Back to search
GovernmentGovernment Operations & Accountability

Federal Acquisition Regulation (FAR) & Government Contracting Rules

55 min read·Updated May 12, 2026

Federal Acquisition Regulation (FAR) & Government Contracting Rules

The Federal Acquisition Regulation (FAR) is the primary rulebook governing how the U.S. federal government buys goods and services — covering the world's largest buyer at over $750 billion in annual procurement. Every federal agency contracting officer must follow FAR's requirements for competition, pricing, ethics, and contractor oversight, with defense agencies subject to additional requirements under the Defense FAR Supplement (DFARS). The FAR's default rule is "full and open competition" — solicitations must be publicly posted and all responsible vendors given a fair chance to compete. Exceptions exist for sole-source awards (justified in writing), urgency, and classified situations, but they require formal documentation and are subject to protest. The protest system — primarily through the Government Accountability Office — is robust: losing bidders can challenge award decisions, and GAO sustains about 13-15% of filed protests. The FAR also mandates small business goals: federal agencies must award at least 23% of prime contract dollars to small businesses, with sub-goals for women-owned, HUBZone, service-disabled veteran-owned, and socially and economically disadvantaged firms. For businesses seeking to enter government contracting, FAR compliance is a significant barrier — the regulation spans thousands of pages of requirements for cost accounting, labor standards, cybersecurity, and ethics.

Current Law (2026)

ParameterValue
Core statutesCompetition in Contracting Act (CICA, 1984); Federal Acquisition Streamlining Act (1994); Title 41 U.S.C. (Public Contracts); Title 10 U.S.C. Part V (Defense Acquisition)
RegulationFederal Acquisition Regulation (FAR), 48 C.F.R. Parts 1-53; supplemented by agency-specific regulations (DFARS for DOD, etc.)
Annual federal procurement~$750+ billion/year (FY2024) — makes the U.S. government the world's largest buyer
Active rewriteRevolutionary FAR Overhaul (RFO) — EO 14275 (April 15, 2025) directs FAR Council to strip non-statutory rules and rewrite in plain language; seven Parts (1, 10, 11, 18, 34, 39, 43) released in Phase I; Phase II formal rulemaking began October 2025
Small business goals23% of prime contract dollars to small businesses; specific goals for women-owned, HUBZone, service-disabled veteran-owned, and 8(a) firms
Competition requirement"Full and open competition" is the default; exceptions for sole-source, urgency, and other justified circumstances
Protest venueGovernment Accountability Office (GAO) — most common; Court of Federal Claims; agency-level
Contract typesFixed-price, cost-reimbursement, time-and-materials, indefinite-delivery/indefinite-quantity (IDIQ), GSA Schedule
  • 41 U.S.C. § 3301 — Full and open competition (executive agencies must obtain full and open competition through competitive procedures; exceptions for sole source, urgency, industrial mobilization, national security, public interest)
  • 41 U.S.C. § 3303-3305 — Competition requirements (contracting officers must publicize requirements, allow sufficient time for proposals, evaluate fairly; protests available for disputes)
  • 41 U.S.C. § 3901-3907 — Contract types and terms (authority to use various contract types; multi-year contracts; task and delivery order contracts; contract financing)
  • 41 U.S.C. § 4704-4712 — Contractor integrity (cost accounting standards; truth in negotiations; contractor responsibility; whistleblower protections for contractor employees)
  • 15 U.S.C. § 637-657 — Small business contracting (SBA programs: 8(a) Business Development, HUBZone, Women-Owned Small Business, Service-Disabled Veteran-Owned; set-aside requirements; subcontracting plans)
  • 10 U.S.C. § 3201-4901 — Defense acquisition (DFARS; unique DOD acquisition authorities; major defense acquisition programs; cost-type contracts for weapons systems; independent cost estimates)

How It Works

The federal government spends over $750 billion annually on contracts for goods and services — from office supplies to aircraft carriers, from IT systems to janitorial services. The Federal Acquisition Regulation (FAR) is the primary set of rules governing this massive procurement system, establishing procedures designed to ensure competition, fairness, transparency, and best value for the taxpayer.

The Competition in Contracting Act established "full and open competition" as the foundation of federal procurement: agencies must publicize requirements (typically on SAM.gov), allow reasonable time for proposals, and evaluate offers fairly. Sole-source contracts — awards without competition — require documented justification limited to specific circumstances: only one responsible source, unusual urgency, industrial mobilization, international agreements, national security, or public interest. Despite this framework, a significant portion of federal spending occurs through less-than-full competition via task orders under IDIQ contracts, GSA Schedule orders, and justified sole-source awards. The FAR provides a spectrum of contract types that allocate risk between the government and contractor: fixed-price contracts (contractor bears cost overrun risk, best for well-defined requirements), cost-reimbursement contracts (government pays allowable costs plus a fee, used for research and uncertain requirements), time-and-materials contracts (government pays hourly labor rates plus materials, for services with uncertain scope), and Indefinite-Delivery/Indefinite-Quantity (IDIQ) contracts (establishing terms and conditions for future task or delivery orders within a specified ceiling). GSA Schedule contracts — pre-negotiated with commercial firms — allow agencies to purchase from established catalogs at volume-discounted rates without running a full competition.

Federal law requires that 23% of prime contract dollars flow to small businesses, with subcategory goals of 5% for women-owned small businesses, 5% for small disadvantaged businesses, 3% for HUBZone firms, and 3% for service-disabled veteran-owned small businesses. The SBA's 8(a) Business Development Program provides sole-source and competitive set-aside opportunities to socially and economically disadvantaged businesses. Disappointed offerors may challenge contract awards through three protest venues: the Government Accountability Office (which must decide within 100 days and can recommend corrective action), the Court of Federal Claims (full judicial authority with injunctive relief), or agency-level protest to the contracting officer. Federal contractors also face numerous compliance obligations: the Buy American Act (preference for domestic products), Davis-Bacon Act (prevailing wages on construction), Service Contract Act (minimum wages for service workers), Cost Accounting Standards (accounting consistency for cost-reimbursement contracts), Truth in Negotiations Act (certified cost or pricing data for negotiated contracts), and an expanding set of cybersecurity, ethics, and reporting requirements.

How It Affects You

If you're a small business pursuing government contracts: Start with SAM.gov (System for Award Management) registration — mandatory for any federal contract and takes 1-2 weeks to process. Federal small business certifications provide significant competitive advantages worth pursuing: the SBA's 8(a) Business Development Program allows sole-source awards up to $4.5 million (services) or $7.5 million (manufacturing) and competitive set-asides for socially and economically disadvantaged businesses; HUBZone certification (for businesses in historically underutilized business zones) provides a 10% price evaluation preference in full-and-open competitions; Service-Disabled Veteran-Owned Small Business (SDVOSB) status provides set-aside opportunities; Women-Owned Small Business (WOSB) has set-asides in underrepresented industries. The 23% small business goal means agencies have procurement officers actively looking for qualified small businesses. Use USASpending.gov to see which agencies buy what you sell, then research their upcoming procurement plans on beta.sam.gov. The GSA Schedule program is a long-term investment — getting on GSA Multiple Award Schedules makes it easier for agencies to buy from you directly at pre-negotiated rates.

If you work as a federal contracting officer: Every procurement decision creates a paper trail — your documentation is your protection against GAO protests and IG audits. Competition requirements under the Competition in Contracting Act (CICA) are the default; sole-source justifications require documented support fitting one of the enumerated exceptions. Common protest grounds include evaluating proposals against criteria not stated in the solicitation, organizational conflicts of interest, and flawed past performance ratings. GAO sustains about 14% of the protests it decides on the merits — the sustained rate is meaningful enough that careful documentation during evaluation is essential. The DOGE-era focus on contract spending cuts has elevated scrutiny on contract justifications, sole-source awards, and IDIQ task order scopes — agencies are facing more external review of procurement decisions than in recent years.

If you're tracking how the government spends $750 billion in contracts: USASpending.gov and SAM.gov publish all federal contract actions, allowing you to trace how agencies are spending procurement dollars by agency, vendor, product/service code, and geography. The GAO bid protest system provides public accountability — GAO decisions are published and available on GAO's website, providing visibility into how agencies awarded contested contracts. IG offices audit procurement programs and refer fraud to DOJ for prosecution under the False Claims Act. The DOGE initiative's focus on contract spending — cutting consulting contracts, IT contracts, and certain program contracts across federal agencies — reflects the scale of discretionary spending that runs through procurement rather than direct appropriations, and has made USASpending.gov data more politically visible than at any point in recent history.

If you're an employee of a federal contractor who witnesses fraud, waste, or abuse: The whistleblower protection statute (41 U.S.C. § 4712) protects contractor employees from retaliation — termination, demotion, pay cuts, harassment — for reporting fraud, waste, or abuse relating to a federal contract to a government official (inspector general, member of Congress, or person with supervisory authority). The disclosure must go to a government official; disclosures to media or non-government parties are not protected under § 4712. For fraud specifically, the False Claims Act (31 U.S.C. § 3730) provides even stronger incentives: employees who file a qui tam lawsuit on behalf of the government against a contractor committing fraud can receive 15-30% of the government's recovery. On a $100 million fraud case, the qui tam relator's share can reach $15-30 million. Successful False Claims Act cases have recovered billions in contract fraud over the past decade, and qui tam suits from insider witnesses are the most common source of large recoveries.

State Variations

Federal procurement is exclusively federal. However, state and local governments have their own procurement codes, and federal grants to state/local entities often require compliance with federal procurement standards (2 C.F.R. Part 200 Uniform Guidance).

