Congress provides budget authority for the executive branch federal agencies, who may then enter contracts with financial obligations. Multiple separate pieces of important legislation regulate federal government procurement, including the following.
Also require a list of laws inapplicable to subcontracts for commercial items, which, as implemented, further reduces the regulatory burden on commercial item subcontractors.
The Federal Acquisition Regulation system is the codification and publication of the uniform policies and procedures for acquisition by all executive agencies. The Federal Acquisition Regulation (FAR) provides the principal set of regulations for public procurement and is further implemented and supplemented by agency acquisition regulations. The FAR applies to public procurement, ie, supplies or services acquired by contract using Congressionally appropriated funds. Contract clauses set forth in the FAR are incorporated into government contracts as prescribed by the FAR. The FAR has the effect of law and is published in the US Code of Federal Regulations. A copy of the FAR is available online.
Federal agencies and departments oversee the award and execution of public contracts. In general, unless specifically prohibited by law, authority and responsibility to contract for authorised supplies and services are vested in the agency head. However, contracts may be entered into and signed on behalf of the government only by contracting officers, establishing a unique role for the contracting officer in the US government procurement system. The federal agencies and departments use the FAR, which may be supplemented to accommodate their unique procurement requirements (https://www.acquisition.gov/content/regulations). For example, the Department of Defense has the Defense Federal Acquisition Regulation Supplement (DFARS), which adds to FAR requirements. State and local authorities use their own procurement regulations, which are beyond the scope of this chapter.
The Federal Acquisition Regulation applies to contracts for both supplies and services. Deviations from the FAR are relatively rare and must be authorised above the level of the contracting officer, in some cases by the head of the procuring agency. The FAR accommodates many different types of contract structures. For example, contract types are not limited to but may include:
Given that cost reimbursement contracts lack a contractor incentive to control costs, the contract fee for this type of contract may not be based on a percentage of cost but rather must be fixed or include an incentive or award component. The fee in a cost-plus-fixed-fee contract is statutorily limited to a certain percentage of the estimated cost of the contract:
The FAR provides for simplified acquisition procedures where the value of the contract falls below the simplified acquisition threshold (SAT), which is set at USD250,000 with some exceptions at the discretion of the head of the agency, and for micro-purchases where the value of the purchase is less than USD10,000, with some exceptions. These thresholds may be adjusted every so often for inflation and other factors. Currently, a proposed rule would increase the thresholds to USD350,000 and USD15,000, respectively, beginning in 2025. With few exceptions, micro-purchases do not require provisions or clauses, including regulatory clauses specified by the FAR. Purchases under the SAT also are subject to far fewer regulatory requirements than larger procurements. The SAT may also be adjusted, depending on the acquisition situation. For example, supplies or services supporting a contingency operation outside the United States or for the acquisition of commercial items may have higher thresholds.
Agencies are generally required to conduct procurement procedures to maximise full and open competition while conducting efficient operations. This means all responsible contractors may be permitted to provide sealed bids or participate in a competitive negotiation process. Exceptions to this full and open competition requirement may include awards using simplified acquisition procedures or task orders placed under existing contracts.
Procurement set-aside programmes exist to provide preferential treatment for small businesses generally including those owned by veterans and women. Moreover, statutes and regulations, notably the Buy American Act and the Trade Agreements Act, create procurement preferences for goods and services from US sources as well as those of certain US trading countries. Contract awardees may have to certify their size, ownership or the origin of the products they provide as part of these preference programmes.
Non-US entities are permitted to bid on government contracts but must be registered in the US System for Award Management (SAM) and obtain a NATO Commercial and Government Entity (NCAGE) Code. Non-US entities may be ineligible for certain preferences, prohibited from performing classified contracts and restricted from transferring certain controlled information to non-US persons.
The Federal Acquisition Regulation system is meant to deliver a timely, best value product or service for the government, while maintaining the public’s trust and fulfilling public policy objectives. The objective is to achieve these goals by maximising the use of commercial products and services; using contractors who have a track record of successful past performance or who demonstrate a current superior ability to perform; and promoting competition. The acquisition team is relied upon to exercise initiative and sound business judgement, and they may assume, if a specific strategy, practice, policy or procedure is in the best interests of the government and is not addressed in the FAR, nor prohibited by law, executive order or other regulation, that the strategy, practice, policy or procedure is a permissible exercise of authority.
FAR part 11 provides regulatory guidance for how agencies may describe their requirements. The contracting officer must state the requirements with respect to an acquisition of supplies or services in terms of the functions to be performed, performance required or the essential physical characteristics. While the use of performance specifications is preferred to encourage offerors to propose innovative solutions, the use of brand name or equal purchase descriptions may be advantageous under certain circumstances to assist offerors in understanding the requirements. If a brand name is used, a general description of those salient physical, functional or performance characteristics of the brand name item that an “equal” item must meet to be acceptable for award are also required.
Unless there are compelling circumstances or other exceptions, federal agencies advertise proposed procurement opportunities more than USD25,000 by posting at the US government official website. Opportunities posted to the website are accessible to the public and various deadlines apply to when bids must be submitted depending on the type of contract.
Federal agencies conduct “market research” by collecting and analysing information about available industry capabilities within the market to satisfy agency needs. FAR part 10 provides specific requirements for market research. Market research must be performed and documented, for example, before developing new requirements documents or requesting bids that exceed the simplified acquisition threshold.
Acquisitions begin with a description of the government’s needs, stated in terms sufficient to allow conduct of market research. Market research is then conducted to determine if commercial products, commercial services or non-developmental items are available or could be modified to meet the government’s needs. The extent of market research will vary, depending on such factors as urgency, estimated dollar value, complexity and past experience.
