This is the accessible text file for GAO report number GAO-07-839 
entitled 'Defense Contract Management: DOD's Lack of Adherence to Key 
Contracting Principles on Iraq Oil Contract Put Government Interests at 
Risk' which was released on August 9, 2007. 

This text file was formatted by the U.S. Government Accountability 
Office (GAO) to be accessible to users with visual impairments, as part 
of a longer term project to improve GAO products' accessibility. Every 
attempt has been made to maintain the structural and data integrity of 
the original printed product. Accessibility features, such as text 
descriptions of tables, consecutively numbered footnotes placed at the 
end of the file, and the text of agency comment letters, are provided 
but may not exactly duplicate the presentation or format of the printed 
version. The portable document format (PDF) file is an exact electronic 
replica of the printed version. We welcome your feedback. Please E-mail 
your comments regarding the contents or accessibility features of this 
document to Webmaster@gao.gov. 

This is a work of the U.S. government and is not subject to copyright 
protection in the United States. It may be reproduced and distributed 
in its entirety without further permission from GAO. Because this work 
may contain copyrighted images or other material, permission from the 
copyright holder may be necessary if you wish to reproduce this 
material separately. 

Report to Congressional Requesters: 

United States Government Accountability Office: 

GAO: 

July 2007: 

Defense Contract Management: 

DOD's Lack of Adherence to Key Contracting Principles on Iraq Oil 
Contract Put Government Interests at Risk: 

GAO-07-839: 

GAO Highlights: 

Highlights of GAO-07-839, a report to congressional requesters 

Why GAO Did This Study: 

The Department of Defense’s (DOD) U.S. Army Corps of Engineers (Corps) 
awarded the $2.5 billion Restore Iraqi Oil (RIO I) contract to Kellogg 
Brown & Root in March 2003 in an effort to reestablish Iraq’s oil 
infrastructure. The contract was also used to ensure adequate fuel 
supplies inside Iraq. RIO I was a cost-plus-award-fee type contract 
that provided for payment of the contractor’s costs, a fixed fee 
determined at inception of the contract, and a potential award fee. The 
Defense Contract Audit Agency (DCAA) reviewed the 10 RIO I task orders 
and questioned $221 million in contractor costs. We were asked to 
determine (1) how DOD addressed DCAA’s RIO I audit findings and what 
factors contributed to DOD’s decision and (2) the extent to which DOD 
paid award fees for RIO I and followed the planned process for making 
that decision. To accomplish this, we reviewed DOD and DCAA documents 
related to RIO I and interviewed Corps, DCAA, and other officials. 

What GAO Found: 

DOD considered DCAA’s audit findings on the RIO I contract and 
performed additional analysis before deciding to pay the contractor 
nearly all of the $221 million in costs that DCAA questioned. DOD did, 
however, remove about $112 million of the questioned costs from the 
amount used to establish the contractor’s fee pool, which resulted in 
an effective lowering of the fee received by the contractor by 
approximately $5.8 million. Lack of timely negotiations contributed 
significantly to DOD’s decision on how to address the questioned 
costs—all 10 task orders were negotiated more than 180 days after the 
work commenced. As a result, the contractor had incurred almost all its 
costs at the time of negotiations, which influenced DOD’s decision to 
pay nearly all of the questioned costs. The negotiation delays were in 
part caused by changing requirements, funding challenges, and 
inadequate contractor proposals. In our previous work, we have found 
that negotiation delays can increase risk to the government. Overall, 
DCAA considers $26 million of the costs questioned on the RIO I 
contract to be sustained, which DCAA defines as cost reductions 
attributable to its audit findings. We compared the sustention rates on 
DCAA’s 11 RIO I contract audits to the sustention rates for 100 DCAA 
audits of other Iraq contract actions, and found that the sustention 
rates varied widely for both groups. 

DOD’s Army Corps of Engineers paid $57 million in award fees on the RIO 
I contract, or 52 percent of the maximum possible, and on individual 
task orders the fee awarded ranged from 4 to 72 percent of the fee 
available. While the award fee plan required regular award fee boards 
during the life of the contract, DOD did not conduct a formal board 
until nearly all work on the contract was complete. As a result, DOD 
was not able to provide the contractor with formal award fee feedback 
while work was ongoing, which federal regulations state should be done 
in order to motivate a contractor to either improve poor performance or 
continue good performance. DOD officials told us the workload of RIO 
staff members and logistical difficulties stemming from the challenging 
conditions in Iraq hindered efforts to hold evaluation boards during 
the period of performance. DOD also was unable to give us enough 
documentation for a full assessment of its compliance with other parts 
of its plan—it did not, for example, provide the scores the award fee 
board assigned to the contractor on the individual award fee criteria, 
so we could not see if the award fee board had followed contract 
criteria and weighting in evaluating performance. We compared the 
percentage of award fees earned on the RIO I contract to the fees 
earned on a group of other selected Iraq reconstruction contracts and 
found that the percentage of award fees earned on RIO I fell within the 
lower range of fees earned on the other contracts. 

What GAO Recommends: 

GAO recommends the Secretary of the Army, in contingency situations, 
ensure that an analysis of the feasibility of following a rigorous 
award fee process is conducted when using cost-plus-award-fee 
contracts. In written comments, DOD agreed with the recommendation. 

[Hyperlink, http://www.gao.gov/cgi-bin/getrpt?GAO-07-839]. 

To view the full product, including the scope and methodology, click on 
the link above. For more information, contact John Hutton at (202) 512-
4841 or huttonj@gao.gov. 

[End of section] 

Contents: 

Letter: 

Results in Brief: 

Background: 

Delayed Negotiations Shaped DOD's Decision to Pay the Contractor for 
Nearly All of the Costs Questioned on the RIO I Contract: 

DOD Paid About Half of the Maximum Possible Award Fee for the RIO I 
Contract, but Did Not Fully Adhere to Key Steps in Its Award Fee Plan 
for Providing Performance Feedback to the Contractor: 

Conclusion: 

Recommendation for Executive Action: 

Agency Comments and Our Evaluation: 

Appendix I: Objectives, Scope, and Methodology: 

Appendix II: Comments from the Department of Defense: 

Tables: 

Table 1: GAO's Analysis of the Resolution of DCAA's Questioned Costs: 

Table 2: DCAA's Questioned Costs Sustained on the RIO I Contract 
Audits: 

Table 3: Award Fee Paid for RIO I Task Orders: 

Figures: 

Figure 1: Reasons for DCAA Questioned Costs: 

Figure 2: Elapsed Days from Notice to Proceed to Definitization: 

Figure 3: Comparison of Sustention Rates: 

Figure 4: Percentage of Award Fee Earned on the RIO I Contract and on 
11 Other Selected Iraq Reconstruction Contracts from January 2004 to 
June 2006: 

Abbreviations: 

DCAA: Defense Contract Audit Agency: 

DESC: Defense Energy Support Center: 

DFARS: Defense Federal Acquisition Regulation Supplement: 

DOD: Department of Defense: 

DFI: Development Fund for Iraq: 

FAR: Federal Acquisition Regulation: 

RIO: Restore Iraqi Oil: 

United States Government Accountability Office: 
Washington, DC 20548: 

July 31, 2007: 

The Honorable Henry A. Waxman: 
Chairman: 
The Honorable Tom Davis: 
Ranking Member: 
Committee on Oversight and Government Reform: 
House of Representatives: 

The Honorable Daniel K. Akaka: 
Chair: 
Subcommittee on Oversight of Government Management, the Federal 
Workforce, and the District of Columbia: 
Committee on Homeland Security and Governmental Affairs: 
United States Senate: 

The United States, along with its coalition partners and various 
international organizations and donors, has embarked on a significant 
effort to rebuild Iraq. As of October 2006, the United States had 
obligated about $29 billion for reconstruction and stabilization 
efforts in Iraq. The United States has relied heavily on private sector 
contractors to provide the goods and services needed to support 
reconstruction efforts in Iraq. For example, to help reestablish Iraq's 
oil infrastructure, in March 2003 the U.S. Army Corps of Engineers 
(Corps) awarded the Restore Iraqi Oil (RIO I) contract to Kellogg Brown 
& Root[Footnote 1]. The contract was also used to import fuels from 
neighboring countries to avoid domestic fuel shortages in Iraq. Under 
this contract, the Corps issued 10 task orders worth approximately $2.5 
billion. The RIO I contract, like many other reconstruction and support 
contracts, was a cost-plus-award-fee type contract. In general, these 
contracts provide for payment of the contractor's allowable, allocable, 
and reasonable costs; a fixed base fee amount determined at inception 
of the contract; and a potential award fee sufficient to provide 
motivation for excellence in contract performance. A cost-plus-award- 
fee contract, like other cost reimbursement type contracts, increases 
the risk to the government of incurring higher than expected costs, as 
compared to some other contract types. To mitigate this risk, these 
types of contracts require sufficient oversight. 

The Defense Contract Audit Agency (DCAA) provides services that can 
help the Department of Defense (DOD) ensure accountability for its 
acquisitions. DCAA performs audits and provides financial advisory 
services in connection with the negotiation, administration, and 
settlement of contracts and subcontracts. For example, DCAA has audited 
many Iraq contract proposals and contracts and has identified costs it 
considers to be questioned. DCAA defines questioned costs as those 
costs that are not acceptable for negotiating a fair and reasonable 
contract price. Ultimately, the contracting officer has the final 
decision about whether questioned costs should be paid, taking into 
account DCAA's advice and other information. On the RIO I contract, 
DCAA identified $221 million in questioned costs in its final audits of 
the task order proposals under the contract. 

Because of your interest in understanding the final agreement reached 
between DOD and the contractor on the RIO I contract, we examined (1) 
how DOD addressed DCAA's audit findings on the contract and what 
factors contributed to DOD's decision of how to address these findings 
and (2) the extent to which DOD paid award fees for the contract and 
followed the planned process for making that decision. 

To determine how DOD addressed DCAA's audit findings on the RIO I 
contract and the factors that contributed to DOD's decision of how to 
address those findings, we reviewed negotiation memorandums and DCAA 
audit reports for each of the 10 RIO I task orders and other documents 
related to the negotiation process and resolution of DCAA's findings. 
We also interviewed Corps, DCAA, and other government officials as well 
as contractor representatives. Additionally, to put DOD's decisions 
into context, we compared the resolution of DCAA's questioned cost 
findings on 100 audits of Iraq-related contract actions that were 
resolved as of the end of fiscal year 2006 to the resolution of the 
questioned cost findings on the RIO I task order audits. Because a 
contracting officer has the discretion to determine whether or not to 
pay questioned costs when reaching agreement with a contractor, our 
review does not include a determination of whether the DOD contracting 
officer should have approved payment for the questioned costs. 