Implementing Regulations

  • 41 CFR Part 101-25 — General supply management (indefinite quantity contracts, office furniture/machines, tire procurement via Federal Supply Schedules)
  • 41 CFR Part 101-26 — Procurement sources and programs (lowest cost items, leadtime, payment to GSA contractors, negotiated procurement justification, data processing tape/tabulating cards)
  • 48 CFR Part 32 — Contract Financing (169 sections across 11 subparts — the FAR's comprehensive framework for providing government financing to contractors before final delivery, when contractors cannot self-fund performance or obtain private financing):
    • Subpart 32.1 — Financing for Other Than a Commercial Purchase (17s): identifies when government financing is appropriate for non-commercial contracts; establishes preference ordering — private financing first, then guaranteed loans, then advance payments; requires contracting officer determination that financing is necessary for contractor performance
    • Subpart 32.2 — Commercial Product and Commercial Service Purchase Financing (12s): allows financing for commercial purchases when it is customary in the commercial marketplace for that item; commercial advance payments capped at 15% of contract price; commercial interim payments tied to measurable performance milestones; security for government financing may be the contractor's financial condition or other collateral
    • Subpart 32.3 — Loan Guarantees for Defense Production (15s): the government may guarantee private loans to contractors performing defense-related work when the contractor cannot obtain adequate financing commercially; the guarantee reduces lender risk, enabling credit that would otherwise be unavailable; used for industrial base capacity expansion
    • Subpart 32.4 — Advance Payments for Other Than Commercial Acquisitions (16s): advance payments (payment before any work) are the least preferred form of contract financing and require agency head or designee approval; appropriate for R&D with nonprofit institutions, government-owned plant contracts, classified contracts, and financially weak but technically essential contractors; interest is charged at the prime rate on unliquidated balances; contractors deposit advances in a special government-controlled account with a paramount lien in favor of the government
    • Subpart 32.5 — Progress Payments Based on Costs (26s): the most common government financing mechanism for long-duration manufacturing and development contracts; customary progress payment rate: 80% of total costs incurred (85% for small businesses); limited to 80% on undefinitized contract actions; liquidated as deliveries are made and invoices paid; contracting officers may impose additional security terms (guarantees, subordination of debt, special bank accounts); used extensively in defense weapons system contracts
    • Subpart 32.6 — Contract Debts (16s): procedures for identifying, asserting, and collecting contractor debts to the government — arising from overpayments, disallowed costs, or demand for return of unliquidated financing; interest accrues on contractor debts; contracting officers may offset debts against amounts owed the contractor

Progress payments under Subpart 32.5 are the primary financing tool for long-cycle defense and aerospace contracts — a contractor building aircraft or ships over multi-year periods cannot fund years of labor and materials from its own working capital. The 80/85% rate means the government bears most of the work-in-progress cost risk; the remaining 20/15% contractor "investment" provides alignment. Advance payments under Subpart 32.4 are reserved for situations where even progress payments are insufficient — classified programs, nonprofit research, or contractors too financially fragile to wait for progress payment reimbursement cycles.

  • 48 CFR Part 7 — Acquisition Planning (30 sections across three subparts — the FAR's framework for pre-solicitation planning, market research, and determination of whether to use government or commercial resources; authority: 40 U.S.C. § 121; 10 U.S.C. § 3016). Before agencies can solicit for any significant acquisition, they must complete acquisition planning that addresses market conditions, competition strategy, small business opportunities, and the appropriate contract type:

    • § 7.102 — Policy: agencies must perform acquisition planning and market research for all acquisitions to promote commercial procurement, full and open competition, best use of available resources, and appropriate small business utilization; planning must begin "as soon as the agency need is identified" — not when the solicitation is about to be released
    • § 7.103 — Agency-head responsibilities: each agency must establish procedures for acquisition plans, setting thresholds that trigger written plans; the FAR sets a floor — agencies may impose stricter planning requirements; many agencies require written acquisition plans for any requirement exceeding the simplified acquisition threshold ($250,000)
    • § 7.104 — General procedures: acquisition planning should identify the requirement, review available existing contract vehicles (GWACs, schedules, agency IDIQs), determine whether to bundle or maintain discrete requirements, and select the contract type before issuing a solicitation; documented market research (under Part 10) must inform the plan
    • § 7.105 — Acquisition plan contents: a written acquisition plan must identify milestones at which decisions must be made; specify the source of requirement, the acquisition strategy (competitive, sole-source, set-aside), type of contract, cost and price analysis approach, small business considerations, and security requirements; for complex systems, the plan must address multi-year contracting options, warranties, and technical data rights
    • § 7.107 — Bundling and consolidation: the FAR limits contract bundling (combining previously separate smaller contracts into a larger single contract) because bundling can exclude small businesses from contract opportunities; agencies must conduct a bundling analysis and document why bundling is necessary to obtain better value; the SBA must be notified of proposed bundling actions above defined dollar thresholds
    • §§ 7.500–7.503 — Inherently Governmental Functions (Subpart 7.5): certain functions are "inherently governmental" — so closely related to the public interest and requiring value judgments that only federal employees may perform them; a contractor may not: bind the U.S. contractually, exercise enforcement authority, determine government policy, or represent the government before a court; adjacent "critical functions" (necessary for the government to maintain control over a program) should also generally be performed by government employees; agencies must identify which positions in contractor-heavy programs are inherently governmental and may not be contracted out

    Subpart 7.5's inherently governmental function analysis has become increasingly important as agencies contract out more operational functions. The distinction between "inherently governmental" (must be done by federal employees) and "closely associated with inherently governmental" (should be done by federal employees unless operational circumstances require otherwise) is frequently litigated in bid protests and IG findings. Contractors who perform functions that cross into the inherently governmental zone — particularly in intelligence, policy, and law enforcement support — can face contract terminations.

  • 48 CFR Part 6 — Competition Requirements (33 sections — the FAR's core competition mandate, implementing the Competition in Contracting Act; establishes the default rule of full and open competition, defines the limited circumstances where agencies may lawfully restrict competition, and imposes the written justification and public disclosure requirements that make sole-source awards accountable):

    • § 6.101 — Policy: federal law (10 U.S.C. § 3201 for defense agencies; 41 U.S.C. § 3301 for civilian agencies) requires agencies to obtain full and open competition through use of competitive procedures; full and open competition means all responsible sources are permitted to submit offers or quotations; it is not merely a preference — it is the legally required default that can be deviated from only through specifically enumerated statutory exceptions
    • § 6.102 — Competitive procedures: the procedures that constitute full and open competition include sealed bids (Part 14), competitive proposals (Part 15), and orders under multiple-award contracts placed after a fair opportunity process; GSA Schedule orders above $10,000 are considered competitive when multiple vendors are given a fair opportunity; task orders under single-award IDIQs are not "competitive" within Part 6 — they are made without competition to a single pre-selected contractor
    • §§ 6.203–6.208 — Set-aside competition (restricted but still competitive): agencies may restrict competition to subsets of businesses and still satisfy the Competition in Contracting Act through "other competitive procedures" — § 6.203 (small business set-asides under 15 U.S.C. § 644), § 6.204 (8(a) competitions under SBA's Business Development Program), § 6.205 (HUBZone set-asides), § 6.206 (service-disabled veteran-owned small business (SDVOSB) set-asides), § 6.207 (economically disadvantaged women-owned small business (EDWOSB) set-asides), § 6.208 (local firm preferences for major disaster or emergency areas under the Stafford Act); set-aside contracts compete among firms in the eligible category — they restrict who may compete but do not eliminate competition within the category
    • § 6.302 — Circumstances permitting other than full and open competition: seven statutory authorities — each requiring a written justification (J&A) before the contract can be awarded without competition:
      • § 6.302-1 — Only one responsible source: the supplies or services required are available from only one responsible source and no other type of supplies or services will satisfy agency needs; the most commonly used authority for sole-source awards; requires specific documentation that competition would result in either substandard quality or unacceptable delays
      • § 6.302-2 — Unusual and compelling urgency: the government would be seriously injured unless the agency is permitted to limit the number of sources; may not exceed the minimum necessary to meet the urgent need; a full and open competitive follow-on contract must be commenced as soon as practical
      • § 6.302-3 — Industrial mobilization; engineering, developmental, or research capability; expert services: maintaining a critical capability or satisfying a minimum need from a specific source; includes situations where awarding to only one source is necessary to maintain engineering and research capability
      • § 6.302-4 — International agreement: the terms of an international agreement (treaty, SOFA, foreign military sale) require use of a particular source; the award is not at the contracting officer's discretion — it is required by the international legal instrument
      • § 6.302-5 — Authorized or required by statute: another statute expressly authorizes or requires award to a particular source; examples include 8(a) sole-source awards (§ 6.204) or statutory mentor-protégé program requirements
      • § 6.302-6 — National security: the disclosure of agency needs in a competitive solicitation would compromise national security; the authority requires a written determination that competition would "compromise the national security of the United States"
      • § 6.302-7 — Public interest: the agency head determines (in writing) that it is not in the public interest to use full and open competition; the most discretionary authority; requires the agency head's personal certification to Congress, not merely a contracting officer determination
    • §§ 6.303–6.304 — Justification and Approval (J&A): every sole-source award based on §6.302-1 through §6.302-7 must be supported by a written Justification and Approval (J&A) document that: describes the supplies or services required, identifies the authority being cited, provides sufficient facts and rationale, identifies any market research that was conducted, states why no other contractor can meet the requirement, and includes a fair and reasonable price determination; approval authority escalates with contract value — contracting officer approval is sufficient for awards under $750,000; above $750,000 requires competition advocate or higher; above $15.5 million requires head of the contracting activity; above $75 million for defense agencies requires USD(A&S) or service acquisition executive
    • § 6.305 — Public availability of justifications: J&A documents must be made publicly available on the agency's website within 14 days of contract award (within 30 days for § 6.302-2 urgency awards); this transparency requirement is the primary accountability mechanism — any competitor who believes the J&A is inadequate can file a GAO bid protest challenging the award on grounds that the justification did not support the cited authority; the public posting requirement has generated significant litigation as competitors use J&As to identify sole-source awards they could have won in a competition
    • §§ 6.501–6.502 — Advocate for Competition: the head of each executive agency must designate an agency-wide Advocate for Competition and a Procuring Activity Advocate for Competition; these officials are responsible for reviewing agency contracts and delivery orders to identify opportunities to increase competition, challenging sole-source determinations they believe are not adequately justified, and submitting annual reports to Congress on competition statistics; the Advocate function represents the institutionalized response to the Competition in Contracting Act's finding that agencies routinely underperform on competition goals when left to their own discretion

    Part 6 is the gateway rule of federal acquisition. Every contract that deviates from full and open competition — every sole-source, every limited competition, every justification for urgency — flows through the §6.302 framework and must survive a §6.303 justification that can be publicly challenged. The practical effect is that contracting officers routinely face pressure to write J&As that will survive GAO protest review, making Part 6 compliance one of the highest-litigation areas in federal acquisition. Recent rulemakings: 87 FR 73896 (December 2022) — updated J&A approval thresholds for inflation (prior rule dated to 2018); 79 FR 24198 (April 2014) — added the § 6.208 local business set-aside authority for major disasters and emergencies.