The contracting officer may use market research conducted within 18 months before the award of any task or delivery order if the information is still current, accurate and relevant. Market research involves obtaining information specific to the product or service being acquired and includes an analysis of whether the government’s needs can be met by commercially available products, as well as additional considerations such as warranties, discounts, energy efficiency, and whether the government’s needs can be met by small businesses. If the contracting officer fails to conduct adequate market research, it could be the basis for a protest against the solicitation or the award.
Principal types of tender procedures are sealed bidding and negotiated contracts. Sealed bidding employs competitive bids, public opening of bids, and awards. Required steps include the following:
Sealed bids must be used in the following circumstances:
Negotiated contracts may be used only when sealed bids are not appropriate. Negotiated contracts may be lowest price technically acceptable or best value procurements. The former may only be used when multiple conditions are satisfied, including that the agency can comprehensively and clearly describe the minimum requirements in terms of performance objectives, measures and standards that will be used to determine the acceptability of offers, and the agency would realise no, or minimal, value from a proposal that exceeds the minimum technical or performance requirements. A best value trade-off may be used where it may be in the interests of the government to consider award to other than the lowest priced offeror or other than the highest technically rated offeror. When using a trade-off process, all evaluation factors and significant subfactors that will affect contract award and their relative importance must be clearly stated in the solicitation, and the solicitation must state whether all evaluation factors other than cost or price, when combined, are significantly more important than, approximately equal to, or significantly less important than cost or price. The perceived benefits of the higher-priced proposal must merit the additional cost, and the rationale for trade-offs must be documented in the file. When discussions are conducted in a negotiated procurement, the contracting officer must, at minimum, indicate deficiencies, significant weaknesses, and adverse past performance information to which the offeror has not yet had an opportunity to respond. Agencies may not conduct unequal discussions so as to favour one offeror over another.
The contracting officer may use simplified acquisition procedures as explained in 1.3 Types of Contracts Subject to Procurement Regulation, sealed bidding or contracting by negotiation among other types of contracting options. Sealed bidding, for example, is a method of contracting that employs competitive bids, public opening of bids, and awards. This type of procurement lends itself to requirements that can be described clearly, accurately and completely. Unnecessarily restrictive specifications or requirements that might unduly limit the number of bidders are prohibited. Bidders submit sealed bids, which are opened at a particular time and place and evaluated without discussions. An award is made to a responsible bidder whose bid, conforming to the invitation for bids, will be most advantageous to the government, considering only price and the price-related factors included in the invitation.
In a negotiated procurement, the agency can obtain best value in negotiated acquisitions by using any one or a combination of source selection approaches, and the relative importance of cost or price may vary. FAR part 15 provides guidance for contracting officers. For example, the FAR advises that in acquisitions where the requirement is clearly definable and the risk of unsuccessful contract performance is minimal, cost or price may play a dominant role in source selection. The less definitive the requirement, the more development work required, or the greater the performance risk, the more technical or past performance considerations may play a dominant role in source selection.
The legislation permits a contracting authority to award a contract under circumstances permitting other than full and open competition in the following situations.
To use these exceptions, contracting officers must justify the use in writing, certify the accuracy and completeness of the justification, and obtain the requisite approval. The justifications are subject to procurement challenges through bid protests. In such case, the decision-maker will focus on the adequacy of the rationale and conclusions set forth in the justification.
FAR part 5 describes requirements for the dissemination of information including the publication of bidding opportunities. When required to publicise, an agency must transmit a notice of proposed contract action to the GPE at SAM.gov at least 15 days before issuance of a solicitation, or a proposed contract action the government intends to solicit and negotiate with only one source, except that, for acquisitions of commercial products or commercial services, the contracting officer may establish a shorter period for issuance of the solicitation or use the combined synopsis and solicitation procedure.
Except for the acquisition of commercial products or commercial services, generally agencies must allow at least 30 days for receipt of bids or proposals from the date of issuance of a solicitation if the proposed contract action is expected to exceed the simplified acquisition threshold. However, agencies must allow at least a 45-day response time for receipt of bids or proposals for proposed contract actions categorised as research and development if the proposed contract action is expected to exceed the simplified acquisition threshold. Other exceptions exist.
While certain contracts may be set aside only for US small businesses, government procurements generally are unrestricted and offerors need not be US companies. Offerors must be registered in the System for Award Management (SAM) at SAM.gov and timely submit an offer in response to the solicitation. The contracting officer will make an award decision based on the solicitation criteria, which must reflect the agency’s legitimate need, and the agency’s evaluation of bids or proposals applying those criteria. However, agencies may only solicit offers from and award contracts to responsible contractors. Contractors debarred or suspended for lack of present responsibility are excluded from receiving contracts, as are entities declared ineligible on the basis of statutory or other regulatory procedures, eg, companies declared ineligible by the Department of Labor for violations of the Service Contract Act. In general, contracting officers also are not permitted knowingly to award contracts to a government employee or to a business concern or other organisation owned or substantially owned or controlled by one or more government employees. No DOD contract under a national security programme may be awarded to an entity controlled by a foreign government if that entity requires access to proscribed information to perform the contract.
Before awarding a contract, the contracting officer also must make a separate responsibility determination. To be responsible, a prospective contractor must:
The contracting officer may not award a contract to a prospective contractor determined to be non-responsible.