To determine the extent to which DOD paid award fees for the RIO I 
contract and followed its planned process for making that decision, we 
collected and reviewed key documents related to the award fee process, 
including the award fee determining official's decision and the award 
fee plan. We also interviewed Corps officials to develop an 
understanding of the process and outcome for the award fees and 
contractor representatives to obtain their perspective on award fees. 
Additionally, to put the award fee for the RIO I contract into context, 
we examined available award fee documentation for 11 large contracts 
that DOD awarded in 2004 to carry out reconstruction activities in 
Iraq. During the period we looked at, January 2004 through June 2006, a 
total of 37 award fee evaluation periods were conducted for the 11 
contracts. Because an award fee determination is a unilateral decision 
made solely at the discretion of the government based upon judgmental 
evaluations of individual contractor performance, our review does not 
include a determination of whether DOD reached the appropriate award 
fee decision for the RIO I contract. Appendix I provides details on our 
scope and methodology. We conducted our work from October 2006 through 
July 2007 in accordance with generally accepted government auditing 
standards. 

Results in Brief: 

DOD considered DCAA's audit findings on the RIO I contract and 
performed additional analysis before deciding to pay the contractor 
nearly all of the $221 million in costs that DCAA questioned, a 
decision influenced by the fact that negotiations of the task orders' 
terms and conditions did not begin until most of the work was complete. 
DOD also removed about $112 million of the questioned costs from the 
amount used to establish the contractor's fee pool, which resulted in 
an effective lowering of the fee received by the contractor by 
approximately $5.8 million. Lack of timely negotiations was a major 
contributing factor to DOD's decision on how to address the questioned 
costs. Although the Defense Federal Acquisition Regulation Supplement 
(DFARS) generally requires that contract actions be definitized within 
180 days after issuance of the action, all 10 task orders were 
negotiated more than 180 days after the work commenced. As a result, 
the contractor had incurred nearly all costs at the time of 
negotiations, and this fact influenced the DOD contracting officer's 
decision to pay most of the questioned costs. According to various DOD 
officials and contractor representatives, changing requirements, 
funding challenges, and inadequate contractor proposals contributed to 
the negotiation delays. These findings are consistent with our previous 
work, where we found that factors such as changing requirements and 
difficulties with funding were linked to delays in definitization, and 
that these delays can increase risk to the government. Overall, DCAA 
considers $26 million of the costs questioned on the RIO I contract to 
be sustained, which DCAA defines as cost reductions directly 
attributable to its audit findings. We compared the sustention rates on 
DCAA's 11 RIO I contract audits to the sustention rates for 100 DCAA 
audits of other Iraq contract actions, and found that the sustention 
rates varied widely for both groups. 

DOD's Army Corps of Engineers paid about $57 million in award fees, or 
52 percent of the maximum possible award fees, on the RIO I contract, 
but it did not adhere to some key steps in its planned award fee 
process related to providing performance feedback to the contractor. 
The award fee paid varied by task order, ranging from 4 percent to 72 
percent of the possible award fee. DOD developed an award fee plan that 
laid out the steps for making its award fee decision, but it did not 
fully adhere to that plan. For example, the plan required award fee 
evaluations on a regular basis during the period of performance, but 
DOD did not conduct a formal evaluation until July 2004, subsequent to 
the completion of nearly all work on the contract. DOD officials told 
us the workload of RIO staff members and logistical difficulties 
stemming from the challenging conditions in Iraq hindered efforts to 
hold evaluation boards during the period of performance. By not 
conducting such evaluations during the period of performance, DOD was 
not able to provide the contractor with formal award fee feedback while 
work was ongoing, which federal regulations state should be done in 
order to motivate a contractor to either improve poor performance or 
continue good performance.[Footnote 2] Additionally, DOD was not able 
to provide us with sufficient documentation to enable us to fully 
assess its adherence to other steps of its plan. For example, DOD did 
not have the scores the award fee board assigned to the contractor on 
the individual award fee criteria in coming to its award fee 
recommendation. Without these scores, we were unable to determine 
whether the award fee board had followed the criteria and weighting 
laid out in the contract in reaching its recommendation. We compared 
the percentage of award fees earned on the RIO I contract to fees 
earned on a group of other selected Iraq reconstruction contracts and 
found that the percentage of award fee earned on the RIO I contract 
fell within the lower range of fees earned on other contracts. 

To ensure that cost-plus-award-fee contracts provide the intended 
benefits, we are recommending to the Secretary of the Army that the 
department conduct an analysis of the administrative feasibility of 
following a rigorous award fee process before awarding a cost-plus- 
award-fee contract in contingency situations. In written comments, DOD 
agreed with the recommendation. DOD's comments are included in appendix 
II. 

Background: 

The United States, along with its coalition partners and various 
international organizations and donors, has embarked on a significant 
effort to rebuild Iraq. As of October 2006, the United States had 
obligated about $29 billion for reconstruction and stabilization 
efforts in Iraq. The United States has relied heavily on private sector 
contractors to provide the goods and services needed to support the 
reconstruction efforts in Iraq. 

Congress has appropriated substantial amounts to support rebuilding 
efforts such as restoring Iraq's oil and electric infrastructures, 
assisting in developing a market-based economy, and improving the 
country's health, education, and medical services. With regard to 
Iraq's oil sector, U.S. support has included efforts to (1) restore 
Iraq's oil infrastructure to sustainable prewar crude oil production 
and export capacity, and (2) deliver and distribute refined fuels for 
domestic consumption. Specific U.S. activities and projects for the 
restoration of Iraq's oil production and export capacity include 
repairing the Al-Fathah oil pipeline crossing, restoring several gas 
and/or oil separation plants near Kirkuk and Basrah, and repairing 
natural gas and liquefied petroleum gas plant facilities in southern 
Iraq. U.S. activities also include the restoration of wells, pump 
stations, compressor stations, export terminals, and refineries, and 
providing electrical power to many of these oil facilities. In addition 
to infrastructure restoration activities, from late May 2003 through 
August 2004, the United States facilitated and oversaw the purchase, 
delivery, and distribution of refined fuels throughout Iraq, primarily 
funded using the Development Fund for Iraq (DFI).[Footnote 3] These 
imports--used for cooking, heating, personal transportation, and 
private power generation--were required to supplement domestic 
production due to increased demand and Iraq's limited refining 
capacity. 

In early 2003, DOD assigned the Corps the responsibility of the oil 
restoration activities known as Restore Iraqi Oil. In March 2003 the 
Corps awarded a cost-plus-award-fee contract, referred to as the RIO I 
contract, to support the oil restoration mission. Under this contract, 
the Corps awarded 10 task orders to the contractor worth a total of 
$2.5 billion. Two task orders related to oil restoration planning and 
extinguishing oil fires; two task orders were for the construction and 
repair of the oil infrastructure; one was for life support activities, 
such as lodging and dining services; and five task orders were for the 
importation, delivery, and distribution of refined fuels throughout 
Iraq. 

At the request of the Corps, DCAA audited the contractor's proposals 
for the RIO I contract.[Footnote 4] DCAA performs many types of audits 
for DOD, including audits of contractor proposals, audits of estimating 
and accounting systems, and incurred cost audits. Generally, the 
results of DCAA audits of contractor proposals are intended to assist 
contracting officials in negotiating reasonable contract prices. 
Typically, DCAA audits contractors' proposals and provides contracting 
officials advice on the reasonableness of contractor costs prior to 
negotiations. DCAA also conducts audits of cost-type contracts after 
they are negotiated to ensure costs incurred on these contracts are 
acceptable. Relying on cost information provided by the contractor and 
assessing whether the costs comply with government regulations, DCAA 
may identify certain costs as questioned. DCAA defines questioned costs 
as costs considered to be not acceptable for negotiating a fair and 
reasonable contract price. DCAA reports its findings to contracting 
officers for consideration in negotiating fair and reasonable contract 
prices. 

DCAA audit reports represent one way DCAA can assist contracting 
officials as they negotiate government contracts. Also, contracting 
officials may invite DCAA to participate in contract negotiations to 
explain audit findings and recommendations. DCAA's role is advisory, 
and the contracting officer is responsible for ensuring that the 
contractor's proposed price is fair and reasonable.[Footnote 5] While 
DCAA audit recommendations are nonbinding, federal regulations specify 
that when significant audit recommendations are not adopted, the 
contracting officer should provide rationale that supports the 
negotiation result in the price negotiation documentation.[Footnote 6] 

In its final 11 audits of the 10 task orders, DCAA identified $221 
million in questioned costs on the RIO I contract. In total, DCAA 
issued 22 proposal audits of the RIO I contract because DCAA audited 
multiple proposals for some of the task orders. The final 11 audits 
included one audit of each task order and an audit of a contractor 
claim on the life support task order.[Footnote 7] Nearly 80 percent of 
the questioned costs related to the costs paid for fuel and fuel 
delivery. For example, DCAA questioned $139 million of the costs the 
contractor paid for fuel and fuel transportation in Kuwait based on a 
comparison of the price paid by the contractor and the price paid by 
the Defense Energy Support Center (DESC) when it took over the mission 
for the contractor in April 2004. Figure 1 outlines the reasons for 
DCAA's questioned costs on the RIO I contract. 

Figure 1: Reasons for DCAA Questioned Costs: 

[See PDF for image] 

Source: GAO analysis of DOD data. 

Note: Numbers do not add to 100 percent due to rounding. 

