FAR Companion Change
| Date Detected | 2026-03-11 09:24 UTC |
| Type | COMPANION_MODIFIED |
| Entity | PART_15 |
Summary
PART_15 updated: 220 lines added, 95 lines removed
Diff
--- previous +++ current @@ -1,97 +1,225 @@ -FAR part 15, in conjunction with part 12. -FC 12.201 Modular acquisition strategies. -Consider breaking large, complex requirements into smaller, independently procurable -components that align with how commercial markets naturally organize products and services. -This approach can open competition to vendors who excel in specific areas rather than requiring -contractors to master every aspect of a complex system. This is a common strategy for the -acquisition of information technology (see more in FAR part 39 and FC 39). By purchasing -components of requirements separately (such as software applications, hardware components, -or professional services), agencies may follow commercial best practices and reduce integration -risks. This strategy also enables more frequent technology refreshes of individual components -without replacing entire systems, potentially reducing long-term costs and improving -performance over time. -FC 12.201-1(e)(3) Blanket purchase agreements (BPAs). -A blanket purchase agreement (BPA) is a simplified method of filling anticipated repetitive -needs for supplies or services. BPAs may be established for use by an organization responsible -for providing supplies for its own operations or for other offices, installations, projects, or -functions within an agency or across the government. BPAs may be established with a single -firm or multiple suppliers for products or services of the same type to provide maximum -practicable competition. -BPAs should include: -1. Sufficient detail about the need, such as scope of work; -2. An ordering period, inclusive of any options or award terms; -3. Ordering procedures, such as identification of the customers/individuals authorized to -place orders and any limitations surrounding the placement of orders; and -4. If applicable, any ordering activity requirements, such as invoicing, delivery, discounts or -other concessions (if any). -BPAs should state the estimated value, but should not specify a ceiling. On an annual basis or -prior to exercise of an option, BPAs should be reviewed to ensure the BPA still represents the -best value; verify the accuracy of estimated quantities/amounts to assess if the value may need -adjustments, ensure that the BPA ordering procedures are being followed; and consider if -additional price discounts or other concessions can be obtained. -FC 12.204 Supplier license agreements. -Many commercial products and services are acquired subject to supplier license agreements. -These are particularly common in information technology acquisitions, but they may apply to -any supply or service. -For example, computer software and services delivered through the internet (web services) are -often subject to license agreements, referred to as End User License Agreements (EULA), -Terms of Service (TOS), or other similar legal instruments or agreements. -31 -Federal Acquisition Regulation (FAR) Companion -The acquisition team managing Federal Supply Schedule contracts or governmentwide -acquisition contracts under category management will establish commercial supplier license -agreements that apply to all orders to maximize administrative efficiency. -As much as possible, agency orders under the Federal Supply Schedule should use these -negotiated license agreements. Agencies should review the terms and determine whether any -further terms necessitate negotiation. -When the supplier license agreement negotiated under existing Federal Supply Schedule or -governmentwide acquisition contracts does not meet the agency’s need, contracting officers -should: -● conduct market research to identify the availability of such commercial license terms, -● coordinate with agency legal counsel and IT personnel to review and negotiate -acceptable license agreements, and -● ensure that any negotiated terms comply with federal requirements and protect -government interests while maximizing commercial terms and meeting the government’s -operational needs. -FC 12.301 Strategic management of award notices, brief explanations, and protest -windows. -To avoid unnecessarily extending the protest window, the acquisition team led by the -contracting officer should prepare to quickly provide a brief explanation when requested after -making award decisions and notifying unsuccessful offerors. This timing consideration is -relevant because unsuccessful offerors generally have 10 calendar days to file a GAO bid -protest from the date the basis of protest is known. Note that an automatic stay of performance -at GAO is 10 days after contract award. Please note that if the last day of the computation -period is a Saturday, Sunday, or Federal holiday, then the deadline for filing is the next day the -protest venue (e.g., GAO, soliciting agency) is open. -Additionally, consider preemptively including the “brief explanation” in the award notice. This -approach may start the GAO 10-day bid protest clock, marking the point at which "the basis of -protest is known or should have been known." -FC 12.301(b) and FC12.402(d) Contents of a brief explanation. -The brief explanation of the award decision under FAR 12.301(b) or FAR 12.402(d)may include -the following information: -● The number of quotations received; -● The name of each quoter receiving an award; -● The total contract price; and -● In general terms, the reason(s) the quotation was not accepted, unless the price -information shared readily reveals the reason. In no event shall an quoter’s cost -breakdown, profit, overhead rates, trade secrets, manufacturing processes and -techniques, or other confidential business information be disclosed to any other quoter. -32 -Federal Acquisition Regulation (FAR) Companion -FC 12.201-1 Periodic Table of Acquisition Innovations (PTAI) for FAR part 12 simplified -procedures. -FAR 12.201-1 provides for simplified procedures for the acquisition of commercial products and -services valued up to $9 million (or $15 million as outlined in FAR 12.001(b)) through the -issuance of a Request for Quotation (RFQ) followed by a purchase order. Use of FAR part 15 -procedures for the acquisition of commercial products or services up to $9 million is no longer -permissible. -PTAI evaluation methodologies can be directly applied to Request for Quotation (RFQ) -processes under FAR part 12 by offering proven innovative approaches that agencies can adopt -and adapt to their procurements. Contracting officers can implement more efficient comparative -evaluation approaches that focus on best value determinations rather than lengthy technical -assessments. The use of Periodic Table of Acquisition Innovations (PTAI) and other innovative -approaches directly support FAR part 12 core objectives of reducing time, complexity, and cost -while maintaining acquisition integrity and achieving optimal mission outcomes. -Many of these innovative approaches are also appropriate and beneficial for acquisition of -commercial products and services when using FAR part 12 in conjunction with part 15 above $9 -million.+Part 15 - Contracting by Negotiation +FC 15.001 Deficiency definition. +FAR 15.001 defines a deficiency as “any part of an offer that does not conform to a material +requirement of a RFP”. In addition to requirements that affect price, quantity, quality, or delivery, +material requirements include requirements that “the RFP requires to be met at the time of +proposal submission.” Examples of such requirements may include, but are not limited to +prerequisites such as certifications, credentials, or licenses. When the contracting officer intends +to treat this kind of requirement as material, ensure that the instructions to offerors section of the +solicitation specifies the information, documentation, or evidence that offerors must submit, and +that the basis for award section of the solicitation addresses how compliance with the +requirement will be considered. +FC 15.101(a) Early exchanges with industry. +While the contracting officer is the focal point for any exchange with potential offerors after the +release of the request for proposal (RFP), before the release, requirement owners should feel +empowered to actively participate in early exchanges with industry even without the contracting +officer. It is important that these exchanges do not disclose sensitive government information or +provide any vendor preferential treatment. Agency officials should not discuss proprietary or +other confidential business information, source selection sensitive information, or any +information protected by the Privacy Act or Trade Secrets Act. +Government officials can use these early exchanges to learn from industry what is possible to +accomplish given current or upcoming advances in technology, best commercial practices, or +other approaches to solve government challenges or accomplish mission needs. +FC 15.103 Best value continuum. +Best value in competitive acquisitions can be achieved through various source selection +approaches, as outlined in FAR 15.103. The balance between price and non-price factors can +range from price being the sole determinant among technically acceptable offers to awarding to +the highest technically rated offeror with a fair and reasonable price. The approaches across the +best value continuum may be used for both single award and multiple award contracts. +35 +Federal Acquisition Regulation (FAR) Companion +Best Value Continuum +(FAR 15.103) +A continuum showing Price on the left and Technical on the right. From left to right, it lists: +• LPTA – Lowest Price Technically Acceptable (closest to price): Prioritizes price +among technically acceptable offers. +• Tradeoff (in the middle between price and technical): Non-price factors weighed +against price. There are three tradeoff types, again listed from left (toward the price side of +the continuum) to right (toward the technical side of the continuum): +o Non-price factors significantly less important than price. +o Non-price factors approximately equal to price. +o Non-price factors significantly more important than price. +• HTR-FRP – Highest Technically Rated with a Fair and Reasonable Price (closest to +technical): Prioritizes technical merit; no tradeoff between non-price factors and price. +Disclaimer: This continuum is not exhaustive and should be used in conjunction with professional +judgment to achieve the best value for the government. Apply discretion to balance risk and value +in procurement decisions. +The “lowest price technically acceptable'' approach is typically used for requirements based on +well-established technology where varied qualification levels above industry standards will not +result in significant performance impacts. +In a “tradeoff” approach, the difference in price is weighed against the relative risks and benefits +assessed in non-price factors such as quality, experience, or past performance. This requires +an analysis by the government acquisition workforce to appropriately and fairly evaluate the +differences in both technical factors and price among all offerors. +The “highest technically rated with a fair and reasonable price” approach is at the opposite end +of the best value continuum from LPTA. The approach prioritizes the best possible performance, +provided the price is determined to be fair and reasonable. Here, all proposals are initially +evaluated based solely on the non-price factors specified in the solicitation. Only the price of the +highest-ranked technical proposal is then evaluated to ensure it is fair and reasonable. This +method avoids technical-price tradeoffs among offerors. +Variations of this approach may include establishing a predetermined fixed "bid to price" or an +acceptable target price range. These targets can be based on independent cost estimates, a +request for information (RFI), or the requiring activity’s budget and affordability estimate. During +the bid and proposal process, offerors often estimate the ideal proposal price based on their +perception of whether the government seeks an "economical" or a "luxury" solution. This +approach, when properly used, can help industry reduce "gamesmanship" and lower transaction +costs. This approach is suitable when the buyer has a strong understanding of the requirements +and technologies involved, allowing them to rely on the validity of their independent cost +estimate, as further refined by the RFI. +36 +Federal Acquisition Regulation (FAR) Companion +FC 15.102 Phased evaluation approach and down-select processes. +When a large number of responses is anticipated in a competitive acquisition, the acquisition +team may consider a phased evaluation and down-select process to promote efficiency, +increase competition, and reduce the bid and proposal burden for industry. In a down-select, all +offers are evaluated in the first phase under some of the evaluation factors, with the expectation +that fewer offers will be considered in one or more subsequent phases. +The solicitation may require a phased offer submission (where the initial offer will address some +evaluation factors and one or more subsequent offer updates will address the remaining +evaluation factors). This is a matter for the contracting officer’s discretion and sound business +judgment, considering the realities of the marketplace and the complexities of the acquisition. +A notional two-phase down-select scenario is described in the table below. The contracting +officer should adapt this process to fit the particular acquisition. The solicitation should clearly +detail the evaluation factors that are relevant for each evaluation phase. +Notional scenario of a down-select process +Release solicitation describing all evaluation factors. Require offerers +1 +to submit proposals that address Phase 1 factors +2 Receive Phase 1 proposals +Phase 1 +3 Evaluate Phase 1 factors +Down-select to a subset of proposals based on evaluation of Phase 1 +4 +factors +Notify offerors of the government’s decision (in the event of a firm +down-select process) or recommendation (in the event of an advisory +5 +down-select process). Request down-selected offerers to submit +proposals that address Phase 2 factors +Phase 2 6 Receive Phase 2 proposals +7 Evaluate Phase 2 factors +Select awardees in accordance with the evaluation approach outlined +8 +in the solicitation +For acquisitions where the contracting officer is not the selecting official, the contracting officer +may make the down-select decision, while the selecting official retains the award decision. +Below are two broad approaches to a phased evaluation or down-select process, an advisory +approach and a firm approach. +In an advisory or voluntary down-select process, an offeror not recommended to proceed to the +next phase may still elect to participate in the next phase, and if so, will be considered for +award. At the conclusion of an advisory down-select phase, the contracting officer informs each +offeror either (1) that it is invited to participate in the next phase; or (2) that, based on the +37 +Federal Acquisition Regulation (FAR) Companion +information it has already submitted, it is unlikely to be a viable competitor along with the +general basis for that opinion. However, the notice should not restrict any offeror from +participating in the next phase. The notices should inform offerors of the next submission +requirements and deadlines. Since no offeror has been eliminated, there are no grounds for +protest. +In a firm or involuntary down-select process, an offeror not selected to proceed to the next +phase will not be further considered for award. At the conclusion of a firm down-select process, +it is recommended that the contracting officer inform each offeror either (1) that it is invited to +participate in the next phase and provide information on the next submission requirements and +deadlines; or (2) that it is no longer considered eligible for award. +Best practices and use cases for the application of down-selects can be found at the Periodic +Table of Acquisition Innovations (PTAI). +FC 15.105-1 Oral presentations and product demonstrations. +Oral presentations or product demonstrations deliver maximum value when scheduled in +subsequent or final evaluation phases with a smaller, competitive pool of offerors. Treating the +oral presentation or demonstration as a stand-alone evaluation factor, separate from other +technical, management, or cost factors, ensures objective assessment and prevents overlap +with written proposal evaluations. In addition, an oral presentation or product demonstration +allows the government to discern actual capabilities of offerors (e.g., vice their use of proposal +writers or artificial intelligence in proposal preparation). +When allowing briefing slides or written materials to accompany oral presentations or +demonstrations, establishing uniform submission requirements creates a level playing field. +Setting a common cut-off date and time, along with strict page or slide limits, focuses evaluation +on the oral/demonstration aspects rather than written content. These constraints also clarify for +all offerors that supplemental materials do not represent an opportunity to revise their proposals. +To maintain a fresh collective memory and avoid bias from subsequent presentations, it is +recommended to evaluate oral presentations and demonstrations immediately after each one +concludes. +As an example, an approach can involve limiting presentation materials to 10 slides maximum, +requiring submission 48 hours before the presentation, and explicitly stating in the solicitation +that slides will only be used to support the oral presentation—not scored as standalone written +content. This keeps the focus on the offeror's ability to communicate and demonstrate +capabilities in real-time rather than creating another written submission opportunity. +FC 15.106(e) Amendments based on alternate solutions. +When the government becomes interested in a proposal that departs from the RFP's stated +requirements, contracting officers may issue an amendment to permit alternative solutions by all +offerors. Some best practices for RFP amendments based on alternative solutions include: +● Focus on outcomes: Carefully prepare the amendment to avoid revealing the specific +alternate approach or any proprietary information from the proposal that sparked the +38 +Federal Acquisition Regulation (FAR) Companion +government's interest; focus instead on the desired outcomes the government is +interested in. +● Open door to innovation: Allow offerors to propose their own innovative solutions, even if +they had not initially considered doing so. +● Maintain fairness: If alternative solutions were not clearly permitted and the government +is open to them, amending the RFP provides all offerors the opportunity to compete on +the basis of new criteria. +● Government benefit: The government potentially benefits from a wider range of solutions +that could lead to better outcomes for the mission or service delivery. +As an example, an RFP required landscaping and grounds maintenance services for a +government facility. The RFP specified that all grass cutting must be done using traditional gas- +powered mowers and that fertilizer application must be done using a specific granular fertilizer. +The RFP also required a minimum of five on-site personnel during each service visit. An offeror +proposed a different approach using electric mowers powered by renewable energy sources +(via solar panels installed on their service vehicles). They also proposed using an organic, liquid +fertilizer applied through a precision spraying system. Finally, they stated that through the use of +more efficient equipment and optimized routing, they can achieve the same level of service with +only three on-site personnel. The government found this alternate solution appealing because it +aligned with sustainability goals, reduced noise pollution, and potentially lowered long-term +costs (less fuel, fewer personnel). The CO issued an amendment to the RFP, phrased in a way +that did not reveal the specifics of the original offeror's proposal. +The amended language stated: “The Government will consider alternative approaches to +grounds maintenance that demonstrate a commitment to environmental sustainability and/or +offer potential cost savings. Offerors are encouraged to propose solutions that reduce reliance +on fossil fuels, minimize environmental impact, and/or optimize labor resources while meeting or +exceeding the performance standards outlined in the original RFP." +The amendment did not reveal the offeror’s proposed solution (e.g., it did not mention electric +mowers, solar panels, or specific fertilizer types). It focused on the outcomes the government +was interested in (sustainability, cost savings). It allowed other offerors to propose their own +innovative solutions, even if they had not initially considered doing so. Maybe another offeror +has a different approach to sustainable landscaping. All offerors now have the opportunity to +compete on the basis of these new criteria. The government potentially benefits from a wider +range of innovative solutions that could lead to better outcomes (environmental, financial, etc.). +FC 15.202(b) Rating systems. +Proposals should be evaluated based on their underlying merits. When using the tradeoff +approach, the evaluation must include an assessment of each offeror’s ability to accomplish the +technical requirements as well as an evaluation of the relative strengths, deficiencies, significant +weaknesses, and risks supporting the evaluation. While the evaluation is not required to include +a rating system, a contracting officer may consider using a rating system when helpful to guide +decision-making, such as evaluations involving several evaluation factors or where there is a +high probability of having a number of closely rated proposals. Rating systems can provide a +consistent, structured method for evaluators to assess the merits of a proposal, and generally to +organize evaluation documentation and supporting rationale for evaluation decisions. In +39 +Federal Acquisition Regulation (FAR) Companion +choosing to employ a rating system, weigh any time added and effort required to develop and +apply rating definitions or criteria against any benefit the rating system is expected to add to the +evaluation process. +There are several rating systems that can be used for source selection evaluation. Common +rating approaches include but are not limited to adjectival ratings, confidence ratings, numeric or +score-based ratings, and risk-based ratings. While source selections under FAR 15.202(b)(2)(ii) +using tradeoffs require an evaluation of relative strengths, deficiencies, significant weaknesses, +and risks, these can be incorporated into any of the rating approaches. The key is that any +rating approach should never be a rigid counting exercise, but a holistic evaluation of the +proposals grounded in the government’s overall expectation of successful performance. +Evaluation best practices and use cases, including the application of confidence ratings, can be +found at the Periodic Table of Acquisition Innovations (PTAI). +FC 15.202(b) On-the-spot consensus. +On-the-spot consensus evaluation is a method used in source selections where evaluators +collaboratively discuss and immediately agree upon the substantive merits and associated +rating, as applicable, for a proposal against specific criteria. On-the-spot consensus is suitable +for the evaluation of written proposals, as well as oral presentations or technical +demonstrations. +This approach involves the evaluators reading proposals, then engaging as an evaluation team +in a focused discussion to identify key strengths, significant weaknesses, deficiencies, and risks, +arriving at a unified assessment and corresponding rating in real-time, and documenting the +assessment and corresponding rating, as applicable, immediately thereafter. +The benefits of using on-the-spot consensus evaluation include increased efficiency, as it +streamlines the evaluation process by eliminating the need for multiple rounds of individual +reviews and consolidations. Overall, on-the-spot consensus evaluation provides a collaborative +and efficient approach to assessing proposals.