  • 48 CFR Part 15 — Contracting by Negotiation (80 sections across 6 subparts — the core FAR Part governing competitive and noncompetitive negotiated acquisitions, from solicitation design through source selection and price negotiation; any contract awarded using other than sealed bidding is a "negotiated acquisition" governed by Part 15):

    • Subpart 15.1 — Source Selection Processes and Techniques: § 15.101 — the "best value continuum" allows agencies to select source selection approaches ranging from lowest price technically acceptable (LPTA) to full best-value tradeoff; § 15.101-1 — tradeoff process: award may go to other than the lowest-priced offeror when technical superiority justifies the premium, with documented tradeoff rationale; § 15.101-2 — LPTA process: appropriate only when requirements are well-defined and price dominates — the offeror must be technically acceptable at the lowest price, and no further tradeoffs are made
    • Subpart 15.2 — Solicitation and Receipt of Proposals: § 15.201 — pre-solicitation exchanges with industry (RFIs, draft RFPs, industry days) are encouraged and do not compromise competitive integrity when managed correctly; § 15.203 — the Request for Proposals (RFP) is the solicitation document for negotiated acquisitions; § 15.204-1 — the uniform contract format (Sections A through M) ensures consistent organization across federal solicitations; § 15.207 — proposals must be held securely until the evaluation period opens; late proposals are rejected absent extraordinary circumstances
    • Subpart 15.3 — Source Selection: § 15.304 — technical, management, and past performance evaluation factors must be tailored to the acquisition and disclosed in the solicitation; price or cost must always be an evaluation factor; § 15.305 — proposal evaluation uses only the factors identified in the solicitation; § 15.306 — discussions with offerors in the competitive range require a fair opportunity for each offeror to address deficiencies and weaknesses; § 15.308 — source selection decision requires written documentation of the comparative assessment of all proposals against the stated evaluation criteria
    • Subpart 15.4 — Contract Pricing: § 15.403-1 — certified cost or pricing data (under the Truth in Negotiations Act/TREA) are required for negotiations exceeding $2 million unless an exception applies (adequate price competition, catalog prices, commercial items); § 15.404-1 — price analysis techniques include comparison with prior prices, catalog prices, and independent government estimates; § 15.406-3 — the Price Negotiation Memorandum (PNM) documents the government's prenegotiation and post-negotiation positions and the rationale for any significant deviations from the pre-negotiation objective

    FAR Part 15 governs the majority of significant federal contract awards — most contracts over the simplified acquisition threshold ($250,000) use Part 15 negotiated procedures. The choice between tradeoff and LPTA (§ 15.101-1 vs. § 15.101-2) is the most consequential structural decision a contracting officer makes: LPTA drives award to the lowest technically acceptable price regardless of quality differences, while tradeoff allows the government to pay for superior technical approaches. Overuse of LPTA in defense acquisitions has been a persistent concern that Congress and DoD have addressed through guidance restricting LPTA to low-risk commodity-type acquisitions.

  • 48 CFR Part 31 — Contract Cost Principles and Procedures (80 sections — the FAR's definitive framework for determining which costs are allowable, allocable, and reasonable on cost-reimbursement and other cost-based contracts; a contractor's indirect cost rate proposals, DCAA audit findings, and price negotiation objectives all trace directly to Part 31):

    • §§ 31.100–31.110 — Applicability and Scope: Part 31 applies whenever cost analysis is performed — not only on cost-reimbursement contracts but on fixed-price contracts negotiated on a cost basis and on contract modifications; § 31.103 (commercial organizations) and § 31.104 (educational institutions) are the two most-used subparts; § 31.109 — advance agreements on treatment of specific cost items reduce audit disputes; § 31.110 — indirect cost rate proposals over $100M require certification; penalties of the disallowed amount apply for costs that are expressly unallowable yet submitted for payment
    • §§ 31.201-1 through 31.201-7 — General Allowability Framework: § 31.201-2 — a cost is allowable only if it satisfies all five criteria: (1) reasonable, (2) allocable, (3) consistent with CAS or GAAP, (4) consistent with contract terms, and (5) consistent with Part 31; § 31.201-3 — "reasonable" means what a prudent person would pay in competitive business; § 31.201-4 — "allocable" means assignable to cost objectives based on relative benefit received; § 31.201-6 — expressly unallowable costs must be identified and excluded from billing — submission of known unallowable costs is a False Claims Act violation
    • §§ 31.202–31.204 — Direct and Indirect Costs: § 31.202 — costs incurred for a specific contract are direct; no cost may be simultaneously a direct cost on one contract and included in the indirect pool allocable to all contracts (cross-charging prohibition); § 31.203 — indirect costs (overhead, G&A expense) must be allocated using bases that represent benefits received — typically direct labor hours, direct labor dollars, or total cost input; § 31.204 — cost accounting consistency is mandatory across all contracts in the contractor's system
    • § 31.205 — Selected Costs (58 subsections — the operational core): specific allowability rules for individual cost types:
      • § 31.205-6 — compensation: allowable up to rates reasonable for the work; executive compensation above a statutory cap is unallowable on certain covered contracts
      • § 31.205-14 — entertainment costs: entirely unallowable (amusements, tickets, meals, social activities)
      • § 31.205-15 — fines and penalties: unallowable
      • § 31.205-18 — independent R&D (IR&D) and bid and proposal (B&P) costs: allowable for defense contractors through advance negotiated agreements; IR&D/B&P pools are negotiated annually with DCAA
      • § 31.205-22 — lobbying and political activity costs: unallowable
      • § 31.205-33 — professional and consultant services: allowable if reasonable, performed, and documented — must identify the nature of service and the professional
      • § 31.205-47 — legal proceedings costs: costs of defending against civil or criminal proceedings arising from the contractor's violation of law are unallowable for the portion attributable to the violation

    Part 31 is the accounting rulebook for federal contracting — it determines what a contractor can bill the government, how indirect costs are pooled and allocated, and what costs create False Claims Act exposure if submitted despite being expressly unallowable. The Defense Contract Audit Agency (DCAA) measures compliance with Part 31 in every incurred cost audit. Contractors with significant cost-reimbursement work (defense, research, construction) must maintain Cost Accounting Standards-compliant systems built around Part 31's allowability framework.

  • 48 CFR Part 12 — Acquisition of Commercial Products and Commercial Services (38 sections across 6 subparts — the FAR's central framework for the government's preference for commercial buying; Congress enacted the Federal Acquisition Streamlining Act of 1994 (FASA) to push federal agencies toward market-rate commercial procurement rather than government-unique specifications and cost accounting requirements):

    • § 12.101 — Policy: agencies must conduct market research to determine whether commercial items exist that meet agency needs; the government preference ordering is: commercial items first, then items that could be modified slightly, then non-developmental items, and only lastly government-unique custom items; the policy reflects Congress's recognition that "mil-spec" culture produced expensive, outdated solutions
    • § 12.202 — Market research: before acquiring goods or services, contracting officers must conduct market research to determine whether commercial items exist that meet agency needs, the customary commercial terms and practices for the industry, and price reasonableness benchmarks; inadequate market research is the most common finding in commercial acquisition audits
    • § 12.301 — Standard solicitation and contract: commercial acquisitions use a streamlined solicitation — typically the Request for Quotations (RFQ) format with the standard commercial clause at FAR 52.212-4 (Contract Terms and Conditions — Commercial Products and Commercial Services); this single clause replaces dozens of individual FAR clauses that apply to non-commercial contracts
    • § 12.302 — Anti-tailoring rule: agencies may not impose contract terms inconsistent with customary commercial practice unless the head of the contracting activity approves; the rule prevents agencies from loading commercial contracts with government-unique requirements that negate the efficiencies of commercial buying
    • § 12.503 — Inapplicable laws for COTS items: for Commercially Off-The-Shelf (COTS) items — commercial items sold in the same form to the general public — a defined set of laws are inapplicable, including certified cost or pricing data requirements (TINA), Cost Accounting Standards, and certain small business subcontracting plan requirements; the COTS exemption reflects that true commodity purchases require no government-specific cost oversight

    Part 12 is the "preference for commercial" framework: buy what is available commercially at market terms rather than developing government-unique items. The single clause (52.212-4) replacing dozens of individual clauses substantially reduces contract administration burden for both the government and commercial vendors — shorter solicitation cycles, oral quotations accepted, streamlined evaluation, all aimed at reducing barriers that discourage commercial companies from selling to the government.