[End of figure] 

The RIO I contract provided for payment of a fixed fee of 2 percent of 
the negotiated estimated contract cost plus an award fee amount of up 
to 5 percent, based on the government's evaluation of the contractor's 
performance. Award fee contracts allow an agency to adjust the amount 
of fee paid based on contractor performance.[Footnote 8] The award fee 
is intended to motivate excellence in contractor performance, and can 
also serve as a tool to control program risk and cost. However, the 
monitoring and evaluation of contractor performance necessary under an 
award fee contract requires additional administrative effort and cost, 
and federal regulations provide that the use of such a contract is 
suitable when the expected benefits of an award fee contract are 
sufficient to warrant this additional effort and cost.[Footnote 9] 

In general, for award fee contracts, DOD personnel (usually members of 
an award fee evaluation board) conduct periodic evaluations of the 
contractor's performance against specified criteria in an award fee 
plan and recommend the amount of fee to be paid. These evaluations are 
informed by input provided by government personnel who directly observe 
the contractor's performance. Typically, award fee contracts emphasize 
multiple aspects of contractor performance, such as quality, 
timeliness, technical ingenuity, and cost-effective management. Because 
award fees are intended to motivate contractor performance in areas 
that are susceptible to judgmental and qualitative measurement and 
evaluation, these criteria and evaluations tend to be subjective. After 
receiving the recommendation of the award fee evaluation board, a fee-
determining official makes the final decision on the amount of fee the 
contractor will receive. In certain cases the fee-determining official 
may also decide to move unearned award fee from one evaluation period 
to a subsequent evaluation period or periods, thus providing the 
contractor an additional opportunity to earn previously unearned fee-- 
a practice called rollover.[Footnote 10] 

Delayed Negotiations Shaped DOD's Decision to Pay the Contractor for 
Nearly All of the Costs Questioned on the RIO I Contract: 

DOD considered DCAA's audit findings and conducted additional analysis 
before deciding to pay the RIO I contractor nearly all of the $221 
million in costs that DCAA questioned, and to remove $112 million from 
the amount used to establish the contractor's fixed and award fees. The 
reduction in the amount used to establish the fee pool resulted in an 
effective reduction of the contractor's fee by about $5.8 million. 
DOD's decision to pay most questioned costs was shaped by the fact that 
negotiations did not begin until most of the work was complete and the 
costs had already been incurred. The delay in negotiations was 
influenced by factors such as changing requirements, funding 
challenges, and problems with the contractor's business systems. DCAA 
considers $26 million of the costs questioned on the RIO I contract to 
be sustained, which DCAA defines as cost reductions directly 
attributable to its questioned cost findings. We compared the 
sustention rates on DCAA's 11 RIO I contract audits to the sustention 
rates for 100 DCAA audits of other Iraq contract actions, and found 
that the sustention rates varied widely for both groups. 

DOD Decided to Pay the Contractor for Nearly All of the $221 Million in 
DCAA Questioned Costs, but Removed $112 Million from the Amount Used to 
Establish the Contractor's Fee on the RIO I Contract: 

To address the $221 million in costs questioned by DCAA, DOD collected 
additional information and conducted additional analysis. For example, 
after DCAA issued its final audits, DOD collected additional 
information related to the difference in costs paid by the contractor 
and those paid by DESC for fuel and fuel delivery from Kuwait, as well 
as price adjustments the contractor paid to the subcontractor for fuel 
from Turkey, the two largest reasons for questioned costs. The DOD 
contracting officer also convened a meeting with contractor 
representatives, DCAA officials, and other Corps officials to discuss 
the additional information. As a result of the additional information 
and analysis presented in the meeting, the DOD contracting officer 
asked DCAA to conduct financial analyses to quantify options--referred 
to as financial positions--that he could use in developing the 
government's objectives for negotiations with the contractor. The 
financial positions differed from DCAA's final audit reports in some 
areas, for example, reflecting a narrower gap between the costs paid by 
the contractor and the costs paid by DESC for the fuel and fuel 
delivery from Kuwait[Footnote 11]: 

DOD decided to address the $221 million in questioned costs in the 
following ways: 

* Pay both the costs and fees. The DOD contracting officer decided to 
pay the contractor costs and associated fees for nearly half of the 
costs questioned by DCAA. In general, these costs reflected the 
financial positions prepared for negotiations by DCAA after DOD 
collected additional information about some of the questioned costs. 
For example, although DCAA's final audits questioned the costs paid for 
fuel from Turkey, the financial positions did not include reductions 
for these costs. The contracting officer used the financial positions 
as a basis for deciding to pay the contractor for the costs for fuel 
from Turkey. 

* Not pay the contractor costs or fees. For less than $10 million of 
the questioned costs, DOD decided not to pay the contractor for its 
costs and the associated fees. For example, the Corps decided not to 
reimburse approximately $4 million the contractor spent on leasing 
diesel trucks that were not used. 

* Pay the costs but not the fees. For almost half of the questioned 
costs, DOD decided to pay the contractor but removed those costs from 
the amount used to calculate the contractor's fee. These costs were 
composed primarily of the difference that remained between the prices 
paid by the contractor and by DESC for fuel and fuel delivery from 
Kuwait after the contracting officer took into account the financial 
positions. 

When asked about the reason for paying for questioned costs but 
removing those same costs from the amount used to establish the 
contractor's fee, the DOD contracting officer told us that this outcome 
was a result of negotiations. He stated that while the contractor 
probably did not do everything it could have to lower prices, it took 
reasonable actions to do so. For example, Corps officials stated that 
the contractor attempted to obtain lower prices for the fuel and fuel 
delivery from Kuwait through competition on several occasions. Also, 
the officials told us that DOD decided to pay for these questioned 
costs because it felt that it would have been unlikely to prevail in an 
attempt not to pay costs that had already been incurred by the 
contractor. Specifically, Corps officials told us they believed that in 
the event of litigation, they would have been ordered to pay the 
contractor for incurred costs because, for example, the Corps 
continually directed the contractor to perform work under the 
contract.[Footnote 12] However, these officials told us they believed 
there was adequate justification to negotiate the exclusion of some 
questioned costs from fee eligibility. 

The DOD contracting officer also believed there were several 
limitations to the primary reason for DCAA's questioned costs--the 
comparison of the price paid by the contractor for fuel and fuel 
delivery from Kuwait to the price paid by DESC, which took over the 
fuel importation mission in 2004. Specifically, the contracting officer 
attributed the contractor's higher price to factors such as the Kuwaiti 
subcontractor's perception of the risk of working in Iraq, short-term 
subcontracts for the fuel and fuel delivery because of the incremental 
funding provided, and differences in overhead costs. DESC officials 
also told us there were several factors that limited the usefulness of 
the comparison between the prices paid by DESC and the prices paid by 
the contractor for fuel and fuel delivery from Kuwait, such as the fact 
that DESC could commit to longer contracts with the Kuwaiti 
subcontractor and the fact that by contracting with the same 
subcontractor, DESC could use the fuel transportation infrastructure 
established under the prior contract (i.e., the start-up costs faced by 
DESC were lower). 

In total, $112 million of the questioned costs were removed from the 
amount used to establish the contractor's fee pool. The contractor's 
fixed and award fees were calculated as a percentage of the costs 
included in the fee pool. Consequently, removing $112 million from the 
amount used to establish the fee pool resulted in an effective lowering 
of the fees the contractor received by about $5.8 million (see table 1 
for details).[Footnote 13] 

Table 1: GAO's Analysis of the Resolution of DCAA's Questioned Costs: 

Dollars in thousands. 

Task order: 1; 
Purpose: Pre-positioning and training; 
Primary reason for questioned costs: Differences between proposed and 
actual costs; 
DCAA questioned costs: $904; 
Changes resulting from DCAA's questioned costs: Adjustments to the 
amount used to establish the fee pool[A]: - $904; 
Changes resulting from DCAA's questioned costs: Effective fee 
adjustments resulting from changes to the amount used to establish the 
fee pool[B]: -$38. 

Task order: 2; 
Purpose: Quick fix design; 
Primary reason for questioned costs: Differences between proposed and 
actual costs; 
DCAA questioned costs: 200; 
Changes resulting from DCAA's questioned costs: Adjustments to the 
amount used to establish the fee pool[A]: - 197; 
Changes resulting from DCAA's questioned costs: Effective fee 
adjustments resulting from changes to the amount used to establish the 
fee pool[B]: -11. 

Task order: 3; 
Purpose: Infrastructure repair and restoration; 
Primary reason for questioned costs: Costs not allocable to task order; 
DCAA questioned costs: 11,698; 
Changes resulting from DCAA's questioned costs: Adjustments to the 
amount used to establish the fee pool[A]: -4,830; 
Changes resulting from DCAA's questioned costs: Effective fee 
adjustments resulting from changes to the amount used to establish the 
fee pool[B]: -184. 

Task order: 4; 
Purpose: Life support; 
Primary reason for questioned costs: Indirect costs due to rate and 
base differences; 
DCAA questioned costs: 86; 
Changes resulting from DCAA's questioned costs: Adjustments to the 
amount used to establish the fee pool[A]: 1,745[C]; 
Changes resulting from DCAA's questioned costs: Effective fee 
adjustments resulting from changes to the amount used to establish the 
fee pool[B]: 66[C]. 

Task order: 4; 
Purpose: Equitable adjustment claim - life support; 
Primary reason for questioned costs: Indirect costs due to rate and 
base differences; 
DCAA questioned costs: 39; 
Changes resulting from DCAA's questioned costs: Adjustments to the 
amount used to establish the fee pool[A]: -39; 
Changes resulting from DCAA's questioned costs: Effective fee 
adjustments resulting from changes to the amount used to establish the 
fee pool[B]: N/A[D]. 

Task order: 5; 
Purpose: Fuel import and distribution; 
Primary reason for questioned costs: Kuwait and Turkey fuel and fuel 
delivery charges; 
DCAA questioned costs: 84,446; 
Changes resulting from DCAA's questioned costs: Adjustments to the 
amount used to establish the fee pool[A]: -45,129; 
Changes resulting from DCAA's questioned costs: Effective fee 
adjustments resulting from changes to the amount used to establish the 
fee pool[B]: -2,437. 

Task order: 6; 
Purpose: Infrastructure repair and restoration; 
Primary reason for questioned costs: Timing of obtaining contracting 
officer consent; 
DCAA questioned costs: 32,078; 
Changes resulting from DCAA's questioned costs: Adjustments to the 
amount used to establish the fee pool[A]: -5,289; 
Changes resulting from DCAA's questioned costs: Effective fee 
adjustments resulting from changes to the amount used to establish the 
fee pool[B]: 
-116. 

Task order: 7; 
Purpose: Fuel import and distribution; 
Primary reason for questioned costs: Kuwait and Turkey fuel and fuel 
delivery charges; 
DCAA questioned costs: 35,681; 
Changes resulting from DCAA's questioned costs: Adjustments to the 
amount used to establish the fee pool[A]: -16,598; 
Changes resulting from DCAA's questioned costs: Effective fee 
adjustments resulting from changes to the amount used to establish the 
fee pool[B]: -896. 

