) where fears of them being angry are highly
exaggerated. We believe contractors need to be more
aware of when there is out of scope work ordered by
their customer and more aggressive in requesting more
funds for that work, especially in this environment of
less contracts and subcontracts and pressure to lessen
profit on work that is awarded. We have asked an attorney
colleague of ours who specializes in claims for out of
scope work, Tim Power of the Law Offices of Timothy
Power, to revisit this issue to provide some simple
guidelines on when equitable adjustments are valid and
here is his response.
Though there are usually a long list of regulations and
rules affecting a government contract it is not necessary
to know them to spot a potential claim. A few questions
can help clarify when you are eligible for a claim against
the government.
1. Is the performance of the contract different than I planned
when I bid the job? If yes, and the difference in performance
is increasing the time or cost of performance, then you
have valid grounds for a claim against the government
for the additional time or cost to perform the contract.
2. What factors are causing the difference in performance? The
key to identifying entitlement and presenting your claim
is to identify the specific causes for any changes in the
performance. You should thoroughly investigate the
causes for a delay, additional costs or why performance
is different than you intended when you bid.
3. Was I missing crucial information that would have changed
the way I bid the contract? During the bid phase, the
government has an obligation to tell you about
information it has that impacts the costs or methods of
performance. This is especially true if the government
knows you do not have the information or that it is
unlikely you will learn about the information while you
are preparing your bid. The information could be about
the site (e.g. history of flooding) or about the process of
performance (e.g. problems encountered by previous
contractors providing the service or product).
4. Did anything change from the time I bid, when I started
performance or since? This might include changes on a site
for service or construction type contracts or changes to
government budgets or policies.
5. Do I interpret a contract requirement differently than the
government? Differences in interpreting contracts are
endless – time of performance, product or service to be
provided, method of production or construction, etc.
There are numerous rules about interpreting contract
terms all starting with a common sense approach to
interpretation. If the government’s interpretation seems
unreasonable or far-fetched, you should investigate
further.
6. Are the government’s inspections of my work reasonable and
according to the standards required by the contract? The contract
contains specifications and drawings for how the work
will be performed. Other sections of the contract contain
inspection standards that define how the government will
inspect the work to determine acceptability. This latter
section does not define the work required. Sometimes,
however, inspectors will measure or consider work that
is not required by the contract merely because there is
an inspection standard listed.
7. Has the government caused the difference in performance?
The strength of your claim and how much you recover
may depend upon the cause for the different performance.
Generally, the government must be the cause of the
difference. Therefore, a critical step in determining the
existence of a claim is to establish the government has,
in some way, caused the difference in performance.
QUESTIONS & ANSWERS 
Q. We are reluctant to provide a breakdown of costs on
our subcontract invoices since it will divulge our rate
structure and amounts to our prime who we may compete
against in the future. What can we do?
A. If you are likely to compete with your prime, that’s a
good argument not to divulge a breakdown of costs on
your invoices. However, if the government is requiring
it of all cost type subcontracts its hard to fight that.
Perhaps you can submit an invoice to the prime
identifying the total of burdened costs and a separate
one to the government identifying a cost breakdown. It
is dependent on what you can negotiate.
Q. We agreed to the “take it or leave it” offer from the
government for our FY 2007 rate settlement. The changes
we agreed to will have a ripple effect – we will need to
apply the same criteria to all our subsequent ICE’s that
are on file. This means that we will have to re-submit
and “re-certify” each ICE as of the date of re-submission
(DCAA will not audit an ICE that is not certified as of
the date of submission). I believe DCAA will take this
to mean that their 6-year audit performance window
under the Statute of Limitations provisions now begins
from the re-certification date, not the original date.
A. You raise a question that I do not think has been
clearly resolved in the courts – whether the new
submission is simply a minor revision of the original
submission (and the original date applies) or represents
an entirely new submission where the new date applies.
If DCAA is insisting on the later date, there is probably
not much of a basis to challenge them other than to assert
in your cover letter (and hence put yourself on the record)
that you believe it is a minor revision to the original
submission so if subsequent cases rule in your favor you
have a basis to claim the earlier date.
Q. We have a government SBIR CPFF contract for which
we subcontracted a vendor for foundry services under a
CPFF arrangement. I know that we are required to
monitor our subcontracts, but I do not know to what
extend and how to go about it.
A. The regulations are general and do not provide a great
deal of practical guidance. They say, for example, it is
the prime’s responsibility to audit their subcontractors,
make sure they have an adequate accounting system, their
invoices are accurate, etc. Sometimes, DCAA provides
the audit function, but less and less these days, at least
on a timely basis. You can request they audit your
subcontractor. Alternatively, you will contract with CPAs like us (make sure they have DCAA audit-like experience)
to do the audit where the parties, if the subcontractor is
reluctant, agree not to divulge subcontractor information
to the prime but rather will put forth a position on the
amount claimed (e.g. question $X dollars of overhead,
$Y of direct labor).
Q. We have a multi-year lease with increasing rent each
year. GAAP requires that the rent expense be straightlined
over the life of the lease, therefore, there is more
expense recorded than cash paid in the first half vs. the
second half of the lease (e.g. 3 yr lease at $12 – $14 – $16
over three years would be straight-lined at $14 each year).
The auditor argued that we were overcharging the
government in the first years. We were able to
demonstrate to another auditor the straight line charges
was a GAAP requirement and DCAA accepted our costs.
What do you think?
A. Its not always clear cut. You’re lucky it was resolved
around GAAP. Some auditors cling to the position of
the original auditor that allows costs only up to the cash
payments. They will claim there are several examples of
GAAP costing that is not accepted by government
contract accounting requirements.
Q. You helped us on some compliance issues a few years
ago. We are submitting a proposal where we would be
supplying some standard parts for an aerospace customer
that is under contract with the government. Our profit
after cost for the parts is 4.5%. This is a simple passthrough
of material but it does require receiving it, source
inspection, securing documentation and processing the
documentation through our customer system which is a
standard procedure. I guess I’m curious that if the profit
is 4.5% and this is a pass-through transaction, would
applying G&A be overkill? How can this be handled
without undue time and cost? This is not a sole source
bid. There are 4-5 companies quoting on this.
A. As I remember, you have a total cost input base for
your G&A rate that includes all material, including the
material you want to pass through. Hence you would be
entitled to apply a G&A rate to the material plus any
negotiated profit. However, it appears as if you don’t
want to do this for competitive reasons. If so, you can
voluntarily lower the G&A rate to a rate you believe
would be acceptable to your client by, for example,
lowering the G&A pool of costs by offering a
“management concession.” Though it might impede your
desire for a speedy result, you could try to obtain a
forward agreement where you agree not to charge G&A
to certain “pass through” items and in exchange, ensure
such material costs can be excluded from your G&A base.
Q. We subscribe to your newsletter and I have a question
I am hoping you can help me with. We have primarily
CPFF type contracts. I understand that the fee dollars
are supposed to be fixed, regardless of what your cost
ends up being, and that billing throughout the period of
the contract is based on percentage of cost. What I am
confused about is what prevents a contractor from
deciding to run all of their contracts at below their original
estimated cost in an attempt to essentially gain a higher
percentage fee?
A. Unless a contract stipulates that the fixed fee is based
on a range of costs to be adjusted if you fall below or
above that range, then you are right. You could estimate
costs on the high end to negotiate a higher fixed fee and
then get a higher percentage fee when actual costs are
below those estimated. Of course, such a practice may
be visible in your ICE submittals so the pattern of
overestimating costs could result in a decrement of
estimated costs on future contracts when it comes to
calculating your fee percentage not to mention making
you vulnerable to estimating deficiency assertions.