  • 48 CFR Part 13 — Simplified Acquisition Procedures (48 sections across 5 subparts — the FAR's framework for small-value purchases that prioritizes speed over the full competitive procedures required for larger acquisitions; simplified procedures reduce administrative burden for both the government and small businesses):

    • §§ 13.201–13.202 — Micro-purchase threshold ($10,000): below $10,000, government purchase cardholders may buy goods and services without competition — no solicitation, no price comparison, no small business set-aside requirement; government purchase cards are the primary mechanism; agencies must equitably distribute micro-purchases among qualified suppliers
    • § 13.003(b) — Simplified acquisition threshold ($250,000): the SAT is the ceiling for simplified procedures; above $250,000, agencies must use sealed bidding (Part 14) or negotiated procedures (Part 15) with the full competitive framework; between $10,000 and $250,000, simplified procedures apply — RFQs, oral solicitations, BPAs, or purchase orders without all formalities; small business set-aside rules still apply in the $10,000–$250,000 range
    • § 13.303 — Blanket Purchase Agreements (BPAs): simplified agreements with vendors that establish pricing and terms for repetitive purchases; rather than issuing individual purchase orders for each small buy, an agency establishes a BPA and "calls" against it as needs arise; BPAs do not obligate the government to buy any quantity — they are not contracts; calls under $25,000 may be oral
    • § 13.402 — Fast Payment Procedure: allows payment within 15 calendar days (rather than the standard 30-day net payment term) without first verifying that items were received; available for acquisitions below $35,000 when the contractor agrees to replace lost or unsatisfactory items; reduces cash flow burden on small vendors
    • § 13.500 — Test Program for Certain Commercial Items: for commercial item acquisitions between $250,000 and $7.5 million, agencies may use simplified acquisition procedures even though the dollar amount exceeds the SAT; this bridges the gap between the standard SAT and full competitive commercial acquisition authority

    The micro-purchase and SAT thresholds define the zones of federal acquisition simplification: at or below $10,000, purchase cards with no competition required; between $10,000 and $250,000, simplified procedures with small business preference; above $250,000, full competitive procedures. The BPA mechanism is widely used for recurring small purchases — FEMA disaster response relies heavily on BPAs to move quickly; IT supplies, office products, and training services are frequently covered by BPAs established under GSA schedule contracts.

  • 48 CFR Part 42 — Contract Administration and Audit Services (82 sections — the FAR's comprehensive framework for post-award contract management: who administers contracts after award, how DCAA audits work, how production is monitored, how contractor business changes (novation, name changes) are processed, and how past performance is evaluated):

    • Subpart 42.1 — Contract Audit Services (§§ 42.101–42.103): § 42.101 — the contract auditor (typically DCAA for defense contracts) provides advice to the contracting officer based on analysis of the contractor's financial records, accounting system, and claimed costs; the auditor opines on the adequacy of accounting systems and the allowability of proposed and incurred costs; § 42.102 — contracting officers may request DCAA assistance directly; § 42.103 — DCAA maintains the Directory of Federal Contract Audit Offices identifying the cognizant audit office for each major contractor
    • Subpart 42.2 — Contract Administration Services (§§ 42.201–42.203): § 42.201 — when a contract is assigned to a Contract Administration Office (CAO), the CAO takes over day-to-day contract administration responsibilities (payment, technical performance monitoring, compliance verification); § 42.202 — the contracting officer may delegate administration to the Defense Contract Management Agency (DCMA) for defense contracts or to other agencies through interagency agreements; § 42.203 — DCMA maintains the Federal Directory of Contract Administration Services identifying which CAO is responsible for each contractor location
    • Subpart 42.3 — Contract Administration Office Functions (§ 42.302 — the 68-item list of functions normally delegated to the CAO): accepting or rejecting supplies; processing contractor invoices and partial payments; issuing cure notices and show cause letters; making determinations on contractor claims; verifying subcontracting plan compliance; and maintaining contract files; some functions (such as ordering changes and approving definitization of undefinitized contract actions) remain with the procuring contracting officer
    • Subpart 42.5 — Postaward Orientation (§§ 42.500–42.501): § 42.501 — a postaward orientation conference (PACO) creates mutual understanding of contract requirements and reduces performance problems; required for complex, high-risk, or first-time contracts; the CAO or PCO determines whether to hold a conference or use a letter; topics typically include delivery schedules, quality standards, government-furnished property, invoice procedures, and subcontracting requirements
    • Subpart 42.11 — Production Surveillance and Reporting (§§ 42.1101–42.1107): § 42.1101 — production surveillance monitors contractor progress and identifies factors that may cause delays before they cascade; § 42.1104 — the CAO determines the extent of surveillance based on criticality (designated A, B, or C), contractor past performance, and contract value; § 42.1105 — criticality designator A (the most critical contracts) require the highest surveillance intensity including formal progress reporting systems
    • Subpart 42.12 — Novation and Change-of-Name Agreements (§§ 42.1200–42.1205): § 42.1204 — federal contracts may not be transferred to a third party without government consent (41 U.S.C. § 6305 anti-assignment rule); when a contractor sells its business or assets, the government may (but is not required to) recognize the successor in interest through a novation agreement — a three-party agreement among the transferor, transferee, and government; § 42.1205 — if only the contractor's name changes (not ownership), a simpler change-of-name agreement is processed, preserving all contract terms
    • Subpart 42.15 — Contractor Performance Information (§§ 42.1500–42.1503): § 42.1502 — contracting officers must evaluate and document contractor performance (Contractor Performance Assessment Reporting System — CPARS) at least annually on contracts over $150,000; CPARS ratings are confidential between the government and contractor but feed into past performance evaluations for future competitive acquisitions; § 42.1503 — contractors have 30 calendar days to review and respond to past performance ratings before they become final
    • Subpart 42.17 — Forward Pricing Rate Agreements (§ 42.1701): FPRAs are negotiated between a contractor and the cognizant CAO to establish agreed indirect cost rates and direct labor rates for use in pricing future contract modifications and proposals; FPRAs reduce negotiation friction on large programs with frequent modifications — the rates are pre-established so each change order negotiation doesn't require a full indirect cost analysis

    FAR Part 42 governs the entire post-award life of a government contract — from the DCAA audit that scrutinizes incurred costs to the CPARS rating that follows the contractor into every future competition. DCMA, the primary DoD contract administration organization, administers approximately $5 trillion in DoD contracts using the functions delegated under Subpart 42.3. The novation process (Subpart 42.12) matters enormously in defense mergers and acquisitions: the government's consent to recognize a successor is not automatic, giving the government leverage in post-acquisition negotiations.

  • 48 CFR Part 46 — Quality Assurance (57 sections across 8 subparts — the FAR's framework for ensuring that supplies and services acquired under government contracts conform to contract requirements; covers the full spectrum from inspection and acceptance to warranties and contractor liability for loss of government property):

    • § 46.102 — Policy: agencies must include inspection and quality requirements in all contracts; supplies or services tendered must conform to contract requirements before acceptance; the government's right of inspection is separate from and does not limit the government's right to pursue breach remedies after acceptance
    • §§ 46.202-1 through 46.202-4 — Four tiers of contract quality requirements, scaled to acquisition risk: (1) commercial products/services — government relies entirely on the contractor's existing quality system (§ 46.202-1); (2) government reliance on contractor inspection — no separate government testing unless market practices require it (§ 46.202-2); (3) standard inspection requirements — the government may inspect at source or destination; clauses require contractor inspection and test records (§ 46.202-3); (4) higher-level quality requirements — for complex or critical acquisitions (safety-critical systems, nuclear components, defense electronics), the government requires documented quality management systems (ISO 9001, AS9100, ANSI/ASQC Q9001); agencies use this tier when contractor failure to detect nonconformance cannot be adequately mitigated through standard inspection (§ 46.202-4)
    • §§ 46.302–46.309 — Quality clauses: FAR prescribes specific inspection clauses based on the contract type and quality tier; the key clauses are 52.246-1 (Contractor Inspection Requirements), 52.246-2 (Inspection of Supplies — Fixed-Price), 52.246-3 (Inspection of Supplies — Cost-Reimbursement), 52.246-4 (Inspection of Services — Fixed-Price), and 52.246-5 (Inspection of Services — Cost-Reimbursement); each clause specifies the government's right to inspect, the contractor's duty to replace nonconforming work, and the basis for accepting work under reservation
    • §§ 46.401–46.408 — Government contract quality assurance (GCQA): the government may conduct quality assurance at the contractor's plant ("source inspection") or at destination (upon delivery); source inspection is required for complex systems, critical safety items, and acquisitions where defect detection at destination is impractical; DCMA performs source inspection for most DoD contracts at the contractor's facility using trained quality assurance specialists; § 46.407 — nonconforming supplies or services: the contracting officer may accept nonconforming items with a price reduction, require replacement/correction at no cost, or reject the items outright; the "acceptance with consideration" approach is common for minor nonconformances that do not affect safety or critical function
    • §§ 46.501–46.503 — Acceptance: supplies and services are not accepted until the authorized representative signs a Material Inspection and Receiving Report (DD Form 250 or equivalent electronic system — the Wide Area WorkFlow (WAWF) iRAPT platform for DoD); acceptance establishes that the government has taken ownership and bars subsequent rejection for patent defects (defects discoverable by reasonable inspection); latent defects (hidden defects not discoverable by reasonable inspection at time of acceptance) may be raised even after acceptance
    • §§ 46.702–46.710 — Warranties: the government's approach to warranty depends on acquisition type; for commercial items, commercial warranties apply under § 12.404; for non-commercial items, the contracting officer uses the standard warranty clauses in § 52.246-17 (Warranty of Supplies — Fixed-Price); § 46.705 — the standard warranty period for supplies is one year after acceptance; the government can require longer periods (typically 2–3 years for defense systems) when the risk of latent defects justifies the premium; § 46.708 — warranty administration: the contract administration office administers warranty claims; the contractor must correct or replace nonconforming items within the warranty period at its own expense; § 46.710 — limitations: warranties are subject to the general rule that the government must notify the contractor of any defect before the warranty period expires; failure to give timely notice may bar the warranty remedy

    FAR Part 46 is operationally consequential for both defense and civilian acquisitions — particularly for hardware and systems where nonconformance can affect safety, mission success, or program continuity. DCMA employs approximately 10,000 quality assurance specialists performing source inspections at contractor facilities across the defense industrial base. The four-tier quality requirement structure means that a GPS component manufacturer faces dramatically more oversight than an off-the-shelf commercial software purchase. The interaction between Part 46 inspection rights and Part 49 termination authority is critical: accepting nonconforming items with reservation preserves the right to terminate for default if the contractor fails to correct deficiencies, while outright rejection and a cure notice create the conditions for a default termination if the contractor cannot meet the original schedule. Recent rulemaking: 85 FR 27091 (May 2020) — revised acceptance and inspection provisions for commercial products to align with FASA's commercial-item buying preference.