Task order: 8; 
Purpose: Fuel import and distribution; 
Primary reason for questioned costs: Kuwait and Turkey fuel and fuel 
delivery charges; 
DCAA questioned costs: 22,781; 
Changes resulting from DCAA's questioned costs: Adjustments to the 
amount used to establish the fee pool[A]: -14,562; 
Changes resulting from DCAA's questioned costs: Effective fee 
adjustments resulting from changes to the amount used to establish the 
fee pool[B]: -786. 

Task order: 9; 
Purpose: Fuel import and distribution; 
Primary reason for questioned costs: Kuwait and Turkey fuel and fuel 
delivery charges; 
DCAA questioned costs: 19,903; 
Changes resulting from DCAA's questioned costs: Adjustments to the 
amount used to establish the fee pool[A]: -15,578; 
Changes resulting from DCAA's questioned costs: Effective fee 
adjustments resulting from changes to the amount used to establish the 
fee pool[B]: -841. 

Task order: 10; 
Purpose: Fuel import and distribution; 
Primary reason for questioned costs: Kuwait and Turkey fuel and fuel 
delivery charges; 
DCAA questioned costs: 13,603; 
Changes resulting from DCAA's questioned costs: Adjustments to the 
amount used to establish the fee pool[A]: -10,782; 
Changes resulting from DCAA's questioned costs: Effective fee 
adjustments resulting from changes to the amount used to establish the 
fee pool[B]: -582. 

Total; 
Purpose: [Empty]; 
Primary reason for questioned costs: [Empty]; 
DCAA questioned costs: $221,418; 
Changes resulting from DCAA's questioned costs: Adjustments to the 
amount used to establish the fee pool[A]: -$112,163; 
Changes resulting from DCAA's questioned costs: Effective fee 
adjustments resulting from changes to the amount used to establish the 
fee pool[B]: -$5,826. 

Source: GAO analysis of DOD data. 

[A] Numbers in this column reflect our analysis of cost adjustments 
made to the amount used to establish the fee pool as result of DCAA's 
questioned costs. At negotiations, DOD also adjusted other contract 
costs not resulting from DCAA's questioned costs, which are not 
reflected in this table. 

[B] Numbers in this column reflect our analysis of what would have 
happened if dod had applied the fixed and award fee percentages earned 
for each of the task orders to the adjustments to the amount used to 
establish the fee pool resulting from dcaa's questioned costs. 

[C] Certain costs were questioned by DCAA based on the task order to 
which they were allocated. The increase to the amount used to establish 
the fee pool for task order 4 reflects allocation adjustments made 
based on DCAA's findings associated with task order 3. 

[D] Because the equitable adjustment claim exceeded the not-to-exceed 
amount for task order 4, the contracting officer decided that no fixed 
or award fees would be paid on the claim. 

[End of table] 

DCAA officials said they believed the DOD contracting officer followed 
the standard process for addressing questioned costs. For example, the 
Director of DCAA testified before Congress that the process worked as 
it is defined, and that in making its decision of how to address the 
costs, the Corps "rightly considered other evidence other than the 
audit reports and considered extenuating circumstances that might have 
affected the contractor's actions."[Footnote 14] When asked if he was 
satisfied with the resolution of the questioned costs, a DCAA official 
involved in the process told us he thought the DOD contracting officer 
did the best job he could, given the circumstances. 

Delays in Negotiations Influenced the Contracting Officer's Decision to 
Pay Questioned Costs: 

All 10 RIO I task orders were negotiated more than 180 days after the 
work commenced, and all were negotiated after the work had been 
completed. The RIO I task orders were considered undefinitized 
contracting actions because DOD and the contractor had not reached 
agreement on the terms, specifications, and price of the task orders 
before performance began. Undefinitized contract actions are used when 
government interests demand that the contractor be given a binding 
commitment so that work can begin immediately, and negotiating a 
definitive contract is not possible in time to meet the requirement. 
DOD requires that contract actions be definitized within 180 days after 
issuance of the action or when the amount of funds obligated under the 
action is over 50 percent of the not-to-exceed price, whichever occurs 
first. The head of an agency may waive these limitations in certain 
circumstances that likely would have applied for this contract, 
including for a contingency operation, but Corps officials told us that 
waivers were not requested for these task orders. Figure 2 shows the 
time it took for DOD and the contractor to reach agreement on the terms 
and conditions for the task orders. Because of the delays in 
negotiations, virtually all of the costs had been incurred by the 
contractor at the time of negotiations. 

Figure 2: Elapsed Days from Notice to Proceed to Definitization: 

[See PDF for image] 

Source: GAO analysis of DOD data. 

[End of figure] 

The contracting officer determined that the questioned costs he decided 
to pay were reasonable and in accordance with the FAR, and his decision 
to pay nearly all of the questioned costs was influenced by (1) the 
fact that nearly all of the costs had been incurred at the time of 
negotiations and (2) his belief that payment of incurred costs was 
required, absent unusual circumstances.[Footnote 15] The contracting 
officer stated in final negotiation documentation that unusual 
circumstances did not exist for most of the questioned costs. For 
example, the DOD contracting officer indicated that because DCAA chose 
not to suspend or disallow the funds, which DCAA can do by issuing a 
Form 1, unusual circumstances did not exist.[Footnote 16] 

Changing Requirements, Funding Challenges, and Inadequate Contractor 
Proposals Contribute to Negotiation Delays and Increase Risk to the 
Government: 

Several factors contributed to the delay in negotiations, including 
DOD's changing requirements, DOD's funding challenges, and inadequacies 
in several of the contractor's business systems. Based on contract 
documentation as well as interviews with DOD officials and contractor 
representatives, these factors made it difficult for the contractor to 
submit proposals in a timely fashion. Without a qualifying contractor 
proposal, the government and the contractor are not able to reach 
agreement on the terms and conditions of a task order.[Footnote 17] For 
many of the task orders, the contractor did not submit qualifying 
proposals until late in the period of performance or after the work had 
been completed. For example, for 6 of the 10 task orders, the 
contractor did not submit a qualifying proposal that was audited by 
DCAA until after the period of performance was complete. 

Corps officials told us that changing requirements made it difficult 
for the contractor to submit a proposal. In particular, the 
requirements for the fuel mission were not well defined and changed 
over time, particularly in terms of the quantity of fuel needed and the 
period of performance for the work. According to Corps officials, the 
fuel mission was initially envisioned as a 21-day requirement, but 
ultimately extended into many months. The extension of the requirements 
is reflected in modifications to task order 5, the initial fuel mission 
task order, where the period of performance was extended. Additionally, 
numerous correspondences between DOD officials demonstrate the 
uncertainty as to how much fuel was required and the time frame during 
which fuel importation would be needed. For example, one correspondence 
indicates that as of April 21, 2003, there was no immediate need for 
the importation of fuel products because Iraq was able to provide 
sufficient refined products to satisfy the domestic need, and one DOD 
official considered it unlikely that the need would arise.[Footnote 18] 
Less than 2 weeks later, on May 2, 2003, DOD correspondence indicates 
that fuel shortages were anticipated, and DOD officials began 
preparations to execute the fuel importation mission. At that time, 
officials anticipated the need for 10-to 30-day supplies of fuel, not a 
mission that would expand into many months. In addition, the statements 
of work for the fuel mission did not outline the quantities needed to 
fulfill the mission. The quantities of fuel required changed numerous 
times. For example, between July 16, 2003, and August 3, 2003, the 
Corps issued four separate letters to the contractor, each one 
increasing the quantities of fuel required to fulfill the mission. 
Overall, through numerous modifications, the Corps increased the 
funding on task order 5 from $24 million to $871 million, a value more 
than 36 times greater than the initial allocation. 

The Corps also experienced challenges in establishing and maintaining a 
consistent, reliable, and sufficient source of funding for the RIO I 
contract, which exacerbated the problem of fully defining the 
requirements. The RIO I task orders were funded using several sources, 
including the Army's Operation and Maintenance Appropriation, Iraqi 
vested assets, and the Development Fund for Iraq.[Footnote 19] For the 
fuel mission, a high-level Corps official involved in the funding 
aspect of the contract told us that the Corps had a difficult time 
finding enough funding to support the mission, a fact that contributed 
to short-term requirements. For example, this official told us that the 
Corps received funding on a short-term basis rather than the longer- 
term funding it requested, which affected the quantity of fuel the 
Corps could direct the contractor to purchase. Additionally, to support 
the fuel mission when funding was tight, the Corps began using funds 
from the infrastructure repair and restoration task orders to fund the 
fuel mission task orders, resulting in the delay of work the Corps 
believed was critical to the repair of the oil infrastructure. 

DOD officials and contractor representatives also told us that the 
contractor's business systems were not fully prepared to handle the 
growth in work the company experienced as a result of the war in Iraq, 
and this contributed to the delays in proposal submission. From 2002 to 
2004, the contractor's revenues grew from $5.7 billion to $11.9 
billion. Subsequent to the issuance of the RIO I contract, and after 
the war in Iraq began, DCAA identified deficiencies in several of the 
contractor's business systems. For example, DCAA considered the 
contractor's estimating system--a system important for proposal 
development--adequate prior to the issuance of the RIO I contract. 
However, subsequent to the issuance of the RIO I contract, DCAA issued 
an audit that found the contractor's estimating system to be inadequate 
for providing verifiable, supportable, and documented cost estimates 
that are acceptable for negotiating a fair and reasonable 
price.[Footnote 20] 

We have shown through our previous work the link between delays in 
definitization and challenges with requirements, funding, and proposal 
submission. For example, in a review of 77 undefinitized contract 
actions issued by various DOD agencies, we found that contracting 
officers cited timeliness of a qualifying proposal, changing or complex 
requirements, and changes in funding availability as three of the top 
four reasons for delays in definitization.[Footnote 21] In a previous 
review of Iraq reconstruction contracts, agency officials told us that 
delays in reaching agreement on the terms and conditions of a contract 
resulted from the growth in requirements and from concerns over the 
adequacy of contractor proposals.[Footnote 22] 

Delays in definitization can increase the risk to the government 
because when contracts remain undefinitized, the government bears most 
of the risk. For example, in a prior review of how DOD addressed DCAA's 
audit findings on 18 audits of Iraq contract actions, we found that DOD 
contracting officials were less likely to remove questioned costs from 
a contract proposal if the contractor had incurred these costs before 
reaching agreement on the work's scope and price.[Footnote 23] In a 
previous review of Iraq reconstruction contracts, as well as a review 
of DOD's logistics support contracts, we found that delays in 
definitizing contract actions can increase the risk to the government 
by reducing cost control incentives, particularly for cost 
reimbursement type contracts like the RIO I contract.[Footnote 24] 