As discussed in 2.5 Direct Contract Awards, the Competition in Contracting Act permits procurement from only one or a limited number of suppliers if justified in accordance with the exceptions set forth in that statute. Purchases under the micro-purchase threshold (generally USD10,000) may be awarded without soliciting competitive quotations if the contracting officer or other individual appointed considers the price to be reasonable. For purchases under the simplified acquisition threshold (generally USD250,000), the contracting officer must promote competition to the maximum extent practicable to obtain supplies and services from the source whose offer is the most advantageous to the government, considering the administrative cost of the purchase. The contracting officer must not solicit quotations based on personal preference or restrict solicitation to suppliers of well-known and widely distributed makes or brands.
Evaluation criteria vary depending on the type of procurement. The lowest price technically acceptable proposal may be appropriate when best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. FAR part 15 provides that the evaluation factors and significant subfactors that establish the requirements of acceptability must be set forth in the solicitation and specify that award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors.
In other procurements, evaluation criteria may be unique to the type of contractor involved. For example, FAR part 36 provides that potential construction, architecture and engineering services companies should be evaluated using a specialised list of evaluation criteria, including professional qualifications, specialised experience, and capacity to accomplish the work, among others.
Agencies cannot solicit offers from, or award contracts to, entities that have been debarred or suspended for lack of present responsibility, unless the agency head determines that there is a compelling reason. The debarring official may debar a contractor for reasons including the following:
A debarring official also may debar a contractor for reasons including:
Further, a debarring authority may debar a contractor based on any other cause of so serious or compelling a nature that it affects the present responsibility of the contractor or subcontractor. A full list of causes for debarment is set forth in the Federal Acquisition Regulation in addition to the procedure for consideration of debarment.
As discussed in 2.8 Eligibility for Participation in a Procurement Process, in individual procurements a contracting officer also may not award a contract to a prospective contractor they determine to be non-responsible.
Federal law requires agencies to use “full and open competition” in conducting procurements, with limited exceptions as discussed in 2.5 Direct Contract Awards. To this end, federal law requires that solicitations clearly state all factors and significant subfactors affecting contract award and their relative importance. Certain factors such as price or cost, and past performance, typically must be evaluated. However, the solicitation need not disclose an agency’s “rating method”.
Federal agencies are given broad discretion in evaluating offerors’ proposals. However, they are required to evaluate proposals based solely on the factors identified in the solicitation. An agency may use evaluation considerations not expressly stated in a solicitation only when these are reasonably and logically encompassed within the stated evaluation criteria and there is a “clear nexus” between the stated criteria and the unstated consideration.
Tribunals adjudicating procurement protests will sustain a protest where the agency’s evaluations or conclusions are inconsistent with the solicitation’s evaluation criteria.
In competitive procurements, agencies desiring to conduct negotiations with offerors – termed “discussions” – must establish a competitive range, which is comprised of all of the most highly rated proposals, unless the range is further reduced for purposes of efficiency. Agencies must “promptly” notify offerors in writing when their proposals are excluded from the competitive range or otherwise eliminated from the competition prior to award. The notice must state the basis for the determination and that a proposal revision will not be considered. Similarly, within three days after the date of contract award, agencies must provide written notice to unsuccessful offerors whose proposals were in the competitive range but were not selected. This post-award notice must include specified information including, in general terms, the reasons that the offeror’s proposal was not accepted. Federal agencies are prohibited from disclosing an offeror’s confidential business information to any other offeror.
In procurements using simplified acquisition procedures (as discussed in 1.3 Types of Contracts Subject to Procurement Regulation) that do not exceed the simplified acquisition threshold (ie, USD250,000) and for which automatic electronic notification is not provided, notification to unsuccessful offerors is only given if requested or required by federal regulation.
Generally, offerors are afforded the opportunity to receive from the agency conducting the procurement the general basis for its selection decision and contract award. Depending on the type of procurement, this information is termed either a “debrief” or a “brief explanation”. A “debrief” and a “brief explanation” are not the same – a debrief is more extensive and confers on an offeror additional time to file a protest.
For competitive negotiated acquisitions, regulations do not prescribe a time for notifying successful offerors as they do for unsuccessful offerors; likewise for successful offerors in acquisitions using simplified acquisition procedures. For sealed bid acquisitions, the agency must make the contract award within the time for acceptance specified in the bid or an extension.
However, federal regulations provide extensive guidelines for public announcements of awards. For example, federal agencies generally must make information available on awards over USD4.5 million in sufficient time for the federal agency concerned to announce it by 5pm ET on the day of award. In general, contract awards are noticed publicly to the “Governmentwide Point of Entry”, currently at SAM.gov.
As set forth in 4. Review Procedures, an interested party objecting to improprieties in a solicitation is permitted to protest to the agency, GAO or the Court of Federal Claims. As a minimum, this permits a decision on the record. Oral hearings do not occur as a matter of right in agency and GAO protests but commonly occur in Court of Federal Claims protests as determined by the judge.
Federal law does not provide for a “standstill period” in connection with procurement law. However, agencies must suspend contract performance if a protest is received within the statutorily prescribed timeline. See 4.3 Interim Measures.
In order of ascendency, review of the agency’s decision may be done by the federal agency itself, the US Government Accountability Office (GAO) or the US Court of Federal Claims (COFC). Agencies must use their “best efforts” to resolve concerns raised by an interested party.
GAO has authority under law to decide a protest concerning an alleged violation of a procurement statute or regulation submitted to GAO by an “interested party”. Similarly, the COFC has jurisdiction to render judgment on an action by an interested party objecting to a solicitation or the award of a contract or any alleged violation of statute or regulation in connection with a procurement.
GAO’s rulings do not legally bind the parties to a bid protest, nor are they controlling on the COFC. Consequently, the COFC does not act as an appeals court for GAO decisions. Rather, it performs applies its own standard of review of an agency’s decisions in bid protests filed at the COFC either as an initial matter or as a follow-on protest to an agency or GAO protest. The US Court of Appeals for the Federal Circuit hears appeals from the COFC; and the Supreme Court has jurisdiction over appeals from the Federal Circuit.
A federal agency that determines, in connection with a protest, that a solicitation, proposed award or award does not comply with the requirements of law or regulation, may:
When appropriate, the contracting officer shall also refer such matter to the agency debarment official for consideration.
If GAO determines that the solicitation, proposed award or award does not comply with a statute or regulation, GAO “shall recommend” that the agency:
Additionally, GAO may recommend that the agency pay an interested party the costs of filing and pursuing the protest, including reasonable attorneys’ fees and consultant and expert witness fees; and bid and proposal preparation costs. However, GAO will not recommend reimbursement of attorney’s fees (at a capped rate) except where the evaluation challenges were clearly meritorious, or intertwined with clearly meritorious issues, and the agency did not take corrective action to address the protests until late in the protest process.
The COFC may award any relief that the court considers proper, including declaratory and injunctive relief, except that any monetary relief shall be limited to bid preparation and proposal costs. In addition, it is possible to recover attorney’s fees (at a rate capped by statute) provided that the protestor prevails and the government’s positions are not “substantially justified” – a deferential reasonableness standard.
Federal statute sets forth circumstances under which an agency may not award a contract or must suspend performance of a contract in connection with procurement protests. An agency also may voluntarily hold contract performance after timely protest notice under certain conditions.
At the agency protest level, upon receipt of a pre- or post-award protest, the contract may not be awarded (or performance must be suspended) pending resolution of the protest, unless award or performance is justified, in writing, for urgent and compelling reasons or determined to be in the best interest of the government. Justification for these decisions must be approved at a level above the contracting officer, or by another official pursuant to agency procedures.
For GAO protests, an agency may not award a contract in any procurement after it has been timely notified of a protest by GAO while the protest is pending, except that an agency may override the stay upon a written finding that urgent and compelling circumstances significantly affecting interests of the United States will not permit waiting for GAO’s protest decision, and after advising GAO of that finding. Specifically, an agency must suspend performance on a contract when the agency receives notice of a protest within ten days after contract award or within five days after a debriefing date offered to the protester for any debriefing that is requested and, when requested, is required. For DOD procurements, the five-day period related to a debrief does not commence until the day the federal agency delivers to the unsuccessful offeror the written responses to any additional questions related to the debrief submitted within two business days of the debrief.
In addition to the foregoing statutorily available interim measures, the COFC has the authority to issue temporary restraining orders and preliminary injunctions enjoining the agency and the awardee from transitioning or performance on the contract.
Challenges to an agency’s procurement may be brought to the agency itself, GAO or the COFC. Agency-level protests are addressed to the contracting officer or other agency official designated to receive protests. However, in accordance with agency procedures, interested parties may request an independent review of their protest at a level above the contracting officer, which may be available as an alternative to the contracting officer considering the protest or may be available as an appeal of a contracting officer’s protest decision.
An “interested party” may protest directly to GAO or the COFC. In this regard, “interested party” means an actual or prospective bidder or offeror whose direct economic interest would be affected by the award of the contract or by failure to award the contract. This means that bid protest standing does not exist for citizens, generally, who object to an award; in some cases, for a contractor that failed to submit an offer; or for an actual offeror that would not be eligible for award even if all procurement defects were corrected.
If a protest is first lodged with GAO, the right to file a protest in the COFC is unaffected by GAO’s protest process, and the interested party may subsequently protest the award decision to the COFC. However, if an interested party first lodges a protest with the COFC, the interested party may not subsequently protest the award decision to GAO because GAO will dismiss such a protest pursuant to its regulations.
The timeliness standards for a protest will depend on the forum selected to bring the protest, and the circumstances regarding the protest. For an agency-level protest, protests based on alleged apparent improprieties in a solicitation must be filed before bid opening or the closing date for receipt of proposals. In all other cases, protests shall be filed no later than ten days after the basis of protest is known or should have been known, whichever is earlier.
For a GAO protest, the timeliness standards are complex, and strictly followed. Broadly, protests challenging improprieties in a solicitation must be lodged before bid opening or the closing date for receipt of proposals. In nearly all other cases, protests must be lodged ten days after the protest is known or should have been known, whichever is earlier.
An exception to these time standards exists for protests involving competitive proposals under which a debriefing is required when requested. Generally, protests must not be filed before the debriefing and must be filed no later than ten days after the debriefing is held. For DOD procurements, debriefings are not considered concluded until the date that the post-award debriefing is delivered, or, if additional written questions related to the debriefing are timely received, the date the agency delivers its written response – whichever date is later. Additionally, for good cause shown or where it determines that a protest raises issues significant to the procurement system, GAO may consider an untimely protest.
In the event that a protester preceded a GAO protest with an agency-level protest, the protester must file a protest with GAO within ten days of actual or constructive knowledge of initial adverse agency action, provided that the protester filed its agency-level protest in accordance with the foregoing timelines.
The COFC is not bound by GAO’s timeliness rules. In the pre-award context, in general, a protester must challenge the terms of a solicitation prior to bid opening or the time set for receipt of initial proposals. In the post-award context, as a practical matter, protests must be filed as soon as practicable, otherwise the protester risks that the court will be unable to provide any meaningful relief if contract performance has concluded.
The length of time to complete a protest will depend on the facts specific to the protest and the forum selected to bring the protest. For an agency-level protest, federal agencies must make best efforts to resolve the protest within 35 days after the protest is filed. GAO must issue a decision on a protest within 100 days after the protest is filed. Additionally, GAO has an “express option” which will be adopted at the discretion of GAO and only in those cases suitable for resolution within 65 days. The COFC does not have a set protest timeline. However, the court’s stated practice is to expedite protest cases to the extent practicable.
In fiscal year (FY) 2024, GAO received 1,740 protest-related cases and sustained 16% of the protests resolved on the merits. This is much lower than FY 2023’s 31%, due in large part to the 119 successful protests in 2023 of a single information technology services procurement, but more consistent with the 10–15% range from prior years.
GAO measures an “effectiveness rate”, which is based on a protester obtaining some form of relief, either through agency voluntary corrective action or GAO sustaining the protest. For FY 2024, GAO reported a 52% effectiveness rate, which is also consistent with effectiveness rates of between 48% and 51% for FY 2020 to FY 2022.
In the COFC in FY 2024: 266 bid protest cases were filed, and 188 disposed of, both representing slight increases from FY 2023.
Protests filed for an agency-level protest do not incur a filing fee. The cost to file a protest with GAO is USD500. The cost to file a bid protest in the COFC is USD405.
The overall cost of a bid protest to include legal fees will depend on the circumstances of each bid protest both procedurally and substantively. Protests that are closed early due to a federal agency voluntarily taking corrective action shortly after receipt of the protest will be less expensive than a bid protest that proceeds through all the protest-related steps to a final decision. Some of the considerations that will raise costs are whether motions-related practice is involved, such as requests for dismissal, whether expert consultants are necessary, and whether the protest proceeds to a hearing – more common before the COFC, but uncommon in GAO protests. As a general rule, agency-level protests are the least expensive, followed by GAO, then the COFC, but this general rule is subject to each protest’s specific circumstances. Overall, costs for bid protests ranging from tens of thousands to several hundred thousand US dollars would not be unusual. The costs that a successful protester may recover is limited in all forums, as discussed in 4.2 Remedies Available for Breach of Procurement Legislation.
US government contracts can be modified like commercial contracts, with some important caveats. Only contracting officers acting within the scope of their authority may modify contracts on behalf of the government. The FAR directs that other government personnel shall not direct or encourage the contractor to perform work that should be the subject of a contract modification.
There are two modification categories: bilateral and unilateral. Bilateral modifications, those agreed upon by the contractor and the contracting officer, may be made to implement negotiated equitable adjustments in contract schedule or price resulting from the issuance of a change order, or to reflect other agreements of the parties modifying the contract’s terms. However, because of the requirement for competition in government contracts, bilateral modifications may only implement changes within the contract’s scope.
Out-of-scope modification may be subject to bid protests. In determining whether a modification is beyond the contract’s scope, decision-makers will evaluate whether there is a material difference between the modified contract and the contract originally awarded. A critical consideration is whether the solicitation for the original contract adequately advised offerors of the potential for the type of change found in the modification, and thus whether the modification could have changed the field of competition.
The government also has the right to make limited types of unilateral modifications. These include the following.
FAR establishes the right of the government to terminate a contractor for default. For example, in fixed-price supply or services contracts, the contracting officer may terminate for default where the contractor:
Generally, government contracts contain excusable delay provisions that either limit the liability of the contractor or deem a contractor not in default where the failure to perform is from causes beyond the control and without the fault or negligence of the contractor.
FAR also affords the government a unilateral right to terminate a contract for convenience, in whole or in part, when it is in the government’s interest. Such a termination does not entitle the contractor to breach damages but does allow the contractor to recover costs previously paid for the performance of the contract before the effective date of the termination, the cost of settling termination settlement proposals under terminated subcontracts and the reasonable costs of settlement of the work terminated.
Under the Christian doctrine, named for the case that established the principle, the government has the right to terminate a contract for its convenience, even if the contract itself does not include the termination for convenience provision. The termination for convenience clause is a mandatory clause that expresses a significant or deeply ingrained strand of public procurement policy and therefore it will be read into a contract even where omitted.
Neither GAO nor the Court of Federal Claims will second guess an agency’s determination with respect to award of a contract. Rather, the Court of Federal Claims will determine whether the agency’s action was arbitrary, capricious, an abuse of discretion, or otherwise not in accordance with law. GAO, too, will sustain a protest where the agency violated a procurement statute or regulation and the violation prejudiced the protester. Further, GAO, in reviewing an agency’s evaluation of proposals and source selection decision, will not re-evaluate submissions but instead will examine the supporting record to determine whether the decision was reasonable, consistent with the stated evaluation criteria and adequately documented.
Statutory Interpretation
Courts have long since accorded “Chevron deference” to federal agency interpretations of federal statutes, including those establishing requirements for procurement of supplies and services. Under this standard, courts have deferred to federal agencies in their interpretation of statutes that were silent or ambiguous with respect to a certain issue, so long as the agency offered a “permissible construction” of the statute, even if the court’s own interpretation of the statute might be different.
The US Supreme Court’s 2024 decision in Loper Bright Enterprises v Raimondo, 603 US 369 (2024) eliminates this deference and instructs federal judges to “exercise their independent judgment in deciding whether an agency has acted within its statutory authority” (ibid at 412–13), while still permitting courts to “seek aid” from agency interpretations that are persuasive, even if not controlling. This decision provides a powerful tool to contractors to offer their own, well-founded interpretations of statutes applicable to procurements where the agency’s interpretation, while “permissible”, is not the best interpretation.
Other Transactions Authority
Increasingly, agencies such as the Department of Defense are using statutory “Other Transactions Authority” (OTA) for research and development and prototype contracts. OTAs are statutorily defined as other than contracts, grants, or co-operative agreements. Given that they are not procurement contracts subject to the FAR, the government has greater flexibility under these agreements to negotiate terms and conditions that better attract non-traditional defence contractors to perform critical work for the government. However, because these (frequently quite substantial) contracts are not procurement contracts, they have previously been deemed outside the bid protest jurisdiction of both GAO and the Court of Federal Claims.
Independent Rough Terrain Center LLC v US et al, No 1:24-cv-00160 (Fed. Cl. 2024), builds on the court’s 2022 decision in Hydraulics International, Inc v United States holding that, while not procurement contracts, an OTA is “in connection with a procurement” where the OTA contemplates a future follow-on production contract that can be awarded without competition and is thus within the court’s Tucker Act bid protest jurisdiction. Independent Rough Terrain Center adds to this body of law and further holds that the court also has jurisdiction over a follow-on production contracts issued under the Army’s statutory other transactions authority.
Also in 2024, GAO, in ARiA, B-422365 et al (28 May 2024), found GAO bid protest jurisdiction over the protest of an OTA award where the award was “necessary to identify the only entities eligible to submit a proposal” for a future procurement contract.
Both cases confirm that, at least in certain contexts, disappointed bidders can challenge improper procurement decisions relating to the award of OTAs.
False Claims Act
False Claims Act (FCA) risk is a significant concern for contractors doing business with the US government. The FCA imposes liability on entities and individuals who “knowingly present a false or fraudulent claim for payment”, where knowledge of the falsity, including, for example, undisclosed failures to comply with contract terms the contractor knows are material to the government’s payment decision, encompasses actual knowledge, deliberate ignorance or recklessness. In US ex rel Schutte v Supervalu, Inc, 598 US 739 (2023), the Supreme Court unanimously ruled that, in determining scienter, facial ambiguity alone is not sufficient to preclude a finding that defendants knew their claims were false. The Court held the test is not whether it can be argued that an interpretation of relevant provisions is objectively reasonable but rather whether, subjectively, at the time it submitted its claims, a company believed or had reason to believe its interpretation was correct.
In Schutte, two pharmacies, SuperValu and Safeway, allegedly defrauded federal healthcare programmes, Medicare and Medicaid, by reporting higher prices than those “usually and customarily” charged to the public. The pharmacies argued that the term was ambiguous and that, objectively, it was reasonable to understand the term to refer to their higher “retail prices”. However, the whistle-blower petitioner in the case argued that the pharmacies had received notice that the phrase “usual and customary” referred to the pharmacies’ lower “discounted prices”. The Court held that this subjective knowledge could render the pharmacies’ claims false, even if the interpretation they argued was objectively reasonable.
As a practical matter, this case makes it more difficult for defendants to win early dismissal of FCA lawsuits against them as a matter of law. Instead, defendants must wait until discovery into their knowledge and subjective beliefs has been completed before the court will decide the case in their favour.
No significant legislative amendments are currently being considered. However, each year, the National Defense Authorization Act (NDAA) includes a number of provisions addressing procurement policy. On publication of this guide (8 April 2025), the FY 2026 NDAA has not yet been introduced in either the House or the Senate and the final version is not expected to pass until December.
1050 Connecticut Avenue, NW
Suite 1100
Washington, DC 20036
USA
+1 202 861 1500
+1 202 861 1783
sruscus@bakerlaw.com www.bakerlaw.comCybersecurity
Cybersecurity continues to be one of the most rapidly developing areas in US procurement over the last two years. Over the last year, the US government has:
For years, the Federal Acquisition Regulation (FAR) has required all contractors to implement basic safeguarding controls to protect contract-related information. The controls required under this provision are the baseline for any information security system but cannot by themselves prevent sophisticated attacks. For Department of Defense contracts with access to more sensitive data, the contractor must comply with NIST 800-171 – a more comprehensive set of 110 cybersecurity controls.
While these requirements are not new, the Department of Defense has struggled to monitor compliance with these heightened cybersecurity requirements beyond self-certification. In March 2023, the Department of Defense issued a final rule requiring agencies to use the Supplier Performance Risk System (SPRS) assessments when evaluating proposals. As part of a contractor’s SPRS score, the contractor submits a self-certification on its compliance with its cybersecurity obligations. These certifications are significant. As discussed below, they often serve as the basis for the US government to claim that a contractor committed fraud by failing to meet their cybersecurity obligations.
In December 2023, the Department of Defense went further and announced its long-awaited Cybersecurity Maturity Model Certification (CMMC) rule, which provides a more robust framework for confirming cybersecurity compliance, including under certain circumstances required assessments by third parties or the government itself. CMMC is actually a combination of a new regulatory programme and new contract provisions.
In October 2024, the Department of Defense finalised the regulations governing the programme. The regulations require contractors to certify compliance with the relevant cybersecurity controls. For contracts that only have access to “Federal Contract Information”, CMMC requires a senior company official to attest to the results of a self-assessment regarding compliance with the 15 basic controls. For contractors with access to Controlled Unclassified Information (CUI), most contractors must pass a third-party assessment every three years, plus annual self-affirmations of compliance. For critical defence programmes, the contractor must pass a government-led assessment every three years. Given the significant burdens the rule imposes, the obligations will be phased in over a three-year period, with the requirements first appearing in select solicitations in 2025 and expanding to include all Department of Defense solicitations by 2028.
At the same time, implementation of the CMMC programme must wait until the related contract provisions have been finalised. The US government issued a proposed rule with implementing contract provisions in August 2024. A final rule is expected sometime in early 2025.
At bottom, it is expected that starting sometime in 2025, defence contractors will not be able to bid on Department of Defense contracts or serve as lower tiered subcontractors on such contracts without the applicable CMMC certification.
In addition to CMMC, contractors are facing other new cybersecurity requirements. In January 2025, the US government issued a proposed rule, titled “Controlled Unclassified Information”, to “enable a uniform process for communicating the information that contractors must manage and safeguard as well as identify where a CUI incident must be reported”. The proposed rule will apply to all solicitations other than commercial off-the-shelf procurements and will not be limited to one particular agency like CMMC (which applies only to the Department of Defense) or earlier efforts by the Department of Homeland Security or Department of Veterans Affairs. It will require all contractors with access to CUI to comply with the NIST 800-171 controls and notify the agency within eight hours of discovering an incident where CUI was or could have been compromised.
On top of the newly proposed rules, two other significant cybersecurity rules proposed in October 2023 are waiting to be finalised. First, contractors are waiting on a final version of a proposed rule on Cyber Threat and Incident Reporting and Information Sharing. The proposed rule broadly defines “security incident” to include the “actual or potential occurrence [of] any event or series of events… which pose(s) actual or imminent jeopardy to the integrity, confidentiality, or availability of information or an information system” as well as a “violation or imminent threat of violation of law, security policies, security procedures, or acceptable use policies”. If contractors have reason to believe a security incident occurred, the rule requires contractors to “immediately and thoroughly investigate all indicators” and submit a report to the Department of Defense’s Cybersecurity Infrastructure and Security Agency (CISA) within eight hours – much shorter than the 72-hour notice period currently required under Department of Defense regulations – as well as notify the relevant contracting officers. In addition, the proposed rule would allow CISA, the FBI and other government agencies “full access” to the relevant contractor information and information systems in response to the security incident. The proposed regulation will be incorporated into all new solicitations, including solicitations below the simplified acquisition threshold and contracts for commercial-off-the-shelf items. This proposed rule has raised many questions from industry regarding the broad definition of security incident, the short timeline for reporting, and the unprecedented access given to investigating agencies.
Second, contractors are waiting on a final version of a proposed rule titled “Standardizing Cybersecurity Requirements for Unclassified Federal Information Systems”. The rule would establish cybersecurity policies and requirements for contractors tasked with developing, implementing, operating or maintaining a Federal Information System (FIS). As a result, this rule would have a more limited applicability. That said, and consistent with the aim of this proposed rule, the government is also preparing another proposed rule that would apply CMMC-like certification requirements government-wide.
In addition to the trend of increased cybersecurity regulation, the US government has continued to aggressively enforce these heightened cybersecurity regulations. In October 2021, the Department of Justice (DOJ) announced the launch of the Civil Cyber-Fraud Initiative, which was designed to use the False Claims Act against government contractors and subcontractors who failed to meet their cybersecurity obligations. Under the False Claims Act, contractors are subject to treble damages and penalties if it is shown that they submitted a false claim for payment from the government, which includes making a false statement of compliance with a material term – in these cases, the cybersecurity requirements. Although most of DOJ’s efforts through the initiative have not yet been made public, DOJ announced several high-profile actions in 2024 and early 2025.
More recently, DOJ intervened in a False Claims Act complaint filed by whistle-blowers alleging that the Georgia Institute of Technology falsely certified compliance with NIST 800-171.
There are more False Claim Act lawsuits with similar allegations currently under seal and, as additional and more onerous cybersecurity requirements are imposed, even more False Claims Act lawsuits will be filed.
New Trump Administration Policies
On 20 January 2025, President Trump was sworn in for his non-consecutive second term. He wasted little time imposing his vision on the US government establishment, including federal government contractors. In his first weeks in office – and many on his first day – President Trump issued a series of executive orders meant to reduce the size of the government, terminate unnecessary or wasteful government contracts and grants that do not reflect Trump’s policy goals, and overturn prior administration policies on diversity and civil rights.
First, the President took steps to shrink the overall size of the federal government. He issued Executive Order (EO) 14158, establishing the Department of Government Efficiency (DOGE) and tasking it with identifying and eliminating government agencies and employees that were not necessary to Trump’s vision of a smaller government. These efforts included reviewing all regulations to ensure consistency with Trump administration priorities and developing a centralised technological system to track every payment made by the agency with a written justification by the employee who approved the payment. DOGE’s efforts have received much press coverage, and it has self-reported saving the United States more than USD100 billion, although independent media have questioned most of those savings.
Second, the President specifically targeted certain government contracts or areas of government contracting for termination. For example, he demanded a complete re-evaluation of foreign aid. He issued EO 14169, “Reevaluating and Realigning US Foreign Aid” and directed applicable heads of departments and agencies to pause new awards, and to stop payment on existing awards and grants, until the review was completed. This has had an immediate and direct effect on entities contracting with the Department of State and the US Agency for International Development (USAID). Further, as a result, most employees at USAID were terminated or reassigned. In addition, President Trump directed the Department of Justice to revoke the security clearances of certain attorneys who represented Special Counsel Jack Smith, who investigated President Trump’s handling of classified information after his first term, and to terminate any government contracts held by Covington & Burling, the law firm who represented Smith. These actions have forced hundreds if not thousands of contractors immediately to focus, not just on the propriety of the government’s stop work orders and termination notices, but also on the technical execution of cost recovery under these contracts’ Stop Work and Termination for Convenience clauses.
Third, the President reversed long-standing policy objectives promoting civil rights and diversity, equality, and inclusion programming. To that end, he issued EO 14173 which requires all federal departments and agencies to terminate all preferences for under-represented minorities. This order included rescinding prior executive orders dating back to the 1970s which required federal contractors to comply with affirmative action and anti-discrimination policies. He issued additional memoranda that rescinded all diversity, equity and inclusion initiatives at the Department of Transportation and the Federal Aviation Administration. As part of an implementation of these policy changes, contractors are now being asked to execute new contract certifications stating that they do not operate any programmes promoting DEI that violate any applicable anti-discrimination laws and agreeing that such certifications are material for purposes of the government’s payment decision and therefore subject to the False Claims Act.
These new executive orders have resulted in significant chaos and uncertainty within the public procurement community. For example, in response, many contractors have challenged President Trump’s authority to issue these sweeping changes without Congressional approval. These challenges have seen initial success with federal courts – including the US Supreme Court – ruling that the Administration cannot unilaterally stop payments to contractors for amounts owed under existing contracts and grants.
It is anticipated that such litigation opposing President Trump’s attempts to refashion public procurement to his vision will continue throughout his term in office.
Judicial Deference
The US Supreme Court’s 2024 decision in Loper Bright Enterprises v Raimondo is potentially the most important Supreme Court decision impacting administrative law in decades and has the potential to impact interpretation of government procurement statutes and regulations for years to come. For 40 years, federal courts have abided by a doctrine called “Chevron deference”. Established by the Supreme Court in Chevron v Natural Resources Defense Council, Chevron deference required federal courts to defer to federal agencies in their interpretation of statutes that were silent or ambiguous with respect to a certain issue, so long as the agency offered a “permissible construction” of the statute: Chevron USA, Inc v Nat Res Def Council, Inc, 467 US 837, 842-43 (1984). This was true “even if not the reading the court would have reached if the question initially had arisen in a judicial proceeding” (ibid).
In June 2024, the Supreme Court overruled Chevron in a 6:3 decision, eliminating judicial deference to agencies and shifting the power to interpret ambiguous statutes back to federal courts. See Loper Bright Enterprises v Raimondo, 603 US 369 (2024). The decision instructs federal judges to “exercise their independent judgment in deciding whether an agency has acted within its statutory authority” and prohibits federal courts from “defer[ring] to an agency interpretation of the law simply because a statute is ambiguous” (ibid at 412–13). The Supreme Court indicated (ibid) that federal courts, in exercising independent judgment, may still “seek aid” from agency interpretations that are persuasive, even if not controlling.
Government contracts and contractors are largely governed by the regulations contained in the Federal Acquisition Regulation (FAR) and other supplemental regulations, such as the Defense Federal Regulations Supplement (DFARS). Many of the procurement regulations, including contract clauses specified by regulation, implement direct statutory requirements. The Federal Circuit has previously held that such regulations implementing statutory language contained in the FAR are entitled to Chevron deference. In 1991, for example, the Federal Circuit, relying on Chevron, deferred to the FAR regulation setting forth which employee or officer of a contractor could certify a claim for money under the Contract Disputes Act (CDA), given that the statute was silent on this issue: US v Grumman Aerospace Corp, 927 F.2d 575, 578–79 (Fed. Cir. 1991). Then, in Information Technology & Applications Corp v US, the Federal Circuit, in deciding a bid protest appeal, deferred to the definitions of “discussions” and “clarifications” contained in the FAR, which implemented the Competition in Contracting Act (CICA), applying Chevron deference in its analysis: Information Technology & Applications Corp v US, 316 F.3d 1312 (Fed. Cir. 2012). Later that same year, in Brownlee v DynCorp, the Federal Circuit rejected an argument that the FAR regulations were not entitled to Chevron deference, stating more broadly that “[the] FAR regulations are the very type of regulations that the Supreme Court in Chevron… held should be afforded deference”: Brownlee v DynCorp, 349 F.3d 1343, 1355 (Fed. Cir. 2003).
Thus, the Supreme Court’s decision in Loper Bright provides new incentives and opportunities for contractors to challenge existing agency regulations, including those contained in the FAR, not just as unreasonable interpretations of their underlying statutes, but as other than the best interpretation of an ambiguous statute, which the lower courts are now free to adopt. While in the past such challenges were unlikely to succeed, in light of Loper Bright, the contractor’s interpretation just may win out.
Analogous to Chevron deference, which allowed federal courts to defer to an agency when an agency was interpreting a statute, is Auer deference, which allows federal courts to defer to an agency when an agency is interpreting and applying its own regulations if the agency’s interpretation is reasonable, represents the agency’s “authoritative or official” position, implicates the agency’s “substantive expertise” and reflects the agency’s “fair and considered judgment”: Auer v Robbins, 519 US 452, 575–79 (1997). Auer deference was not directly impacted by the Court’s ruling in Loper Bright. In fact, the Supreme Court, just over five years ago, declined to overrule Auer deference: see Kisor v Wilkie, 588 US 558, 563 (2019). However, the majority’s reasoning for overruling Chevron deference provided in Loper Bright – the judiciary’s designation as the interpreter of Congress’s laws and the need for checks on agency action – suggests that the future of Auer deference may not be certain. Accordingly, contractors should not assume that an agency’s interpretation of its own regulation will continue to be entitled to deference and should, when litigating disputes with the government, proffer their own interpretation of the agency regulation at issue.
1050 Connecticut Avenue, NW
Suite 1100
Washington, DC 20036
USA
+1 202 861 1500
+1 202 861 1783
sruscus@bakerlaw.com www.bakerlaw.com