  • 48 CFR Part 49 — Termination of Contracts (108 sections — the FAR's complete framework for ending contracts early, either for the government's convenience or because the contractor defaulted; termination is one of the most financially consequential events in federal contracting, triggering elaborate cost accounting, settlement negotiations, and subcontractor flow-down obligations):

    • Subpart 49.1 — General Principles (37 sections): § 49.101 — the contracting officer (CO) may terminate any contract for convenience of the Government; a separate Termination Contracting Officer (TCO) is often designated to handle settlement once the CO issues the notice; § 49.102 — termination is effective only by written notice specifying the extent of termination (whole vs. partial) and the effective date; § 49.103 — settlement of a fixed-price contract terminated for convenience may occur by (a) negotiated agreement, (b) contracting officer determination if negotiation fails, or (c) voucher for cost-reimbursement contracts; § 49.104 — upon receipt of a termination notice, the contractor must stop work immediately on the terminated portion, place no further subcontracts or purchase orders, terminate all subcontracts related to the terminated work, and take protective action to preserve government property; § 49.107 — the TCO must refer settlement proposals at or above the TINA threshold to DCAA for audit before concluding settlement; § 49.108-1 — subcontractors have no direct rights against the Government upon termination of a prime contract; the prime contractor remains liable to settle with subcontractors and the Government settles only with the prime
    • Subpart 49.2 — Additional Principles for Fixed-Price Contracts Terminated for Convenience (11 sections): § 49.201 — a settlement should compensate the contractor fairly for work done and preparations made, less payments previously received; it is not a profit maximization exercise for the contractor; the TCO must ensure that settlements are in the Government's interest; § 49.202 — the settlement agreement may include allowable costs incurred before termination, profit on work performed (the "fair compensation" standard), costs of settlement, and reasonable costs of termination activities (protecting government property, notifying subcontractors); § 49.206-2 — the contractor must submit its settlement proposal promptly after the termination date; a proposal not submitted within 1 year of the termination date may be barred; § 49.207 — partial termination allows the Government to terminate part of the work and continue the remainder, with an equitable price adjustment for any continuing requirements
    • Subpart 49.3 — Additional Principles for Cost-Reimbursement Contracts Terminated for Convenience (15 sections): § 49.302 — the contractor submits a settlement by voucher (invoicing incurred costs through the termination date under the contract's cost-reimbursement terms) rather than a traditional settlement proposal; no separate negotiation is required for allowable costs; § 49.305 — fee settlement for a CPFF contract terminated for convenience: the fee is reduced to reflect the proportion of work completed, but generally the contractor earns fee on all costs incurred — including termination costs — not just on the original scope completed
    • Subpart 49.4 — Termination for Default (14 sections): § 49.401 — the Government may terminate for default when a contractor (a) fails to deliver within the contract schedule, (b) fails to make progress so as to endanger performance, or (c) fails to perform any other contract provision; § 49.402-3 — before terminating for default, the CO must consider the contractor's right to an excusable delay (acts of God, labor disputes, fires, floods, or other causes beyond the contractor's control); § 49.402-4 — "cure notice": the CO must give the contractor written notice of the failure and 10 days to cure before terminating for failure to make progress or other non-delivery defaults; for missed delivery dates, no cure notice is required — termination may issue immediately; § 49.403 — in a default termination, the contractor is liable for excess reprocurement costs — the additional amount the Government pays above the original contract price to obtain the same goods or services from another source; excess costs can be devastating: a $10 million default on a defense contract that costs $15 million to reprocure leaves the contractor exposed for $5 million; § 49.404 — a default terminated "in whole" terminates all remaining work; if the termination is found to be improper (e.g., the delay was excusable), the termination converts to a convenience termination and excess costs cannot be assessed; § 49.405 — the CO may terminate a contract for default if the contractor fails to provide adequate assurance of performance when the Government has reasonable grounds to doubt completion

    Contract termination is the financial emergency room of federal procurement. Termination for convenience — an extraordinary remedy in commercial law but an explicit government right in every standard FAR contract — allows the government to walk away from any contract without breaching, paying only the contractor's allowable costs and a fair profit on work done. This unilateral right to terminate is the reason government contracts are not like private commercial agreements. Termination for default, by contrast, is adversarial: the contractor loses the remaining contract work, faces excess reprocurement costs, and may lose its ability to pass CPARS evaluations for future competitions. The distinction between excusable and inexcusable delay is litigated frequently at the Armed Services Board of Contract Appeals (ASBCA) and the Court of Federal Claims — a contractor who can prove an excusable cause converts a default to a convenience termination and eliminates excess cost liability. Large contractors (Lockheed Martin, Boeing, Raytheon) maintain dedicated termination accounting groups that mobilize immediately on notice to maximize allowable cost recovery within the Subpart 49.2 framework.

  • 48 CFR Part 14 — Sealed Bidding (77 sections across 5 subparts — the FAR's framework for the oldest and most transparent federal procurement method: the Invitation for Bids (IFB), public bid opening, and award to the lowest responsive and responsible bidder with no discussions):

    • Subpart 14.1 — Use of Sealed Bidding (§§ 14.101–14.105): § 14.103-1 — sealed bidding is required (not just permitted) whenever the conditions at FAR 6.401(a) are met: price and price-related factors are sufficient to select the best offer without discussions, and award will be made to the lowest responsive responsible bidder; § 14.104 — sealed bidding contracts must be firm-fixed-price (or fixed-price with economic price adjustment); the government cannot shift cost risk to the contractor through sealed bidding for uncertain requirements — that is Part 15 territory
    • Subpart 14.2 — Solicitation of Bids (§§ 14.201–14.213): § 14.201-6 — the IFB must include all specifications, quantities, delivery requirements, and price-related evaluation factors; § 14.207 — pre-bid conferences may be used to explain complex specifications but cannot substitute for amending a defective IFB; § 14.208 — amendments must be sent to all prospective bidders before bid opening, even if discussed at a conference; § 14.209 — cancellation before opening is permitted only when clearly in the public interest; after cancellation, sealed bids are returned unopened
    • Subpart 14.3 — Submission of Bids (§§ 14.301–14.304): § 14.301 — bids must be submitted in sealed form at the specified location before the exact time set for opening; late bids are rejected regardless of reason unless the Government is responsible for the late receipt; § 14.304 — bid modifications must be in sealed form; oral modifications are not permitted
    • Subpart 14.4 — Opening of Bids and Award of Contract (§§ 14.400–14.500, 31 sections): § 14.402-1 — all bids are opened publicly at the announced time; the bid opening officer reads each bid aloud and records the amounts on Standard Form 1409 (Abstract of Offers); § 14.404-2 — a bid is rejected as nonresponsive if it fails to conform to the IFB's essential requirements; responsiveness is evaluated as of bid opening time — post-opening modifications are not permitted; § 14.405 — minor informalities (immaterial defects that cause no prejudice to other bidders) may be waived by the contracting officer without voiding the bid; § 14.407-2 — apparent clerical mistakes (obvious decimal errors, transpositions) may be corrected before award with bidder verification; § 14.407-3 — mistakes disclosed before award where the intended bid is clear may be corrected or withdrawn through an administrative determination; § 14.408-1 — award is made by written notice within the acceptance period to the responsible bidder offering the lowest responsive price; prompt-payment discounts are not evaluated (§ 14.408-3)
    • Subpart 14.5 — Two-Step Sealed Bidding (§§ 14.501–14.503): an alternative procedure for acquisitions too complex for straight sealed bidding but where discussions under Part 15 are undesirable; Step 1: offerors submit technical proposals (no prices) which are evaluated for acceptability; Step 2: only technically acceptable offerors from Step 1 are invited to submit sealed priced bids, which are then opened publicly and awarded to the lowest responsive responsible bidder; used when the government needs some technical input to write adequate specifications but still wants the transparency of sealed bidding

    Sealed bidding and negotiated acquisition (Part 15) are the two primary contracting methods under CICA. Sealed bidding is preferred for routine, well-specified purchases — construction projects, commodity supplies, maintenance services — where price is the sole meaningful differentiator. The public bid opening is the mechanism that makes the process transparent: anyone can attend, the bids are read aloud, and the award rationale (lowest responsive responsible price) is entirely objective. Nonresponsiveness — failing to comply with an IFB's essential requirements — is the most common bid rejection ground; unlike late proposals under Part 15, a nonresponsive bid cannot be made responsive through post-opening corrections. The "responsive vs. responsible" distinction matters: responsiveness is about the bid itself (does it conform to the IFB?), while responsibility is about the bidder (can they perform?). The two-step variant (Subpart 14.5) fills the space between pure sealed bidding and full negotiation for technically complex buys like specialized equipment or systems integration.