DCAA Attributes $26 Million in Cost Reductions on the RIO I Contract to 
Its Audit Findings: 

In total, DCAA considers $26 million of the costs questioned on the RIO 
I contract to be sustained. DCAA defines questioned costs sustained as 
the negotiated cost reductions directly attributable to questioned cost 
findings reported by the DCAA auditor. DCAA's calculation of questioned 
costs sustained includes costs DOD decided not to pay to the contractor 
and other types of cost reductions. Specifically, the $26 million of 
questioned costs sustained includes (1) $9 million composed primarily 
of costs DOD decided not to pay to the contractor and including some 
costs DOD decided to pay but moved from one task order to another 
because of improper allocation[Footnote 25] and (2) $17 million in 
costs removed from the contractor's final proposals but questioned by 
DCAA in prior audits of previous contractor proposals. For example, in 
an early version of a proposal for one of the fuel mission task orders, 
the contractor proposed demobilization costs that DCAA questioned. The 
contractor removed these costs in a subsequent proposal, and DCAA 
considered the removal of these costs attributable to its audit 
findings, and therefore counted that amount as sustained. For purposes 
of calculating a sustention rate, which is a calculation of questioned 
costs sustained divided by questioned costs, in its internal management 
system DCAA increased its questioned costs on the final audits from 
$221 million to $237 million to reflect the $17 million sustained from 
prior audits.[Footnote 26] 

Table 2 shows the questioned costs sustained and the sustention rate 
for each of the audits of the RIO I contract. The sustention rates 
ranged from 0 to 20 percent for the fuel mission task orders, which 
represented a large portion of the questioned costs. As discussed 
earlier in the report, the DOD contracting officer collected additional 
information and conducted additional analysis to address some of these 
questioned costs. Additionally, he identified limitations to the 
comparison between the prices paid by the contractor and DESC used by 
DCAA to question some of the fuel costs, such as differences in the 
length of contract terms for purchase of fuel and fuel delivery from 
Kuwait, and referred to these limitations in his rationale for his 
decision on these costs. 

Table 2: DCAA's Questioned Costs Sustained on the RIO I Contract 
Audits: 

Dollars in thousands. 

1; 
Purpose: Pre-positioning and training; 
Primary questioned costs reason: Differences between proposed and 
actual costs; 
Questioned costs based on DCAA's internal management system[A]: $904; 
Questioned costs sustained: $904; Sustention rate by audit report: 
100%. 

2; 
Purpose: Quick fix design; 
Primary questioned costs reason: Differences between proposed and 
actual costs; 
Questioned costs based on DCAA's internal management system[A]: 200; 
Questioned costs sustained: 197; 
Sustention rate by audit report: 99%. 

3; 
Purpose: Infrastructure repair and restoration; 
Primary questioned costs reason: Costs not allocable to task order; 
Questioned costs based on DCAA's internal management system[A]: 20,290; 
Questioned costs sustained: 12,555; 
Sustention rate by audit report: 62%. 

4; 
Purpose: Life support; 
Primary questioned costs reason: Indirect costs due to rate and base 
differences; 
Questioned costs based on DCAA's internal management system[A]: 86; 
Questioned costs sustained: 0; 
Sustention rate by audit report: 0%. 

4; 
Purpose: Equitable adjustment claim - life support; 
Primary questioned costs reason: Indirect costs due to rate and base 
differences; 
Questioned costs based on DCAA's internal management system[A]: 39; 
Questioned costs sustained: 39; 
Sustention rate by audit report: 100%. 

5; 
Purpose: Fuel import and distribution; 
Primary questioned costs reason: Kuwait and Turkey fuel and fuel 
delivery charges; 
Questioned costs based on DCAA's internal management system[A]: 84,446; 
Questioned costs sustained: 0; 
Sustention rate by audit report: 0%. 

6; 
Purpose: Infrastructure repair and restoration; 
Primary questioned costs reason: Timing of obtaining contracting 
officer consent; 
Questioned costs based on DCAA's internal management system[A]: 32,194; 
Questioned costs sustained: 0; 
Sustention rate by audit report: 0%. 

7; 
Purpose: Fuel import and distribution; 
Primary questioned costs reason: Kuwait and Turkey fuel and fuel 
delivery charges; 
Questioned costs based on DCAA's internal management system[A]: 35,681; 
Questioned costs sustained: 0; 
Sustention rate by audit report: 0%. 

8; 
Purpose: Fuel import and distribution; 
Primary questioned costs reason: Kuwait and Turkey fuel and fuel 
delivery charges; 
Questioned costs based on DCAA's internal management system[A]: 27,423; 
Questioned costs sustained: 5,509; 
Sustention rate by audit report: 20%. 

9; 
Purpose: Fuel import and distribution; 
Primary questioned costs reason: Kuwait and Turkey fuel and fuel 
delivery charges; 
Questioned costs based on DCAA's internal management system[A]: 22,552; 
Questioned costs sustained: 4,618; 
Sustention rate by audit report: 20%. 

10; 
Purpose: Fuel import and distribution; 
Primary questioned costs reason: Kuwait and Turkey fuel and fuel 
delivery charges; 
Questioned costs based on DCAA's internal management system[A]: 13,603; 
Questioned costs sustained: 2,336; 
Sustention rate by audit report: 17%. 

Contract total; 
Purpose: [Empty]; 
Primary questioned costs reason: [Empty]; 
Questioned costs based on DCAA's internal management system[A]: 
$237,418; 
Questioned costs sustained: $26,158; Sustention rate by audit report: 
11%. 

Source: GAO analysis of DOD data. 

[A] Data in this column include costs questioned in the final audits 
and costs questioned in prior audits that DCAA considers sustained. 

[End of table] 

The Sustention Rates on the DCAA Audits of the RIO I Contract and the 
Sustention Rates on DCAA Audits of Other Iraq Contract Actions Both 
Varied Widely: 

We compared the sustention rates for the 11 RIO I audit reports to the 
sustention rates for 100 DCAA audits of other Iraq contract actions, 
and found a similar pattern in the distribution and range of sustention 
rates for both groups.[Footnote 27] Specifically, as shown in figure 3, 
the sustention rates for both groups of audit reports varied widely. 
DCAA officials told us that it is not unusual to have a sustention rate 
of 0 percent or of 100 percent on an individual audit, and these were 
common values in the two groups we looked at. 

Figure 3: Comparison of Sustention Rates: 

[See PDF for image] 

Source: GAO analysis of DOD data. 

Note: While this analysis provides a basis for context, the 
circumstances surrounding each of the contracts or task orders audited 
are unique. Consequently, sustention rates between individual audit 
reports may not be directly comparable. 

[End of figure] 

DCAA officials told us that they do not expect every questioned cost to 
be sustained, because reasonable people can disagree about how some of 
these costs should be resolved. Additionally, as discussed earlier, 
contracting officers may consider other information provided subsequent 
to DCAA's issued audit as part of the process of resolving DCAA audit 
findings. 

DOD Paid About Half of the Maximum Possible Award Fee for the RIO I 
Contract, but Did Not Fully Adhere to Key Steps in Its Award Fee Plan 
for Providing Performance Feedback to the Contractor: 

DOD paid approximately $57 million in award fees, or 52 percent of the 
maximum possible award fee, for the RIO I contract. However, DOD missed 
potential opportunities to motivate contractor performance by not 
following steps outlined in its award fee plan to provide performance 
feedback to the contractor. Further, DOD was unable to provide 
sufficient documentation to enable us to fully evaluate its adherence 
to its award fee plan. In comparing the RIO I award fee to award fees 
earned on other selected Iraq reconstruction contracts, we found that 
the percentage of award fee earned on the RIO I contract fell within 
the lower range of fees earned on these other contracts. 

DOD Paid Approximately $57 Million in Award Fees for the RIO I 
Contract: 

The overall award fee paid to the contractor on the RIO I contract 
totaled about $57 million, just over half of the maximum possible award 
fee. The contract provided for a fixed fee of 2 percent of the 
negotiated estimated contract cost and an award fee of up to an 
additional 5 percent that could be earned based on the government's 
evaluation of the contractor's performance in areas including technical 
and cost performance and business management. The possible 5 percent 
award fee was based on a negotiated estimated contract cost of about 
$2.2 billion, translating into a maximum award fee of about $109 
million.[Footnote 28] The award fee decision states that, overall, 
while the quality of the contractor's work was generally rated highly, 
the contractor did not do as well in the areas of adherence to schedule 
and business management. As shown in table 3, the award fee varied by 
task order, ranging from 4 percent to 72 percent of the possible award 
fee. 

Table 3: Award Fee Paid for RIO I Task Orders: 

Dollars in thousands. 

1; 
Purpose: Pre-positioning and training; 
Award fee possible: $399; 
Award fee paid: $175; 
Percentage of possible award fee paid: 44. 

2; 
Purpose: Quick fix design; 
Award fee possible: 54; 
Award fee paid: 39; 
Percentage of possible award fee paid: 72. 

3; 
Purpose: Infrastructure repair and restoration; 
Award fee possible: 32,333; 
Award fee paid: 11,640; 
Percentage of possible award fee paid: 36. 

4; 
Purpose: Life support; 
Award fee possible: 2,207; 
Award fee paid: 794; 
Percentage of possible award fee paid: 36. 

5; 
Purpose: Fuel import and distribution; 
Award fee possible: 39,208; 
Award fee paid: 26,662; 
Percentage of possible award fee paid: 68. 

6; 
Purpose: Infrastructure repair and restoration; 
Award fee possible: 9,700; 
Award fee paid: 388; 
Percentage of possible award fee paid: 4. 

7; 
Purpose: Fuel import and distribution; 
Award fee possible: 14,354; 
Award fee paid: 9,761; 
Percentage of possible award fee paid: 68. 

8; 
Purpose: Fuel import and distribution; 
Award fee possible: 7,679; 
Award fee paid: 5,222; 
Percentage of possible award fee paid: 68. 

9; 
Purpose: Fuel import and distribution; 
Award fee possible: 1,896; 
Award fee paid: 1,289; 
Percentage of possible award fee paid: 68. 

10; 
Purpose: Fuel import and distribution; 
Award fee possible: 802; 
Award fee paid: 546; 
Percentage of possible award fee paid: 68. 

Contract total; 
Award fee possible: $108,631; 
Award fee paid: $56,515; 
Percentage of possible award fee paid: 52%. 

Source: GAO analysis of DOD data. 

Note: A separate request for equitable adjustment was also negotiated 
for task order 4. However, because the equitable adjustment claim 
exceeded the not-to-exceed amount for task order 4, The contracting 
officer decided that no fixed or award fees would be paid on the claim. 

[End of table] 

DOD Missed Opportunities to Motivate Contractor Performance by Not 
Following Key Steps Outlined in Its Award Fee Plan: 

DOD's award fee plan for the RIO I contract included several steps 
related to providing the contractor with ongoing performance feedback. 
For example, the plan called for award fee evaluations to be conducted 
on a regular basis during the period of performance.[Footnote 29] These 
evaluations were to include a meeting of the award fee board to 
determine a recommended award fee for the contractor and a final 
decision by the award fee determining official. After each award fee 
evaluation, the contractor was to be notified of the percentage and 
amount of award fee earned. In addition to these formal award fee 
evaluations, the plan also called for monthly interim evaluations to be 
conducted in which award fee board members would consider performance 
evaluation reports submitted by DOD staff designated as performance 
monitors, reach an interim evaluation decision, and then notify the 
contractor of the strengths and weaknesses for the evaluation period. 

However, despite its plans to conduct formal award fee evaluations 
during the period of performance, DOD did not convene an award fee 
board for the RIO I contract until contract performance was almost 
entirely completed. DOD officials told us that they were unable to hold 
boards due to the heavy workload of RIO staff and logistical challenges 
such as difficulties with communications, travel, and security 
conditions. DOD officials and contractor representatives also indicated 
that holding an award fee board was not a high priority because their 
focus was on making sure that the work under the contract was 
accomplished. Ultimately only one award fee board was held, in July 
2004, after fieldwork on all but one task order had been completed. The 
contractor was notified of its award fee scores in January 2005, after 
completion of all work on the contract.[Footnote 30] This process was 
in contrast to the rationale for award fee evaluations explained in 
federal regulations: Evaluation at stated intervals during performance, 
accompanied by partial payment of the fee generally corresponding to 
the evaluation periods, can induce the contractor to improve poor 
performance or to continue good performance. 

In addition to not holding formal evaluations as planned during the 
period of performance, DOD did not meet the rigor called for in the 
award fee plan when providing interim performance feedback to the 
contractor. DOD did provide some interim feedback to the contractor on 
its performance during the period of performance. For example, DOD 
officials and contractor representatives told us that DOD contracting 
staff and contractor staff had daily informal discussions about 
contractor performance. In addition, RIO administrative contracting 
officers sent the contractor letters on a semiannual basis that 
provided feedback on the contractor's performance. However, as 
discussed previously, the award fee plan states that the award fee 
board should hold monthly interim evaluations of the contractor's 
performance and provide the contractor with feedback from the 
evaluations. DOD officials were only able to provide us with 
information about one interim evaluation board, and the contractor was 
not provided with results from this evaluation. Contracting staff and 
others providing feedback to the contractor expressed to us views 
ranging from very negative to very positive on the contractor's 
performance during the same time period. Thus, without feedback 
reflecting consensus judgment, the contractor may not have been fully 
aware of the government's views on the strengths and weaknesses of its 
performance. Given that the award fee is intended to motivate 
excellence in contractor performance, providing the contractor with 
this type of feedback is an important step in achieving this aim. 

The lack of adherence to the award fee plan also made it difficult to 
ensure that all aspects of the contractor's performance were considered 
in the final award fee decision. Although performance monitors were 
supposed to complete reports monthly and at the end of each evaluation 
period in order to provide the award fee board with information about 
the contractor's performance, which would mean that hundreds of reports 
should have been completed during the course of the contract, a DOD 
official told us that fewer than 10 performance monitor reports were 
ever provided to the award fee board. The board received so few reports 
because (1) written reports were not prepared on a regular basis, as 
required by the award fee plan, and (2) reports that were prepared were 
not submitted to the award fee board. Specifically, DOD officials and 
correspondence indicated that performance monitor reports did not begin 
to be completed until several months into the contract period of 
performance and even then were not completed on a monthly basis. In 
addition, DOD officials provided us with more than 25 reports that they 
told us had been completed but not provided to the award fee board 
members. DOD officials told us that board members were not provided 
with these documents because the Corps had received a large number of 
documents related to the RIO I contract from Iraq that had not been 
sorted through by the time the award fee board was held in July 2004. 
Because the DOD officials had not sorted through all of the documents, 
the award fee board was also not provided with full information about 
an interim evaluation board held in May 2003. Specifically, award fee 
board members were provided with only one task order score from the 
interim evaluation board, despite the fact that documentation of 
consensus scores and contractor strengths and weaknesses was prepared 
for four task orders. DOD officials responsible for selecting the award 
fee board members told us that they selected board members to ensure 
that they included individuals who had directly observed the contractor 
in different time periods and locations. However, because the award fee 
board meeting was near the end of fieldwork on the contract and because 
RIO staff rotated during the period of performance, written 
observations of contractor performance would have been important in 
ensuring that the board had full knowledge of all aspects of the 
contractor's performance. 

We have previously reported on problems with DOD adhering to its award 
fee process in contingency situations. In our review of DOD's use of 
logistics support contracts, for one large contract we found that the 
Army was not holding award fee boards according to the terms of the 
contract. We also found that Army officials were not evaluating and 
documenting the contractor's performance on that contract.[Footnote 31] 

DOD Could Not Provide Sufficient Documentation to Enable Us to Fully 
Evaluate Its Adherence to Its Award Fee Plan: 

To evaluate the extent to which DOD followed its planned process for 
making the RIO I award fee decision, we attempted to review DOD's 
adherence to the process outlined in its award fee plan, but were not 
able to fully do so because DOD could not provide us with documentation 
of some elements of the process. For example, according to DOD 
officials and the award fee board minutes, the board determined its 
recommended score for each task order by first reaching a consensus on 
individual criteria outlined in the contract, and then computing the 
overall score based on the weighting included in the contract for those 
criteria. However, according to DOD officials, they could not provide 
us with the consensus scores on the individual criteria because records 
of those scores were destroyed after the final award fee decision was 
reached.[Footnote 32] Without these scores, we could not determine 
whether the award fee board adhered to the weighting of the criteria 
outlined in the contract in reaching its recommendation. We also had 
limited insight into any additional factors the award fee determining 
official considered in making his initial decision, which included 
upward adjustments to the award fee board's recommendation, because DOD 
officials could not provide us with documentation of the reasons for 
the difference and told us they did not believe such documentation had 
ever been developed. This apparent lack of documentation was not in 
accordance with the award fee plan, which states that reasons for any 
differences between the award fee determining official's decision and 
the award fee board's recommendation must be fully documented. 

DOD officials also could not provide us with complete information 
regarding the monitoring of the contractor's performance during the 
period of performance. For example, we could not obtain full 
documentation of interim boards referred to in the award fee board 
minutes, including documentation of the number of boards held, the 
dates of the boards, or the results from the boards. Without such 
information, we could not determine how results from interim 
evaluations were figured into the award fee board's recommendation, as 
the award fee plan indicates they should be. 

The Percentage of Award Fee Earned on the RIO I Contract Fell within 
the Range of Award Fees Earned on a Sample of Other Iraq Reconstruction 
Contracts: 

To put the RIO I award fee into context, we also analyzed the award 
fees earned on other selected Iraq reconstruction contracts and found 
that the percentage of award fee earned on the RIO I contract was 
within the range of award fees earned on these other contracts. More 
specifically, we reviewed 11 contracts that DOD awarded in 2004 to 
conduct reconstruction activities in Iraq, which, like the RIO I 
contract, were large-scale cost-plus-award-fee contracts. During the 
period we looked at, January 2004 through June 2006, a total of 37 
award fee evaluation periods were conducted for the 11 contracts. As 
illustrated in figure 4, the percentage of award fee earned during the 
period varied by contract, ranging from 20 percent to nearly 100 
percent. 

Figure 4: Percentage of Award Fee Earned on the RIO I Contract and on 
11 Other Selected Iraq Reconstruction Contracts from January 2004 to 
June 2006: 

[See PDF for image] 

Source: GAO analysis of DOD data. 

Notes: Because some of these contracts were still active as of June 
2006, the ultimate amount and percentage of award fees earned may have 
changed depending on contractor performance over the remainder of the 
contract. In 11 of the 37 award fee evaluation periods we analyzed, the 
award fee determining official chose to roll over the unearned award 
fee from one evaluation period to a subsequent evaluation period or 
periods. In these cases we excluded rolled-over fees from the available 
fee pool. While this analysis provides a basis for context, the 
circumstances surrounding each contract are unique. Consequently, the 
percentage of award fee earned may not be directly comparable between 
contracts. 

[End of figure] 

Conclusion: 

To meet the urgent operational needs of reestablishing Iraq's oil 
infrastructure and importing fuel, the Corps authorized the contractor 
to begin work before task orders had been definitized. Factors such as 
changing requirements, funding challenges, and problems with contractor 
proposals delayed negotiations until well past the timing required by 
DOD for definitization. For all 10 RIO I task orders, the work was 
completed before negotiations were finalized. Delays in definitizing 
contract actions can increase the risk to the government by reducing 
cost control incentives, particularly for cost reimbursement type 
contracts. In addition, our findings on the agreement reached between 
DOD and the contractor on the RIO I contract build on other significant 
evidence in our prior work that the value of DCAA's audits of 
contractor proposals is limited when negotiations take place too long 
after work has begun. 

Award fees can serve as a valuable tool to help control program risk 
and encourage excellence in contract performance. To reap the 
advantages that cost-plus-award-fee contracts offer, the government 
must implement an effective award fee process, which requires 
additional administrative effort and cost to monitor and evaluate 
performance. The FAR requires that the expected benefits of using a 
cost-plus-award-fee contract are sufficient to warrant this additional 
effort and cost, but in the case of the RIO I contract, even if this 
condition had been met, DOD's Army Corps of Engineers did not carry out 
its planned award fee process. According to DOD officials, efforts to 
hold award fee boards during the period of performance were stymied in 
part by the logistical conditions in Iraq. We have previously 
identified problems with DOD's award fee process in contingency 
environments. Given that the award fee is intended to motivate 
excellence in contractor performance, providing the contractor with 
regular feedback that reflects the consensus of the government about 
its strengths and weaknesses is important to enable the contractor to 
put forth its best effort to excel in the areas deemed important to the 
government. While contingency situations may pose additional challenges 
for adhering to an award fee process, without an effective process, the 
government risks incurring the additional cost and administrative 
effort of an award fee contract without receiving the expected 
benefits. 