  • 48 CFR Part 16 — Types of Contracts (74 sections across 7 subparts — the FAR's complete taxonomy of contract structures, specifying which types are appropriate for which requirements and who bears cost risk):

    • Subpart 16.1 — Selecting Contract Types (§§ 16.101–16.105): § 16.101 — the purpose of different contract types is to allocate cost and performance risk between the government and contractor in ways appropriate to the circumstances; § 16.102 — sealed-bid contracts (Part 14) must be firm-fixed-price; negotiated contracts (Part 15) may be any type; § 16.104 — selection factors: degree of price competition, price analysis vs. cost analysis, urgency, contractor's technical capability and financial strength, prior contract performance, and period of performance; § 16.103 — contract type and price are negotiated together; selecting the wrong type understates real cost risk
    • Subpart 16.2 — Fixed-Price Contracts (24 sections): § 16.202 — Firm-Fixed-Price (FFP): price is not subject to adjustment based on actual costs; contractor bears full cost overrun risk; appropriate for well-defined requirements when fair prices can be established; preferred contract type across the FAR; § 16.203 — Fixed-Price with Economic Price Adjustment (FP/EPA): provides for upward and downward price revision based on changes in labor rates, material costs, or established catalog prices; appropriate when market instability over extended performance periods makes fixed pricing unreasonable; § 16.204 — Fixed-Price Incentive (FPI): includes target cost, target profit, ceiling price, and a share ratio (e.g., 80/20, meaning for every $1 cost overrun the contractor absorbs 20 cents and the government 80 cents); final contract price adjusted within the ceiling after completion based on actual cost; aligns incentives for cost control without the pure fixed-price risk that would be excessive for development work
    • Subpart 16.3 — Cost-Reimbursement Contracts (10 sections): § 16.306 — Cost-Plus-Fixed-Fee (CPFF): the most common cost-type contract; fee is fixed at contract inception and does not vary with actual costs; contractor is reimbursed all allowable costs plus the fixed fee; contractor has no cost incentive beyond avoiding a loss of continued work; appropriate for research and exploratory development; § 16.305 — Cost-Plus-Award-Fee (CPAF): fee has a base amount (may be zero) plus an award amount periodically evaluated by the Fee-Determining Official based on technical, schedule, and management performance; subjective evaluation allows the government to reward excellence; total fee can range from minimum to maximum stated in the contract; § 16.304 — Cost-Plus-Incentive-Fee (CPIF): fee adjusted by formula based on actual cost versus target cost — unlike CPAF, adjustments are formula-driven rather than judgmental; § 16.301-3 — cost-reimbursement contracts may only be used when requirements cannot be defined sufficiently for fixed-price or when performance uncertainties make cost estimation unreliable; requires an adequate contractor accounting system
    • Subpart 16.5 — Indefinite-Delivery Contracts (8 sections): § 16.501-2 — three variants: definite-quantity (fixed quantity, flexible delivery timing), requirements (fills all of an agency's needs from one contractor during a period), and indefinite-quantity (IDIQ) (most common — establishes ceiling and minimum quantities; orders are placed as requirements arise); § 16.504 — IDIQ contracts must state a minimum quantity that the government is obligated to order; the government is not required to order more than the minimum; maximum may be stated in dollars or units; § 16.505 — ordering under IDIQ: for single-award IDIQs, individual orders are not separately competed; for multiple-award IDIQs (MACs), fair opportunity to compete for each order over $3,500 is required unless an exception applies (urgent need, logical follow-on, only one awardee is capable)
    • Subpart 16.6 — Time-and-Materials, Labor-Hour, and Letter Contracts (8 sections): § 16.601 — Time-and-Materials (T&M): payment at fixed hourly labor rates (including overhead, G&A, and profit) plus actual cost of materials; the government bears the risk that costs will escalate because the contractor has no incentive to control labor hours; the contracting officer must establish a not-to-exceed ceiling and monitor performance; T&M is appropriate only when it is not possible to estimate work extent accurately enough for any other type; § 16.603 — Letter contracts: preliminary written authorizations to begin performance before the complete contract is negotiated; must include a not-to-exceed limit on government liability; definitization (converting to a firm contract) must occur by the earlier of: (1) within 180 days, (2) before 40% of work is completed, or (3) before 40% of the not-to-exceed price is expended

    The contract type framework is the central risk-allocation mechanism in federal procurement. Fixed-price contracts shift cost risk to the contractor — appropriate when requirements are clear and the contractor can price the work with confidence. Cost-reimbursement contracts shift cost risk to the government — necessary for R&D, complex systems development, and work where performance requirements cannot be precisely specified in advance. IDIQ contracts have become the dominant vehicle for large-scale service contracting, particularly in IT and professional services: GWAC vehicles (NIH CIO-SP4, GSA OASIS, Army ITES) are multi-billion-dollar MACs that agencies access through task orders. The "undefinitized contract action" (UCA) — work begun before price is agreed — is a recurring audit finding; DCAA and DoD IG have flagged UCA definitization delays as enabling contractors to front-load costs before the government can negotiate effectively.

  • 48 CFR Part 203 (DFARS) — Improper Business Practices and Personal Conflicts of Interest (DoD supplement to FAR Part 3): the Defense FAR Supplement's binding rules on procurement ethics, revolving-door restrictions, kickbacks, and contractor conduct. Part 203 overlaps with the base FAR ethics rules but adds DoD-specific requirements:

    • § 203.104 — Procurement integrity: implements the Procurement Integrity Act's ban on disclosing contractor bid or proposal information and source selection information; for DoD, "federal agency procurement" includes commercial solutions openings (CSOs) — an expansion of the statutory definition that applies procurement integrity restrictions to DoD's CSO process
    • §§ 203.170–203.171 — Senior DoD officials seeking defense contractor employment: implements section 847 of the NDAA FY2008 (10 U.S.C. § 847); a covered DoD official (general officer/flag officer, SES, or Schedule C appointee) who, within 2 years of leaving DoD service, expects to receive compensation from a DoD contractor must receive written ethics opinion from the DoD ethics office before accepting compensation; the clause at DFARS 252.203-7000 (Requirements Relating to Compensation of Former DoD Officials) is required in all DoD solicitations and contracts; this is distinct from and in addition to the statutory revolving-door restrictions under 18 U.S.C. § 207 (see executive-branch-revolving-door) — DFARS 203.171 imposes pre-acceptance notification requirements that apply even to otherwise-permissible post-government employment
    • § 203.502-2 — Subcontractor kickbacks: DoD IG investigative organizations — Army CID, Navy NCIS, Air Force OSI, and DIA counterintelligence — are the designated representatives for conducting kickback inspections and audits under 41 U.S.C. chapter 87; contractors and subcontractors who detect or report kickbacks to DoD's investigative agencies may be protected from retaliation; report suspected kickbacks to the agency contract oversight office and relevant IG
    • § 203.570 — Prohibition on persons convicted of defense-contract fraud: implements 10 U.S.C. § 4656; prohibits award of any DoD contract to, or employment by any DoD contractor of, a person convicted of fraud or certain other defense-contract-related felonies; the prohibition period is determined by DoD (not the court sentence); the clause at DFARS 252.203-7001 is required in all solicitations and contracts exceeding the simplified acquisition threshold
    • §§ 203.900–203.1004 — Contractor code of business ethics and whistleblower protections: implements 10 U.S.C. § 4701 and section 883 of NDAA FY2021; contractors must have written codes of business ethics and conduct, an employee awareness program, and an internal control system; the clause at DFARS 252.203-7003 (Agency Office of the Inspector General) is used with FAR clause 52.203-13 (Contractor Code of Business Ethics and Conduct) — it requires contractors to display the DoD IG hotline poster in contractor workplaces and include the hotline information in employee ethics materials; for whistleblower protections, DoD contractors may not retaliate against employees for disclosing information to Congress, an IG, or federal law enforcement agencies regarding gross mismanagement, abuse of authority, violations of law, or substantial and specific dangers to public health or safety

    DFARS Part 203 is particularly significant for defense contractors because it adds pre-employment notification (§ 203.171) on top of the criminal revolving-door restrictions that apply to all former federal employees — creating a compliance step (written DoD ethics opinion) that is entirely DoD-specific. Contractors who fail to require departing senior DoD officials to obtain the ethics opinion before hiring them can themselves face contract consequences. The kickback and fraud-conviction prohibitions operate through contract clauses that extend to subcontractors — the prime contractor has an obligation to flow down the DFARS 252.203-7001 clause.

  • 48 CFR Part 52 — Solicitation Provisions and Contract Clauses (622 sections across 3 subparts — the FAR's complete clause library; every FAR solicitation provision and contract clause appears here in full text and is incorporated by reference into actual contracts by its clause number and title):

    • Subpart 52.1 — Instructions (7 sections): § 52.102 — provisions and clauses should be incorporated by reference wherever possible, using the clause number and title as the reference identifier; § 52.104 — contracting officers may not modify FAR clauses except as prescribed; § 52.105 — "alternate" versions of clauses (e.g., 52.212-4 Alternate I) accommodate major variations without creating entirely new clause numbers; § 52.107 — the clause at § 52.252-1 (Solicitation Provisions Incorporated by Reference) must appear in every solicitation, followed by the URL where full text can be found
    • Subpart 52.2 — Text of Provisions and Clauses (612 sections — organized by FAR Part number; each clause is identified by a number in the form 52.XYZ-N where XYZ is the originating FAR Part and N is the sequence; the most consequential clause families):
      • 52.203-13 — Contractor Code of Business Ethics and Conduct: required in contracts over $6M exceeding 120 days; mandates a written code, employee awareness program, internal controls, and a mechanism to report violations to an agency OIG hotline; noncompliance can result in suspension, debarment, or False Claims Act liability
      • 52.204-21 — Basic Safeguarding of Covered Contractor Information Systems: required on contracts involving contractor information systems that process federal contract information; requires NIST SP 800-171 controls (access control, media protection, system integrity, incident response); the baseline cybersecurity requirement extended to essentially all contractors — the precursor to the more rigorous CMMC (Cybersecurity Maturity Model Certification) requirements now being phased in
      • 52.209-6 — Protecting the Government's Interest When Subcontracting: requires prime contractors to check SAM.gov before awarding subcontracts above $35,000 and generally prohibits subcontracting to parties on the excluded parties list (debarred, suspended); prime bears responsibility for its supply chain's debarment status
      • 52.215-2 — Audit and Records — Negotiation: on cost-reimbursement, incentive, and time-and-materials contracts, requires contractors to maintain and provide access to all records (books, accounts, papers, computer data) relevant to the contract; records must be retained for 3 years after final payment; DCAA and cognizant federal auditors may inspect records without advance notice; the foundational clause enabling cost-type contract auditing
      • 52.222-26 / 52.222-35 / 52.222-36 — Equal Opportunity clauses (required on contracts over $10,000): prohibit employment discrimination; 52.222-35 adds affirmative action for covered veterans; 52.222-36 adds affirmative action for workers with disabilities; combined with the OFCCP's written affirmative action plan requirement for contracts over $50,000 with 50+ employees
      • 52.222-41 — Service Contract Labor Standards (Service Contract Act): required when a contract's principal purpose is furnishing services in the U.S. using service employees; contractor must pay prevailing wages and fringe benefits determined by the Department of Labor — either a collective bargaining agreement wage rate or a Wage Determination issued by DOL for the service locality; covers janitorial, food service, guard, transportation, building maintenance, and a wide range of other service contracts
      • 52.227-14 — Rights in Data — General: the default IP clause for non-commercial R&D contracts; government receives unlimited rights in "data first produced in the performance of the contract" and in data delivered under the contract; contractors may assert limited rights in trade secret data and restricted rights in computer software they developed at private expense; the tension between government data rights and contractor IP protection is negotiated at the clause level
      • 52.232-33 — Payment by Electronic Funds Transfer — SAM: requires all payments to be made by EFT to the bank account registered in SAM.gov; contractors must maintain active SAM registration with current bank information; failure to maintain SAM registration can prevent payment and may void award eligibility
      • 52.233-1 — Disputes: the mandatory clause implementing the Contract Disputes Act; requires the contractor to continue performance while a dispute is pending; contractors must submit written claims to the Contracting Officer; CO must issue a Final Decision within 60 days for claims ≤$100,000 (or state a time certain for larger claims); Final Decision is the gateway to the Armed Services or Civilian Board of Contract Appeals (ASBCA/CBCA) or the Court of Federal Claims
      • 52.244-6 — Subcontracts for Commercial Products and Commercial Services: required on most contracts; prime contractors are generally required to incorporate certain FAR clauses into subcontracts but may flow down commercial item clauses to commercial subcontractors; the clause identifies which FAR clauses must be flowed down regardless of commercial item status (ethics, equal opportunity, trafficking, debarment, payment)
      • 52.245-1 — Government Property: defines contractor obligations when the government provides property (equipment, materials, special tooling, facilities) for contract performance; contractor must maintain a property management system meeting GAGAS standards; loss, damage, or destruction of government property must be reported; contractor bears risk of loss for property in their possession except when caused by contractor negligence
      • 52.249-8 — Default (Fixed-Price Supply and Service): allows the government to terminate a fixed-price contract for default if the contractor fails to deliver on time, fails to make progress, or fails to comply with contract terms; upon termination for default, the contractor is liable for excess reprocurement costs (the additional cost the government pays to obtain the goods or services elsewhere); the contractor may avoid excess costs by establishing that default was excusable (acts of God, acts of the government, strikes, etc.)
    • Subpart 52.3 — Provision and Clause Matrix (2 sections): § 52.301 — an applicability matrix (published online as a searchable tool at acquisition.gov) showing which clauses apply to which contract types (services, supplies, R&D, construction), which solicitation types (sealed bid, negotiated), which dollar thresholds, and whether each is required, optional, or not applicable; the matrix is the contracting officer's checklist for assembling a complete solicitation

    Part 52 is the physical embodiment of federal procurement policy — every statutory mandate (equal opportunity, service contract wages, ethics, cybersecurity, small business subcontracting) reaches contractors through the clauses in this Part. Contractors have historically focused on winning the contract and then discovering compliance requirements embedded in clauses; the shift to proactive clause review before submission is a mark of procurement sophistication. The FAR Council regularly publishes interim and final rules amending specific clauses — the clause dates (e.g., "JUN 2020" shown on 52.202-1) indicate the most recent version; using outdated clause text can cause compliance issues. The FAR clauses at acquisition.gov are always current; the annual printed CFR may lag by months. Recent rulemakings: 89 FR 101826 (Dec 2024) — updated 52.204-21 to align with NIST SP 800-171 Rev. 3 cybersecurity requirements; 88 FR 89071 (Dec 2023) — added new climate disclosure requirements to FAR clause 52.223-XX (GHG emissions reporting for large contractors).

  • 48 CFR Part 552 — GSA Acquisition Regulation (GSAR) Solicitation Provisions and Contract Clauses (177 sections — the GSA's agency-specific clause library that supplements FAR Part 52 for all contracts awarded under the General Services Acquisition Regulation; authority: 40 U.S.C. § 121; the GSAR occupies Title 48, Chapter 5, paralleling FAR in Title 48, Chapter 1):

    GSA awards contracts under two separate acquisition channels, both of which use GSAR Part 552 clauses alongside the FAR Part 52 clause base: (1) GSA Multiple Award Schedule (MAS/FSS) contracts — the pre-priced, competitively awarded contracts through which federal agencies purchase commercial products and services at pre-negotiated prices; and (2) other GSA acquisitions — construction, real property leasing (governed by GSAR Part 570), fleet vehicle procurement, and information technology (GWAC contracts). GSAR Part 552 clauses are identified by the numbering convention 552.XYZ-N, paralleling FAR clause numbers 52.XYZ-N to indicate the GSAR supplement to a specific FAR section. Consequential GSAR-specific clauses:

    • § 552.215-70 — Examination of Records by GSA: contracting officers may examine and audit contractor records to verify the basis of any price, discount, or modification negotiation; this clause is the foundation of GSA's Price Reduction Clause enforcement — when a schedule contractor receives a lower price from a comparable commercial customer during the contract term, the contractor must report the reduction and pass it through to the government; the examination-of-records right enables GSA's Inspector General to audit contractor pricing across multi-year MAS contracts
    • § 552.216-75 — Transactional Data Reporting (TDR): schedule contractors must report transaction-level sales data (part number, unit quantity, price paid, ordering activity) on a quarterly basis; TDR gives GSA visibility into actual commercial prices paid on schedule contracts, allowing GSA to compare schedule prices against current market rates; TDR was phased in as an alternative to the traditional commercial sales practices disclosure requirement — it is optional under some schedules but mandatory under others; contractors find TDR administratively burdensome because it requires reporting every individual line-item transaction
    • § 552.212-71 — Contract Terms and Conditions Applicable to GSA Acquisition of Commercial Products and Commercial Services: the master GSAR commercial-terms clause incorporating GSA-specific modifications to FAR 52.212-4's commercial contract terms; includes GSA-specific provisions on invoice requirements, delivery acceptance, and ordering procedures that differ from the baseline FAR commercial terms
    • § 552.232-78 — Commercial Supplier Agreements — Unenforceable Clauses: makes certain terms in commercial supplier agreements (software license agreements, SaaS terms of service, cloud computing agreements) unenforceable against the government to the extent they conflict with federal law; this clause specifically renders unenforceable any supplier terms that purport to: (a) limit the government's rights under existing law; (b) require the government to indemnify the contractor beyond what federal law allows; (c) limit the contractor's liability below what applicable law provides; or (d) impose dispute resolution forums other than federal courts; the clause is a direct response to the proliferation of click-through software licenses and SaaS agreements that contained terms incompatible with federal government contracting — without this clause, agencies might inadvertently accept contractual limitations that undercut federal legal rights
    • § 552.223-70/71/72/73 — Hazardous Substances: a set of clauses applicable to GSA supply contracts for products containing hazardous materials; require contractor disclosure of hazardous substance content under 29 CFR Part 1910, proper labeling and Safety Data Sheets (SDS), and certification of compliance with applicable hazardous materials shipping regulations for items that GSA's supply distribution centers receive, store, and ship

    The GSAR clause structure matters most for Schedule (MAS/FSS) contractors — commercial companies that have negotiated GSA Schedule contracts. The most consequential compliance exposure for schedule contractors comes from the Price Reduction Clause and TDR requirements in §§ 552.238-74 and 552.216-75: schedule contractors are required to notify GSA whenever they give a more favorable price to a comparable commercial customer, and audits under § 552.215-70 frequently identify unreported price reductions. GSA IG and DOJ have pursued False Claims Act cases against schedule contractors for systematic failure to report price reductions — making the GSAR clause set a significant compliance risk area for any technology, consulting, or product company with a GSA Schedule. Most recent major rulemaking: 85 FR 38341 (2020) — comprehensive GSAR clause update implementing TDR for additional schedule categories; 83 FR 35474 (2018) — updated commercial supplier agreement clause (§ 552.232-78).

  • 48 CFR Part 1552 — EPA Acquisition Regulation (EPAAR) Solicitation Provisions and Contract Clauses (78 sections — the EPA's agency-specific clause library supplementing FAR Part 52 for all EPA contracts; authority: 41 U.S.C. § 1707, 5 U.S.C. § 301; EPA's acquisition rules occupy Title 48, Chapter 15):

    The EPAAR clause set reflects EPA's unique mission: most EPA contracts involve environmental research, compliance monitoring, or remediation activities, so the agency-specific clauses address scientific integrity, organizational conflicts of interest (OCI) in environmental work, and contractor conduct at regulated sites. Key provisions:

    • § 1552.203-70 — Current/Former Agency Employee Involvement: contractors must disclose the identity of any current or former EPA employee who will perform work under the contract within two years of that employee's departure from EPA; the disclosure allows EPA's Ethics Office to review for conflict of interest or revolving-door issues before work begins; applies to all professional services contracts
    • § 1552.203-71 — Display of EPA OIG Hotline Poster: requires contractors at EPA worksites to post the OIG fraud/waste/abuse reporting hotline; EPA's OIG has jurisdiction over contractor fraud, so the poster serves both deterrence and reporting purposes
    • § 1552.203-72 — Scientific Integrity: contractors performing research or providing scientific or technical information to EPA must adhere to EPA's scientific integrity policy; the clause bars manipulation, fabrication, or falsification of data and requires prompt reporting of integrity concerns; this clause implements EPA Order 1000.17A and reflects Congressional concerns about political interference in EPA science following the Obama and Trump administrations' scientific integrity controversies
    • § 1552.208-70 — Printing: EPA procurement of printing services requires specific approvals under Joint Committee on Printing standards; this clause incorporates GPO printing regulations and requires contractor use of GPO procurement channels for large print orders
    • § 1552.209-70 — Organizational Conflict of Interest (OCI) Notification: contractors must immediately notify the Contracting Officer if they identify a potential OCI during contract performance — for example, if a contractor is simultaneously performing environmental compliance assessments for a regulated entity and providing enforcement support to EPA; EPA's regulatory and enforcement mission creates OCI risks that do not appear in typical FAR contexts
    • § 1552.211-74 — Work Assignments: for task-order type contracts, work assignments (individual task orders) must be signed by the Contracting Officer and include a detailed statement of work; this clause controls the scope of individual assignments and ensures EPA's technically complex deliverables are sufficiently specified before work begins
    • §§ 1552.235-70 through 1552.235-79 — Research, Development, Demonstration, and Special Studies: a cluster of clauses for EPA research contracts covering: technical progress reports (§ 1552.235-70), final reports (§ 1552.235-71), product delivery schedules (§ 1552.235-72), publication rights (§ 1552.235-74 — EPA retains royalty-free license to all research results), equipment title (§ 1552.235-76 — government title to equipment purchased with contract funds), protection of human subjects (§ 1552.235-78 — IRB requirements for research involving humans), and animal welfare (§ 1552.235-79 — IACUC compliance for animal research)

    The EPAAR clause set is narrow compared to GSA's GSAR or DoD's DFARS, but the scientific integrity clause (§ 1552.203-72) and OCI notification clause (§ 1552.209-70) are substantively important for any company in the environmental consulting or research space. EPA relies heavily on contractor-provided scientific analysis — modeling, risk assessment, remediation feasibility studies — where the independence and integrity of the analysis directly affects regulatory outcomes. Contractors who perform work for both EPA and regulated industries face heightened OCI scrutiny. Most recent major rulemaking: 85 FR 27091 (2020) — updated research/development clause cluster to align with federal data quality and open data requirements.

  • 48 CFR Part 209 (DARS) — Contractor Qualifications (Defense Acquisition Regulations Supplement): the DoD supplement to FAR Part 9, which governs whether a contractor is "responsible" and eligible to receive a federal contract. DARS Part 209 adds DoD-specific requirements beyond the base FAR standards — covering foreign government ownership disclosure, restrictions on universities hosting Confucius Institutes, Canadian Commercial Corporation (CCC) subcontractor treatment, aviation and ship critical safety item qualification, and FAPIIS fault reporting. Key provisions:

    • § 209.101 / § 209.104-70 — Foreign government ownership disclosure: DoD solicitations (even below the simplified acquisition threshold) must include the provision at DFARS 252.209-7002 (Disclosure of Ownership or Control by a Foreign Government); offerors must disclose if they or any of their first-tier subcontractors are owned, controlled, or dominated by a foreign government — not just foreign corporations but governments; disclosure triggers a national security review before award; the requirement applies even to commercial item acquisitions, reflecting Congress's concern about supply chain risks from foreign state-owned enterprises
    • § 209.104-1(e) — Cost-reimbursement and incentive contracts: for cost-type or progress-payment contracts, the prospective contractor must have an adequate accounting system — a determination made by the Defense Contract Audit Agency (DCAA); an inadequate accounting system is grounds to find the contractor non-responsible for cost-type work, even if the contractor is responsible for fixed-price work; this distinguishes DoD's responsibility determination from the base FAR standard
    • § 209.104-4 — Canadian Commercial Corporation (CCC) subcontractors: when the CCC proposes a Canadian firm as its subcontractor, that proposal by the CCC is itself a sufficient basis for an affirmative contractor responsibility determination — DoD recognizes CCC's role as the Canadian government's contracting agent and trusts its vetting; this simplifies cross-border defense procurement under the Defense Production Sharing Agreement
    • § 209.105-2-70 — FAPIIS fault inclusion: when a contracting officer makes a nonresponsibility determination (finds a contractor not responsible), the officer must submit the determination to the Federal Awardee Performance and Integrity Information System (FAPIIS) if the contractor or any subcontractor at any tier was not subject to mandatory FAPIIS reporting; this ensures the determination follows the contractor into future competitions even for contractors below the FAPIIS mandatory-reporting threshold
    • §§ 209.170-0 through 209.170-4 — Confucius Institute restriction (NDAA FY2021 § 1062): DoD funds may not be used to contract with any institution of higher education that hosts a Confucius Institute — a cultural and language program sponsored by China's International Education Foundation or the Hanban; the restriction is absolute (no exception for unrelated research or services); solicitations must include the provision at DFARS 252.209-7011 requiring institutions to certify they do not host a Confucius Institute; the Under Secretary of Defense for Research and Engineering may grant waivers — without power of delegation — if the institution takes steps to protect academic freedom and financial transparency
    • §§ 209.270-1 through 209.270-2 — Aviation and ship critical safety items (ACSI/SCSI): implements § 802 of NDAA FY2004 (10 U.S.C. § 3451); an aviation critical safety item is any part, assembly, or support equipment for an aircraft or aviation weapons system whose failure could cause a catastrophic or critical failure resulting in loss of the aircraft or serious injury; a ship critical safety item is the maritime equivalent; for these items, DoD must qualify sources and may not award production contracts to unqualified sources; qualification requirements for ACSI/SCSI do not require prior OPM approval (an exception to the standard rule at § 209.202) — reflecting the national security stakes of supply chain integrity for critical military components

    DARS Part 209 represents the intersection of defense acquisition security and contractor qualification. The Confucius Institute restriction is among the most concrete examples of China supply chain security concerns translating into FAR clause requirements — universities that want DoD contracts must choose between hosting Confucius Institutes and maintaining DoD research relationships. The foreign government ownership disclosure requirement (252.209-7002) operates differently from CFIUS review: it runs through the contracting officer, not a separate national security committee, making the pre-award determination faster but potentially less rigorous. Recent rulemaking: DFARS Case 2022-D006 (88 FR 79111, Nov. 2023) updated the Confucius Institute provisions to align with expanded NDAA FY2023 restrictions.

  • 48 CFR Part 45 — Government Property (32 sections — the FAR's framework governing government-furnished property (GFP) and contractor-acquired property (CAP) used in contract performance; authority: 40 U.S.C. § 121; 10 U.S.C. § 3016). When the government provides a contractor with equipment, tooling, special test equipment, materials, or facilities — or when a contractor purchases property with government funds — Part 45 establishes how that property must be tracked, maintained, and returned. Government property in contractors' hands represents tens of billions of dollars of federal assets; inadequate management is a persistent DoD IG audit finding:

    • § 45.102 — Policy: contractors are ordinarily expected to furnish all property needed for performance at their own expense; GFP should be provided only when economically beneficial, required for security reasons, needed to standardize government-owned equipment across a program, or when contract performance is impractical without it; contracting officers must document the justification in the contract file
    • § 45.104 — Liability: generally, contractors on cost-reimbursement contracts bear no liability for loss of government property — the risk is borne by the government as a cost of the contract; on fixed-price contracts, contractors are liable for loss attributable to their negligence; the Government Property clause (52.245-1) tailors these defaults for each contract type
    • § 45.105 — Property management system compliance: each contractor that holds government property must maintain a property management system meeting industry-leading standards (often ASTM E2132 for property management or comparable internal controls); DCMA property administrators review contractor property management systems on DoD contracts; a finding of inadequacy can result in conditions on the contract, increased reporting requirements, or withholding of future GFP until the system is corrected
    • § 45.107 — Required contract clauses: 52.245-1 (Government Property) is mandatory in all cost-reimbursement contracts and in fixed-price contracts with GFP; the clause requires contractors to: maintain records of all GFP in their possession; conduct periodic inventories; report loss, damage, or destruction promptly; submit inventory disposal schedules when GFP is no longer needed; and return GFP upon contract completion or termination
    • §§ 45.400–45.407 — Reporting and disposal: contractors must submit inventory reports (typically annually and at contract closeout) accounting for all GFP; the Plant Clearance process (DCMA plant clearance officers) governs how excess GFP is reclaimed for government reutilization — the government screens property for reuse by other programs before authorizing sale or scrap; contractors may not dispose of GFP without authorization even if it appears unusable

    The DFARS (48 CFR Part 245) adds DoD-specific requirements including 72-hour loss reporting from the moment of discovery and mandatory property system audits every three years. The DoD IG annually identifies billions of dollars in government property that contractors cannot physically locate or account for — a compliance failure that can result in the government demanding refund of the property's value or disallowing related contract costs. Recent rulemakings: 75 FR 38680 (July 2010) — major Part 45 rewrite simplifying and consolidating GFP requirements; 77 FR 12942 (March 2012) — technical amendments.

Pending Legislation

  • HR 7274 — Move federal acquisition security council to White House, expand ban/remove power. Status: In committee.
  • HR 3736 (Rep. Simon, D-CA) — Add SBA Administrator to Federal Acquisition Regulatory Council. Status: Introduced.
  • HR 1036 (Rep. Valadao, R-CA) — Tighten anti-trafficking rules in federal contracting. Status: Introduced.
  • S 426 (Sen. Lankford, R-OK) — Anti-trafficking rules for federal contracts: incident reports, IG investigations. Status: Introduced.

Recent Developments

  • Cybersecurity requirements for federal contractors have expanded significantly (CMMC 2.0 for defense, NIST 800-171)
  • Supply chain risk management has become a procurement priority — restrictions on Chinese-sourced technology components (Section 889)
  • Category management and shared services initiatives aim to consolidate federal buying power and reduce duplicative contracts
  • AI and emerging technology procurement presents challenges for traditional FAR processes designed for well-defined requirements
  • Climate and sustainability requirements are being integrated into federal procurement (Buy Clean, sustainable products preferences)

At My Address

See how Federal Acquisition Regulation (FAR) & Government Contracting Rules plays out in your area

Pull up the federal-data report for any U.S. ZIP — federal spending, environmental risk, hospitals, schools, your reps, all on one page.

Enter your address