Recommendation for Executive Action: 

To ensure that cost-plus-award-fee contracts provide the intended 
benefits, we recommend that the Secretary of the Army take the 
following action: 

* In contingency situations, as a part of weighing the costs and 
benefits of using a cost-plus-award-fee contract, ensure that an 
analysis of the administrative feasibility of following a rigorous 
award fee process is conducted before the contract is awarded. 

Agency Comments and Our Evaluation: 

We provided a draft of this report to DOD for comment. In written 
comments, DOD concurred with our recommendation. The department's 
comments are reproduced in appendix II. In concurring with the 
recommendation, DOD noted a number of factors that exist in this 
contingency operation that it believed demonstrated the difficulty of 
conducting an analysis of the administrative feasibility of using an 
award fee contract in future contingency situations. These factors 
included urgent contracting time frames, uncertain requirements, and 
difficulties in identifying appropriate oversight personnel. As 
specified in federal regulations, the use of an award fee contract is 
suitable when the expected benefits of such a contract are sufficient 
to warrant the additional effort and cost required to monitor and 
evaluate contractor performance. It is precisely factors such as those 
outlined by DOD that we believe are important for consideration when 
determining the administrative feasibility of a cost-plus-award fee 
contract in a contingency environment. 

As agreed with your offices, unless you publicly announce the contents 
of this report earlier, we plan no further distribution until 30 days 
from the report date. At that time, we will send copies to the 
Secretary of Defense and other interested parties. We will make copies 
of this report available on request. In addition, this report will be 
available at no charge on GAO's Web site at http://www.gao.gov. 

If you have any questions concerning this report, please contact me at 
(202) 512-4841 or by e-mail at huttonj@gao.gov. Contact points for our 
Offices of Congressional Relations and Public Affairs may be found on 
the last page of this report. Other major contributors to this report 
were Marie Ahearn, Penny Berrier Augustine, Greg Campbell, Arthur James 
Jr., Eric Lesonsky, Stephen Lord, Anne McDonough-Hughes, Janet 
McKelvey, and Kenneth Patton. 

Signed by: 

John P. Hutton: 
Director: 
Acquisition and Sourcing Management: 

[End of section] 

Appendix I: Objectives, Scope, and Methodology: 

To determine how the Department of Defense (DOD) addressed the Defense 
Contract Audit Agency's (DCAA) audit findings on the Restore Iraqi Oil 
(RIO I) contract and the factors that contributed to DOD's decision of 
how to address those findings, we reviewed negotiation memorandums and 
22 DCAA audit reports, including 11 final audit reports, for the 10 RIO 
I task orders. Additionally, we reviewed other documents related to the 
negotiation process and resolution of DCAA's findings. We also 
interviewed Corps, DCAA, and other government officials as well as 
contractor representatives. Because a contracting officer has the 
discretion to determine whether or not to pay questioned costs when 
reaching agreement with a contractor, our review does not include a 
determination of whether the DOD contracting officer should have 
approved payment for the questioned costs. Additionally, to put DOD's 
decisions of how to address DCAA's RIO I contract audit findings into 
context, we compared the resolution of DCAA's questioned cost findings 
on 100 audits of other Iraq-related contract actions to the resolution 
of the questioned cost findings on the RIO I task order audits. We 
selected the 100 audits for comparison because they represented all 
audits of Iraq-related contract actions other than the RIO I contract 
for which DCAA had calculated the questioned costs sustained as of the 
end of fiscal year 2006, excluding those calculated 
automatically.[Footnote 33] To ensure we used a consistent unit of 
measurement, we used the audit report as the unit of analysis for 
comparison. To develop an understanding and assess the reliability of 
the information included in the database that contained the results for 
these 100 audits, we held discussions with and obtained documentation 
from DCAA officials located at Fort Belvoir and we conducted electronic 
and manual testing for obvious inconsistencies and completeness. We 
determined the data used in our review to be sufficiently reliable for 
our purposes. 

To determine the extent to which DOD paid award fees for the RIO I 
contract and followed its planned process for making that decision, we 
collected and reviewed key documents related to the award fee process, 
including the award fee provisions of the RIO I contract, the award fee 
determining official's decision, the award fee plan, and minutes from 
the award fee board meeting. We also interviewed Corps officials, 
including the award fee determining official and members of the award 
fee board, to develop an understanding of the process and outcome for 
the award fees, and contractor representatives to obtain their 
perspective on award fees. Additionally, to put the award fee for the 
RIO I contract into context, we gathered and analyzed award fee 
documentation provided by the Joint Contracting Command-Iraq/ 
Afghanistan for 11 contracts that DOD awarded in 2004 to conduct 
reconstruction activities in Iraq. We selected these contracts because, 
like the RIO I contract, they were large-scale, cost-plus-award-fee 
contracts. During the period we looked at, January 2004 through June 
2006, a total of 37 award fee evaluation periods were conducted for the 
11 contracts. In 11 of the 37 award fee evaluation periods we analyzed, 
the award fee determining official chose to roll over the unearned 
award fee from one evaluation period to a subsequent evaluation period 
or periods. In these cases we excluded rolled-over fees from the 
available fee pool. Because an award fee determination is a unilateral 
decision made solely at the discretion of the government based upon 
judgmental evaluations of contractor performance, our review does not 
include an assessment of whether DOD reached the appropriate award fee 
decision for the RIO I contract. 

We conducted our work from October 2006 through July 2007 in accordance 
with generally accepted government auditing standards. 

[End of section] 

Appendix II: Comments from the Department of Defense: 

Department Of The Army: 
U.S. Army Corps Of Engineers: 
441 G St. Nw: 
Washington, D.C. 20314-1000: 

July 30, 2007: 

Mr. John P. Hutton: 
Director, Acquisition and Sourcing Management: 
U.S. Government Accountability Office: 
441 G Street, N.W. 
Washington, D.C. 20548: 

Dear Mr. Hutton: 

This is the Department of Defense (DoD) response to the GAO draft 
report 07-839, `Defense Contract Management: DOD's Lack of Adherence to 
Key Contracting Principles on Iraq Oil Contract Put Government 
Interests at Risk,' dated July 3, 2007, (GAO Code 120596). 

I appreciate the opportunity to comment on the draft report. I concur 
with the GAO recommendation as discussed in the enclosure. 

If you have any questions or require additional information, please 
contact Ms. Alicia Matias, 202-761-4375, 
alicia.s.matias@usace.army.mil. 

Signed by: 

Norbert S. Doyle: 
Colonel, Acquisition Corps: 
Acting Director of Contracting: 

GAO Draft Report Dated 3 July 2007, GAO-07-839 (GAO Code 120596): 

Defense Contract Management: DOD's Lack Of Adherence To Key Contracting 
Principles On Iraq Oil Contract Put Government Interests At Risk: 

Department Of Defense Response To The Recommendation: 

Recommendation 1: The GAO recommends that the Secretary of the Army: in 
contingency situations, as a part of weighing the costs and benefits of 
using a cost-plus-award-fee contract, ensure that an analysis of the 
administrative feasibility of following a rigorous award fee process is 
conducted before the contract is awarded. 

DOD Response - Concur: 

a. The bottom line recommendation is that the Secretary of the Army 
conduct an analysis of the feasibility of conducting a rigorous award 
fee process before awarding a contract containing such fees. In the 
context of a contingency operation of the type involved in the RIO 1 
contract, it is far from clear how such an analysis could be completed. 
Making such a determination would be particularly difficult in similar 
future contingency operations involving the following factors, which 
were present in RIO 1. It was urgent to get a contract in place. Formal 
responsibility for executing the RIO mission was assigned to the Army 
on 22 Jan 03 and to USACE on 13 Feb 03. USACE developed a Justification 
& Approval (J&A) supporting the award of a sole source contract to 
KBRS, which was approved on 28 Feb 03. On 17 Mar 03 hostilities began 
and USACE was directed to begin contract execution. Actions which had 
been completed before 17 Mar 03 included identifying the necessary work 
force, processing them through the CRC, and getting them and the 
required equipment into the approved personnel/cargo flow so they could 
be deployed to Kuwait. The requirements were not firm and even the 
mission itself was classified. There was no firm funding for the 
mission; no organization existed to administer the contract; the 
volunteers who ultimately made up the organization had to be 
identified; and there was no firm understanding of the type of security 
or communications which would be available. To take one concrete 
example, the contract specified that the work would be performed in 
"benign" conditions and it would be somewhat of a stretch to describe 
the resulting conditions in Iraq as "benign". Obtaining the necessary 
approval for the J&A supporting the sole source contract at high levels 
within Army resulted in delays in getting contractor personnel and 
equipment deployed. Any additional administrative requirements of the 
type recommended by GAO would have to be carefully designed to avoid 
further delays in getting contractor personnel in place to respond to 
requirements from contingency operations. 

b. Military personnel can be ordered to deploy. Civilian personnel 
cannot. USACE and other government organizations generally must rely on 
volunteers to conduct contingency operations. So long as we continue to 
do so, it will continue to be difficult to insure that we have the 
right personnel in the right places to execute all contingency 
contracting operations with the same degree of oversight used for other 
than contingency contracts. Changes could be made to the personnel 
system to help with this problem. Potential changes could include the 
designation of more emergency essential positions in which the 
incumbents agree to deploy up front as a condition of employment; 
designation of positions in which the incumbents also have to become 
members of the Individual Ready Reserve; or the use of NSPS authority 
to set higher pay for persons who agree in advance to deploy if needed. 

[End of section] 

FOOTNOTES 

[1] Kellogg Brown & Root is now known as KBR. 

[2] Federal Acquisition Regulation (FAR) 16.405-2(b)(3). 

[3] On May 22, 2003, United Nations Security Council Resolution 1483 
noted the establishment of the Development Fund for Iraq, a special 
account held on the books of the Central Bank of Iraq. The DFI includes 
frozen assets of the former Iraqi regime and Iraq oil proceeds. The DFI 
was to be used for the economic reconstruction and repair of Iraq's 
infrastructure, among other purposes. 

[4] These proposals were intended to definitize the contractual actions 
and were generally submitted after the contractor had incurred some of 
its costs. 

[5] Federal Acquisition Regulation 1.602-2(c), 15.402(a). 

[6] Federal Acquisition Regulation 15.405(a). 

[7] More than 99 percent of DCAA's questioned costs were on task orders 
3, 5-10, and the contractor claim for task order 4, all of which were 
negotiated by one DOD contracting officer. Another DOD contracting 
officer negotiated the other three task orders. Report references to 
the DOD contracting officer refer to the contracting officer who 
decided how to address nearly all of the questioned costs. 

[8] GAO recently reviewed DOD's use of award and incentive fees. See 
GAO, Defense Acquisitions: DOD Has Paid Billions in Award and Incentive 
Fees Regardless of Acquisition Outcomes, GAO-06-66 (Washington, D.C.: 
Dec. 19, 2005). 

[9] Federal Acquisition Regulation 16.405-2(b)(iii). 

[10] In a March 2006 policy memo, DOD established limitations on the 
use of award fee rollover provisions, including that the use of 
rollover provisions should be the exception rather than the rule and is 
a business decision that should be addressed in the acquisition 
strategy. According to the memo, if the fee-determining official 
approves the use of rollover, the contract file must be documented 
accordingly. 

[11] DCAA officials told us the memos that outlined the financial 
positions do not supercede DCAA's final audit reports, but were 
provided to the contracting officer to assist with negotiations. 

[12] The decision to pay the questioned costs rather than assume the 
litigative risk and attendant costs associated with defending a claim 
for disallowance of incurred costs is essentially a matter of the 
contracting officer's business judgment. See FAR 1.602-2. 

[13] We calculated the $5.8 million in the following manner: For each 
task order, we multiplied the award and fixed fee percentages received 
by the contractor by the adjustment to the amount used to establish the 
fee pool (this amount totaled -$112 million across the task orders). We 
then summed this total for each task order. 

[14] Iraq Reconstruction: Hearing before the House Comm. on Oversight 
and Government Reform, 110th Cong. (2007). 

[15] Under the FAR, there is no presumption of reasonableness when 
costs are incurred by the contractor. If the contracting officer 
challenges a specific cost, the contractor has the burden of proof to 
establish that such cost is reasonable. A cost is reasonable if, in its 
nature and amount, it does not exceed that which would be incurred by a 
prudent person in the conduct of competitive business. What is 
reasonable depends upon a variety of considerations and circumstances, 
including whether it is the type of cost generally recognized as 
ordinary and necessary for the conduct of the contractor's business or 
the contract performance. FAR 31.201-3. The contracting officer is 
allowed wide latitude to exercise business judgment and could still 
decide to pay the costs after consideration of the audit findings based 
on a judgment of what the best business decision would be, including 
the desire to avoid the cost of litigation. 

[16] Pursuant to the authority of DOD Directive 5105.36, DCAA can issue 
a Form 1. A Form 1 constitutes notice of costs suspended and/or 
disapproved incident to the audit of contractor costs incurred under a 
contract. Suspended costs are costs that have been determined to be 
inadequately supported or otherwise questionable, and not appropriate 
for reimbursement under contract terms at that time. Such costs may be 
determined reimbursable after the contractor provides the auditor 
additional documentation or explanation. Disapproved costs are costs 
that have been determined to be unallowable, that is, not reimbursable 
under the contract terms. 

[17] The Defense Federal Acquisition Regulation Supplement defines a 
qualifying proposal as a proposal containing sufficient information for 
DOD to do complete and meaningful analyses and audits of the (1) 
information in the proposal and (2) any other information the 
contracting officer has determined DOD needs to review in connection 
with the contract. DFARS 217.7401(c). 

[18] However, DOD did recognize the need to have a contingency plan 
available in case the need arose. 

[19] "Vested assets" refers to former Iraqi regime assets held in U.S. 
financial institutions that the President confiscated in March 2003 and 
vested in the U.S. Treasury. The United States froze these assets 
shortly before the first Gulf War. The USA PATRIOT ACT of 2001 amended 
the International Emergency Economic Powers Act to empower the 
President to confiscate certain property of designated entities, 
including these assets, and vest ownership in an agency or individual. 
The President has the authority to use the assets in the interests of 
the United States. In this case, the President vested the assets in 
March 2003, and these funds were made available for the reconstruction 
of Iraq in May 2003. 

[20] In its most recent audit of the contractor's estimating system, 
issued in September 2005, DCAA found that the contractor had taken 
corrective action and made improvements to the system. However, DCAA 
continued to cite some deficiencies in the system. As of December 2004, 
the DOD systems administrative contracting officer who is responsible 
for determining the acceptability of the contractor's estimating system 
determined the system to be acceptable with corrective action. This 
determination was in effect as of the issuance of this report. 

[21] GAO, Defense Contracting: Use of Undefinitized Contract Actions 
Understated and Definitization Time Frames Often Not Met, GAO-07-559 
(Washington D.C.: June 2007). 

[22] GAO, Rebuilding Iraq: Fiscal Year 2003 Contract Award Procedures 
and Management Challenges, GAO-04-605 (Washington D.C.: June 2004). 

[23] GAO, Iraq Contract Costs: DOD Consideration of Defense Contract 
Audit Agency's Findings, GAO-06-1132 (Washington D.C.: September 2006). 

[24] GAO-04-605 and GAO, Military Operations: DOD's Extensive Use of 
Logistics Support Contracts Requires Strengthened Oversight, GAO-04-854 
(Washington D.C.: July 2004). 

[25] For example, in one audit, DCAA questioned whether some costs were 
properly allocated to the task order, and suggested the costs should be 
allocated to another task order under the contract. The DOD contracting 
officer agreed the costs were improperly allocated, and moved the costs 
to the appropriate task order. Because DCAA calculates questioned costs 
sustained for each audit, DCAA considered these questioned costs 
sustained. 

[26] Numbers do not add due to rounding. DCAA officials told us that, 
in general, DCAA calculates a sustention rate across all audits for 
each fiscal year. They use the sustention rates for internal management 
purposes--for example, they compare the sustention rate from fiscal 
year to fiscal year to see if there is variation. When there is 
variation, they try to identify reasons for that variation. The 
officials told us they do not have a specific goal for an overall 
sustention rate, and that it is not unusual for an individual audit to 
have a sustention rate of 0 percent or of 100 percent. 

[27] For comparison purposes, we used the audit report as our unit of 
analysis. By using the audit report as the unit of analysis, each 
sustention rate generally reflects a contracting officer's decision on 
how to address DCAA's findings for that particular audit. As a 
management tool used by DCAA, sustention rates do not represent an 
analysis of the validity of underlying costs or how the contracting 
officer made a decision on the reasonableness of specific costs. 

[28] The total value of the RIO I contract was about $2.5 billion, 
including the negotiated costs to be paid and the fixed and potential 
award fees that could be earned by the contractor. 

[29] Specifically, the plan noted that end-of-period evaluations were 
to be conducted semiannually for the first evaluation period and 
quarterly for all remaining performance periods thereafter. 

[30] After receiving DOD's initial award fee decision in January 2005, 
the contractor requested the opportunity to have its award fee scores 
reconsidered. The award fee determining official granted this request. 
After the contractor presented additional information, the award fee 
determining official made some upward adjustments to the award fee in 
his final decision when he determined that new information provided by 
the contractor was sufficiently significant to do so. In this report, 
all award fee amounts and percentages refer to the award fee 
determining official's final decision. 

[31] GAO-04-854. 

[32] The Defense Federal Acquisition Regulation Supplement provided 
that the basis for all award fee determinations was required to be 
documented in the contract file. DFARS § 216.405-2(a)(ii) (Currently, 
this provision is in DFARS Procedures, Guidance, and Information § 
216.405-2(2)). However, there is no specific requirement that records 
of the award fee board's consensus scores on individual criteria be 
kept. 

[33] According to DCAA guidance, for certain types of audit assignments 
with questioned costs lower than $500,000, DCAA's internal management 
system automatically calculates questioned costs sustained based on the 
actual average sustention rate of proposals for an agency with 
questioned costs over $500,000 for the prior 3 fiscal years. Because 
questioned costs sustained is calculated automatically for these 
assignments, the sustention rate does not reflect the contracting 
officer's decision on the specific audit, and therefore we excluded 
these cases from our analysis. 

GAO's Mission: 

The Government Accountability Office, the audit, evaluation and 
investigative arm of Congress, exists to support Congress in meeting 
its constitutional responsibilities and to help improve the performance 
and accountability of the federal government for the American people. 
GAO examines the use of public funds; evaluates federal programs and 
policies; and provides analyses, recommendations, and other assistance 
to help Congress make informed oversight, policy, and funding 
decisions. GAO's commitment to good government is reflected in its core 
values of accountability, integrity, and reliability. 

Obtaining Copies of GAO Reports and Testimony: 

The fastest and easiest way to obtain copies of GAO documents at no 
cost is through GAO's Web site (www.gao.gov). Each weekday, GAO posts 
newly released reports, testimony, and correspondence on its Web site. 
To have GAO e-mail you a list of newly posted products every afternoon, 
go to www.gao.gov and select "Subscribe to Updates." 

Order by Mail or Phone: 

The first copy of each printed report is free. Additional copies are $2 
each. A check or money order should be made out to the Superintendent 
of Documents. GAO also accepts VISA and Mastercard. Orders for 100 or 
more copies mailed to a single address are discounted 25 percent. 
Orders should be sent to: 

U.S. Government Accountability Office 441 G Street NW, Room LM 
Washington, D.C. 20548: 

To order by Phone: Voice: (202) 512-6000 TDD: (202) 512-2537 Fax: (202) 
512-6061: 

To Report Fraud, Waste, and Abuse in Federal Programs: 

Contact: 

Web site: www.gao.gov/fraudnet/fraudnet.htm E-mail: fraudnet@gao.gov 
Automated answering system: (800) 424-5454 or (202) 512-7470: 

Congressional Relations: 

Gloria Jarmon, Managing Director, JarmonG@gao.gov (202) 512-4400 U.S. 
Government Accountability Office, 441 G Street NW, Room 7125 
Washington, D.C. 20548: 

Public Affairs: 

Paul Anderson, Managing Director, AndersonP1@gao.gov (202) 512-4800 
U.S. Government Accountability Office, 441 G Street NW, Room 7149 
Washington, D.C. 20548: