Skip to main content

An official website of the United States government

Here’s how you know

Official websites use .gov
A .gov website belongs to an official government organization in the United States.

Secure .gov websites use HTTPS
A lock ( ) or https:// means you’ve safely connected to the .gov website. Share sensitive information only on official, secure websites.

GSA Logo U.S. General Services Administration
    • Explore buy through us
    • Category management
    • Government property for sale or lease
      Toggle submenu
      • Personal property (tangible goods)
      • Real property (real estate and buildings) for public use
      • Real property sales
      • Vehicle sales
    • Products and services
      Toggle submenu
      • Human capital
      • Industrial products and services
      • Office management
      • Professional services
      • Security and protection
      • Transportation and logistics services
    • Purchasing programs
      Toggle submenu
      • Assisted acquisition
      • Commercial platforms
      • Federal strategic sourcing initiative
      • Fleet management
      • HCaTS and HCaTS SB
      • OASIS and OASIS SB
      • Requisition programs
      • State and local programs
      • Emergency acquisition basic ordering agreements
    • Shared services
      Toggle submenu
      • Payroll services
      • Support services for CABs

    Featured Topics

    • Multiple Award Schedule Governmentwide contracts for products and services at volume discount pricing.
    • Auctions Federal assets available via auction to the general public.
    • Explore sell to government
    • Step 1: Learn about government contracting
      Toggle submenu
      • Ways you can sell to government
      • How to access contract opportunities
      • Conduct market research
    • Step 2: Compete for a contract
      Toggle submenu
      • Register your business
      • Certify as a small business
      • Become a schedule holder
      • Market your business
      • Research active solicitations
      • Respond to a solicitation
      • What to expect during the award process
    • Step 3: Manage your contract
      Toggle submenu
      • Comply with contractual requirements
      • Handle contract modifications
      • Monitor past performance evaluations

    Featured Topics

    • Contract opportunities on SAM.gov Search current federal contract opportunities and procurement notices.
    • Forecast of contracting opportunities Anticipated contracts offered by GSA.
    • Vendor support center Research the federal market, report sales, and upload contract information.
    • Explore real estate
    • Design and construction
      Toggle submenu
      • 3D-4D building information modeling
      • Computer-aided design standards
      • Engineering
      • Project management information system
      • Prospectus thresholds
    • Facilities management
      Toggle submenu
      • Security
      • Tenant services
      • Water quality management
    • Our properties
      Toggle submenu
      • Owned and leased properties
      • Renting property
    • Real estate services
      Toggle submenu
      • Leasing resources
      • Real property disposal
      • Reimbursable services (RWA)
      • For businesses seeking opportunities
      • For workers in federal buildings
      • Voice of the customer
    • Workplace optimization
      Toggle submenu
      • Commercial coworking
      • Space Match
    • Explore historic buildings

    Featured Topics - Real Estate

    • Historic preservation tools and resources Procedures for maintaining and repairing historic buildings.
    • Real property disposal Dispose or acquire excess federal real property including buildings or land.
    • Explore policy and regulations
    • Acquisition policy
    • Aviation management policy
    • Federal Advisory Committee Act management
    • Information technology policy
    • Real property management policy
    • Travel management policy
    • Regulations
      Toggle submenu
      • Federal acquisition regulations
      • Federal management regulations
      • Federal travel regulations

    Featured Topics

    • Forms Search for a government form.
    • Per diem FAQs Frequently asked questions about per diem rates and related topics.
    • Explore small business
    • Small business goals
    • Register your business
      Toggle submenu
      • Explore business models
      • Research the federal market
      • Subcontracting and other partnerships
    • Forecast of contracting opportunities
    • Small business resources
      Toggle submenu
      • Small business contacts
      • Videos

    Featured Topics

    • Forecast tool Information on planned federal contracting opportunities.
    • Socio economic categories Check your eligibility for small-business set-asides.
    • Training resources Suggested training for doing business with us.
    • Explore travel
    • Plan a trip
      Toggle submenu
      • Per diem rates
      • Transportation (airfare rates, POV rates, etc.)
      • Lodging
      • Travel charge card
    • Travel and lodging services
      Toggle submenu
      • E-gov travel service (ETS)
      • Rideshare
      • Travel category schedule
    • Federal travel regulation

    Featured Topics

    • Per diem rates look-up Allowances for lodging, meal and incidental costs while on official government travel.
    • Mileage reimbursement rates Reimbursement rates for the use of your own vehicle while on official government travel.
    • Explore technology
    • Purchasing programs
      Toggle submenu
      • Cloud computing services
      • Cybersecurity products and services
      • Governmentwide acquisition contracts
      • MAS information technology
      • USAccess
    • Government initiatives
      Toggle submenu
      • Artificial Intelligence
      • Cybersecurity
      • Emerging citizen technology
      • FedRAMP
      • Federal identity, credentials, and access management
      • Robotic process automation community
      • Technology modernization fund
    • Training

    Featured Topics

    • Challenge.gov Government sponsored challenges and prize competitions.
    • Data.gov Access U.S. government data.
    • Multiple award schedule IT category Information technology products, services and solutions.
    • Explore about us
    • Background and history
      Toggle submenu
      • Overview
      • Mission and strategic goals
      • Role in presidential transitions
    • Careers
      Toggle submenu
      • Get an internship
      • Launch your career
      • Elevate your professional career
      • Discover special hiring paths
      • Resources and related links
    • Events and training
      Toggle submenu
      • Events, training, and request a speaker
      • Our training programs
    • Newsroom
      Toggle submenu
      • Agency blog
      • Congressional testimony
      • GSA does that podcast
      • News releases
      • Speeches
      • Videos
    • Organization
      Toggle submenu
      • Leadership directory
      • Federal Acquisition Service
      • Public Buildings Service
      • Staff offices
    • Contact us

    Featured Topics

    • Blog Read the latest GSA news, updates and analysis.
    • Careers Learn what we have to offer.
  • Per diem lookup
Buy through us
Explore buy through us
Category management
Government property for sale or lease
Personal property (tangible goods)
Real property (real estate and buildings) for public use
Real property sales
Vehicle sales
Products and services
Human capital
Industrial products and services
Office management
Professional services
Security and protection
Transportation and logistics services
Purchasing programs
Assisted acquisition
Commercial platforms
Federal strategic sourcing initiative
Fleet management
HCaTS and HCaTS SB
OASIS and OASIS SB
Requisition programs
State and local programs
Emergency acquisition basic ordering agreements
Shared services
Payroll services
Support services for CABs
Sell to government
Explore sell to government
Step 1: Learn about government contracting
Ways you can sell to government
How to access contract opportunities
Conduct market research
Step 2: Compete for a contract
Register your business
Certify as a small business
Become a schedule holder
Market your business
Research active solicitations
Respond to a solicitation
What to expect during the award process
Step 3: Manage your contract
Comply with contractual requirements
Handle contract modifications
Monitor past performance evaluations
Real estate
Explore real estate
Design and construction
3D-4D building information modeling
Computer-aided design standards
Engineering
Project management information system
Prospectus thresholds
Facilities management
Security
Tenant services
Water quality management
Our properties
Owned and leased properties
Renting property
Real estate services
Leasing resources
Real property disposal
Reimbursable services (RWA)
For businesses seeking opportunities
For workers in federal buildings
Voice of the customer
Workplace optimization
Commercial coworking
Space Match
Explore historic buildings
Policy and regulations
Explore policy and regulations
Acquisition policy
Aviation management policy
Federal Advisory Committee Act management
Information technology policy
Real property management policy
Travel management policy
Regulations
Federal acquisition regulations
Federal management regulations
Federal travel regulations
Small business
Explore small business
Small business goals
Register your business
Explore business models
Research the federal market
Subcontracting and other partnerships
Forecast of contracting opportunities
Small business resources
Small business contacts
Videos
Travel
Explore travel
Plan a trip
Per diem rates
Transportation (airfare rates, POV rates, etc.)
Lodging
Travel charge card
Travel and lodging services
E-gov travel service (ETS)
Rideshare
Travel category schedule
Federal travel regulation
Technology
Explore technology
Purchasing programs
Cloud computing services
Cybersecurity products and services
Governmentwide acquisition contracts
MAS information technology
USAccess
Government initiatives
Artificial Intelligence
Cybersecurity
Emerging citizen technology
FedRAMP
Federal identity, credentials, and access management
Robotic process automation community
Technology modernization fund
Training
About us
Explore about us
Background and history
Overview
Mission and strategic goals
Role in presidential transitions
Careers
Get an internship
Launch your career
Elevate your professional career
Discover special hiring paths
Resources and related links
Events and training
Events, training, and request a speaker
Our training programs
Newsroom
Agency blog
Congressional testimony
GSA does that podcast
News releases
Speeches
Videos
Organization
Leadership directory
Federal Acquisition Service
Public Buildings Service
Staff offices
Contact us
  1. Home
  2. Policy & regulations
  3. Policy
  4. Acquisition policy
  5. Acquisition policy library and resources
  6. CD-2021-12

Class deviation CD-2021-12: FAR Class Deviation - Contractor Performance Assessments for Federal Supply Schedule (FSS) Contracts, Multi-Agency Contracts (MACs) and Governmentwide Acquisition Contracts (GWACs)

CD-2021-12
November 3, 2021
MEMORANDUM FOR GSA CONTRACTING ACTIVITIES
FROM AND DIGITALLY SIGNED BY: Jeffrey A. Koses, Senior Procurement Executive, Office of Acquisition Policy
SUBJECT: FAR Class Deviation - Contractor Performance Assessments for Federal Supply Schedule (FSS) Contracts, Multi-Agency Contracts (MACs) and Governmentwide Acquisition Contracts (GWACs)

On this page

  1. Purpose.
  2. Background.
  3. Applicability.
  4. Authority.
  5. Deviation.
  6. Effective date.
  7. Point of contact.
  8. Attachments.

1. Purpose.

This memorandum approves a class deviation to deviate from the Federal Acquisition Regulation (FAR) at Subpart 42.15, Contractor Performance Information for Federal Supply Schedules (FSS) contracts, multi-agency contracts (MACs) and government wide acquisition contracts (GWACs).

2. Background.

Federal agencies report past performance in the Contractor Performance Assessment Reporting System (CPARS), in accordance with FAR 42.1501(b). The system is maintained by the Department of the Navy, which provides access to the database for acquisition personnel to record their performance ratings.

In 2015 there was a change to CPARS that prevents past performance for indefinite delivery indefinite quantity (IDIQ) contracts from being reported if those contracts were awarded after February 13, 2015 [1]. This change was approved by the Office of Management and Budget (OMB) / Office of Federal Procurement Policy (OFPP), but the FAR Council was not consulted on this change. CPARS does not provide any additional guidance as to how performance at the IDIQ contract level should be reported.

Around January 14, 2020, GSA submitted a request to the Integrated Award Environment (IAE) to update CPARS to enable agencies to report past performance for IDIQs to align with FAR 42.1502(c) [2]. GSA highlighted the importance of being able to report base contract level performance with key contract terms that GSA includes in FSS, MAC and GWAC contracts (e.g., systemic Trade Agreement Act country of origin misrepresentations, failure to meet contract-level reporting requirements, failure to report contract sales and remit Industrial Funding Fees/Contract Access Fees). GSA noted that failure to report these specific requirements impacts customer agencies who rely on GSA’s vetting of contractors prior to competing orders. On February 19, 2020, OMB denied GSA’s system change request. GSA submitted another revised request on July 30, 2021 to bring attention to the issue again. In the interim, FAS has requested a deviation to FAR subpart 42.15 in order to maintain FAR compliance, and conducts manual reporting of applicable contracts outside of CPARS.

3. Applicability.

This class deviation applies to FAS, specifically FSS, MAC and GWAC contracting activities.

4. Authority.

This class deviation is issued under the authority of FAR 1.404 and General Services Administration Acquisition Manual (GSAM) 501.404. This class deviation is issued following consultation with the Chair of the Civilian Agency Acquisition Council (CAAC) in accordance with FAR 1.404(a) and GSAM 501.404(a).

5. Deviation.

See Attachment A for the changes in the FAR text as revised by this deviation, subsections listed below:

  1. Amending FAR 42.1502(b)
  2. Amending FAR 42.1502(g)

6. Effective date.

This deviation is effective immediately and remains in effect until rescinded or incorporated into the FAR or GSAM.

7. Point of contact.

Any questions regarding this deviation may be directed to GSARPolicy@gsa.gov.

8. Attachments.

  • Attachment A – FAR Deviation Text
  • Attachment B – FAS Business Case

Attachment A – FAR Deviation Text

FAR Text, Line-In/Line-Out
FAR Baseline: FAC 2021-07 effective 09/10/2021

  • Additions to baseline made by proposed rule are indicated by [bold text in brackets]
  • Deletions to baseline made by proposed rule are indicated by strikethroughs
  • Five asterisks (* * * * *) indicate that there are no revisions between the preceding part and/or subpart, and following section
  • Three asterisks (* * *) indicate that there are no revisions between the material shown within a section or subsection

Part 42 - Contract Administration and Audit Services

* * * * *

Subpart 42.15 - Contractor Performance Information

* * * * *

42.1502 Policy

* * *

(b) Contracts. Except as provided in paragraphs (e), (f), and (h) of this section, agencies shall prepare evaluations of contractor performance for each contract (as defined in FAR part 2) that exceeds the simplified acquisition threshold and for each order that exceeds the simplified acquisition threshold. Agencies are required to prepare an evaluation if a modification to the contract causes the dollar amount to exceed the simplified acquisition threshold. [For Federal Supply Schedule (FSS) contracts, multi-agency contracts (MACs), and Governmentwide Acquisition Contracts (GWACs) administered by GSA’s Federal Acquisition Service (FAS), evaluations are not required at the contract level, but are still required at the order level; however, FAPIIS reporting for 42.1502(g)(2) and 42.1503(h) must still be done.]

* * *

(g) Past performance evaluations shall include an assessment of the contractor’s-
   (1) Performance against, and efforts to achieve, the goals identified in the small business subcontracting plan when the contract includes the clause at 52.219-9, Small Business Subcontracting Plan [; for Federal Supply Schedule (FSS) contracts, multi-agency contracts (MACs), and Governmentwide Acquisition Contracts (GWACs) administered by GSA’s Federal Acquisition Service (FAS), evaluations are not required at the contract level, but are still required at the order level]; and
   (2) Reduced or untimely payments (as defined in 19.701), made to small business subcontractors, determined by the contracting officer to be unjustified. The contracting officer shall-
     (i) Consider and evaluate a contractor’s written explanation for a reduced or an untimely payment when determining whether the reduced or untimely payment is justified; and
     (ii) Determine that a history of unjustified reduced or untimely payments has occurred when the contractor has reported three or more occasions of unjustified reduced or untimely payments under a single contract within a 12-month period (see 42.1503(h)(1)(vi) and the evaluation ratings in Table 42-3). The following payment or nonpayment situations are not considered to be unjustified:
       (A) There is a contract dispute on performance.
       (B) A partial payment is made for amounts not in dispute.
       (C) A payment is reduced due to past overpayments.
       (D) There is an administrative mistake.
       (E) Late performance by the subcontractor leads to later payment by the prime contractor.
 

* * *

* * * * *

Attachment B – FAS Business Case

May 27, 2021
MEMORANDUM FOR: Jeffrey A. Koses, Senior Procurement Executive, Office of Acquisition Policy
FROM AND DIGITALLY SIGNED BY: Mark J. Lee, Assistant Commissioner, Office of Policy and Compliance
SUBJECT: Business Case in support of a Class Deviation to FAR Subpart 42.15, Contractor Performance Information for Federal Supply Schedule (FSS) Contracts and Governmentwide Acquisition Contracts (GWAC) Administered by the Federal Acquisition Service (FAS)

1.0 Name of the service requesting the change.

GSA’s Federal Acquisition Service (FAS), Office of Policy and Compliance (QV).

2.0 Summary of request.

QV requests a Class Deviation to Federal Acquisition Regulation (FAR) 42.1502 Policy, paragraphs (b) and (g) to reflect that the requirement to document contractor past performance in the Contractor Performance Assessment Reporting System (CPARS) does not apply to Federal Supply Schedule (FSS) contracts and Governmentwide Acquisition Contracts (GWAC) administered by the Federal Acquisition Service (FAS).

QV is pursuing this Class Deviation to ensure it is clear that FAS Contracting Officers (COs) administering the aforementioned contracts are not required to comply with the requirements outlined in FAR subpart 42.15. This Class deviation is needed until a final determination is made as to whether a CPARS business rule, which precludes the assessment of contractor past performance at the base contract level on multiple award contracts awarded after February 13, 2015, is inconsistent with the FAR and should be disabled. (see section 3.1 for an extended discussion of FAR subpart 42.15 and CPARS).

The proposed Class Deviation revises the language in FAR 42.1502 to annotate that contractor past performance assessments on Federal Supply Schedule (FSS) contracts and Governmentwide Acquisition Contracts (GWAC) administered by the Federal Acquisition Service (FAS) are not required at the base contract level.

2.1 Significance of deviation.

This Class Deviation is best categorized as the issuance of a policy or procedure that governs the contracting process or otherwise controls contracting relationships that are not incorporated into agency acquisition regulations in accordance with FAR 1.301(a). (see FAR 1.401 Definition paragraph (f)).

This Class Deviation is consistent with the definition of a Significant Revision as outlined in FAR 1.501-1 Definition and subject to FAR 1.501-2 Opportunity for public comments and the placement of a notice in the Federal Register.

2.2 Deviation duration.

FAS QV is requesting this Class Deviation remain in effect until rescinded.

3.0 Rationale supporting the need.

3.1 Description of the problem or matter to be addressed.

FAR subpart 42.15 - Contractor Performance Information outlines policies for recording and maintaining contractor past performance information. According to FAR 42.1502(b), CO’s shall prepare evaluations of contractor performance for each contract that exceeds the simplified acquisition threshold. COs are required to prepare past performance evaluations at least annually and at the time the work under a contract or order is completed. (see FAR 42.1502(a) General.) In addition, the FAR requires that these evaluations be entered into CPARS, the governmentwide evaluation reporting tool for past performance reports on contracts and orders.

Although some of the CPARS assessment evaluation factors outlined in FAR 42.1503(b)(2) are not applicable at the base contract level of the aforementioned contracts, several of the factors are directly relevant to a contractor’s performance at the base contract level, such as a contractor’s management or business relations and its compliance with contract terms and conditions, i.e. Trade Agreement Act country of origin misrepresentations, failure to meet reporting requirements, failure to report sales and remit Industrial Funding Fees/Contract Access Fees etc.

Additionally, as per FAR 19.705-1(b)(1), COs are required to incorporate subcontracting plans at the base contract level of FSS and GWAC contracts and FAR 42.1502(g) specifically requires the annual assessment of a contractor’s performance against, and efforts to achieve the goals identified in its small business subcontracting plan when the contract is awarded to “other than small” business and the contract includes FAR clause 52.219-9, Small Business Subcontracting Plan.

Note: FAR 42.1502(c) Orders Under Multiple-Agency Contracts clarifies that order-level evaluations shall not consider the requirements under paragraph (g), which means the assessment required by FAR 42.1502(g) is the responsibility of the base contract-level CO and cannot be delegated down to the order-level.

Based on the above, FAS contends that 1) COs administering FSS and GWAC contracts are required by the FAR to assess contractor performance in CPARS at the base contract level and 2) preparing assessments at the base contract level provides meaningful contractor performance information for future source selections relevant to a contractor’s management/business relations and compliance with contract terms and conditions.

Until 2015, FAS COs administering FSS and GWAC contracts complied with FAR subpart 42.15 and completed contractor performance assessments at the base contract level in CPARS, which is consistent with both the FAR and GSA/FAS Policy. However, on February 13, 2015, a CPARS system change standardized how multiple-award contracts are represented and CPARS no longer allows for assessments at the base contract-level. Although the system change does not appear to be consistent with FAR 42.1502, specifically paragraphs (a), (b), (c) and (g), as per Section B, paragraph 2.2.1 of the CPARS guide, dated October 2020, the system change was approved by OMB/OFPP.

Note: although the CPARS guide states that MAC contracts awarded after February 13, 2015 can’t be assessed at the base contract-level, it appears that the business rule was not applied to MAC contracts, as FSS COs can assess HCATS, BMO, EIS and OASIS contracts awarded between 2017-2020 at the base contract level in CPARS. This was confirmed by 1) reviewing CPARS assessment data/reports for these contract vehicles and 2) verifying that OASIS contracts awarded via onramps in 2019 and 2020 were auto registered in CPARS. This is why the class deviation is limited to FSS and GWAC contracts administered by FAS.

The impact of the system change is that 1) the CPARS AutoRegister list no longer displays Governmentwide Acquisition Contracts (GWAC) and Federal Supply Schedule (FSS) base contracts and 2) CPARS does not allow a CPARS Focal Point to manually register a GWAC/FSS contract. The system change was implemented on a date-forward basis, so contracts awarded prior to February 13, 2015 still show up on the Compliance Metric Report and can be assessed at the base contract-level in CPARS.

In Section A3.31.6, the CPARS guide appears to premise the system change on FAR 19.705-1 (b)(2), which allows COs placing orders to establish subcontracting goals for each order (including FSS orders):

Although paragraph 2.2.1 requires an evaluation to be completed for each order placed against multi-agency indefinite delivery vehicle (IDV), the small business subcontracting assessment must be completed by the agency that awarded the contract unless the contract ordering instructions allow for separate small business subcontracting goals to be incorporated into each order. Multi-agency IDVs include Federal Supply Schedules (FSS), Governmentwide Acquisition Contracts (GWAC), and Multiple Agency Contracts (MAC).

Although the FAR allows the ordering level CO to establish subcontracting goals, there is nothing in FAR 19.705-1 nor in the SBA Final Rule that implemented provisions of the Small Business Jobs Act of 2010 (FAR Case 2014-003) to suggest that a CO administering an FSS or GWAC contract isn’t required to assess performance under a subcontracting plan because an ordering level CO has the ability to establish subcontracting goals for an individual order.

FAR 19.705-1 General. paragraph (b)

(1) Except where a contractor has a commercial plan, the contracting officer shall require a subcontracting plan for each indefinite-delivery, indefinite-quantity contract (including task or delivery order contracts, FSS, GWACs, and MACs), when the estimated value of the contract meets the subcontracting plan thresholds at 19.702(a) and small business subcontracting opportunities exist.

(2) Contracting officers placing orders may establish small business subcontracting goals for each order. Establishing goals shall not be in the form of a new Subcontracting plan as a contract may not have more than one plan (19.705-2(e)).

Based on the above review of FAR 19.705-1 and FAR subpart 42.15, FAS submitted a JIRA [3] ticket to the Integrated Award Environment (IAE) Change Control Board (CCB) in mid 2019 requesting that the CPARS business rule be disabled. GSA has not received an official response to the JIRA ticket, however, preliminary feedback from OMB is that the current CPARS functionality appears to be in line with FAR requirements and there isn’t a need for system development at this time. FAS does not concur with OMB’s preliminary response and is pursuing this Class Deviation until such time as a final determination can be made.

3.2 Discussion of the benefit to the agency and/or organization.

As CPARS no longer allows GWAC and FSS contracts awarded after February 13, 2015 to be assessed at the base contract level, FAS COs have been advised to manually assess the contractor’s performance against its Subcontracting Plan and document the contract file with the manual assessment as an interim measure [4]. Although the contractor’s performance is documented in the contract file, performing manual assessments is not efficient or effective and does not fully comply with FAR 42.1502 paragraph (a) which requires that contractor performance assessments be entered into CPARS to support future source selections.

Currently, FAS is attempting to comply with the requirements outlined in FAR subpart 42.15 by preparing CPARS assessments for contracts awarded prior to February 13, 2015 and documenting the contract file with manual contractor performance assessments for contracts awarded after February 13, 2015. Completing manual assessments is 1) more time-consuming than completing assessments in CPARS, 2) inequitable for contracts that are being assessed in CPARS, 3) increases workload for FAS personnel; and 4) does not fulfill the policy objective of CPARS as this information is not made available to the governmentwide acquisition workforce to consider in future source selection decisions. Note: the workload associated with completing manual assessments will continue to grow as FAS has awarded an average of 1,600 FSS contracts per year since FY2018.

Revising the language in FAR 42.1502 to annotate that contractor past performance assessments on FAS FSS and GWAC contracts are not required at the base contract level will align procurement regulations/systems and reduce FAS acquisition workforce workload.

4.0 Discussion of the effect, if any, on GSA’s internal operating procedures.

4.1 Acquisition workforce.

This change will directly impact the FAS acquisition workforce as they will no longer be required to complete contractor performance assessments at the base contract level.

4.2 Another office within GSA.

Limiting current contractor performance assessment information at the base contract level for multi-agency contracts in CPARS may negatively impact future source selection decisions.

4.3 Automated systems.

As CPARS already precludes the assessment of contractor performance at the base contract level for FSS and GWAC contracts awarded after February 13, 2015, the business rule would need to be extended to disable reporting functionality for all FSS and GWAC contracts administered by FAS.

5.0 Discussion of the effect on contractors.

This Class Deviation will directly impact all contractors, but will have the most significant impact on Other Than Small (OTS) contractors as they will no longer be required to designate a representative to receive, review, comment on and return contractor performance assessments at the base contract level for their subcontracting performance under FSS and GWAC contracts awarded by FAS.

5.1 Number of contracts affected.

14,618 FSS* (source SSQ+ Schedule Sales Query Plus) and 
863 GWAC** (source: Schedules elibrary)

*There are 2,464 active FSS contracts awarded to OTS contractors as of 11/01/2020. (source: SSQ+)
**There are 49 active GWACs awarded to OTS contractors as of 01/21/2021.

5.2 Number of small businesses affected and positive/negative impact on small business.

There are 12,154 active FSS contracts awarded to small business contractors as of 11/01/2020. (source: SSQ+)

There are 814 active GWAC contracts awarded to small business contractors as of 01/21/2021. (source: GSA eLibrary)

This change will limit the currency and extent of past performance information in CPARS related to a contractor’s performance under FSS and GWAC contracts administered by FAS. This limitation may negatively impact future source selection decisions. In addition, as OTS contractors will no longer be assessed in CPARS for their performance against their subcontracting plan, it may dis-incentivize the contractor from expending a good faith effort on achieving the goals in its subcontracting plan. This risk is mitigated by the requirement for contractors to submit subcontracting reports in the electronic Subcontracting Reporting System (eSRS).

5.3 Estimated annual costs and benefits associated with the proposed change.

QV does not believe this change will pose a significant economic impact within the meaning of the Regulatory Flexibility Act, 5 U.S.C. § 601, et seq.

5.4 Information collection requirements.

The proposed FAR changes do not impose information collection requirements pursuant to the Paperwork Reduction Act (44 U.S.C. Chapter 35).

6.0 Analysis of alternatives.

An alternative to issuing a Class Deviation to FAR subpart 42.15 would be for the IAE CCB to approve the existing JIRA ticket and disable the CPARS business rule that does not allow reporting at the base contract level for FSS and GWAC contracts. This would ensure the base contract-level CO can complete the annual contractor performance assessments required by FAR 42.1502(a) in CPARS and specifically the subcontracting performance assessments as required by FAR 42.1502(g).

7.0 Discussion of the approach to implement and monitor success.

Communication will be key to ensuring that both the FAS acquisition workforce and contractors are aware that FAR subpart 42.15 no longer applies to FSS and GWAC contracts administered by FAS. The FAS acquisition workforce will need to fully understand the change in order to respond to contractor inquiries. QV will issue an update to PAP 2019-04 Evaluating and Reporting Past Performance and conduct mandatory acquisition workforce training when the revised PAP is issued. QV will also coordinate with the FSS and GWAC programs to augment FAS-wide communications with program specific messaging.

FAS contractors will be notified via program specific messaging/channels, such as the posting of Significant Changes on Interact 30 days prior to the refresh of the MAS solicitation.

8.0 Compliance with class deviation.

GSA has established management controls and internal agency procedures, consistent with FAR subpart 42.15, for evaluating and reporting contractor performance. GSA monitors agency and service-level compliance with entering past performance information into CPARS. This information can be viewed on the Acquisition Workbench tool on the Acquisition Dashboard.

FAS Office of Policy and Compliance (OPC) tracks Key Performance Indicators (KPI), including CPARS compliance rates in the FAS Contract Activity Executive Dashboard and in the Head of Contracting Activity (HCA) Scorecard on the FAS Acquisition Policy Library under Analytical Tools & Dashboards.

9.0 Proposed amendments to the FAR (line in/line out).

The following revision to FAR 42.1502 Policy is submitted in accordance with GSAM 501.402(c), which states: “When an HCA knows that a deviation may be required on a permanent basis, the HCA should recommend an appropriate FAR or GSAM revision.”

FAR Baseline: FAC 2021-05 effective 03/10/2021

  • Additions to baseline made by proposed rule are indicated by [bold text in brackets]
  • Deletions to baseline made by proposed rule are indicated by strikethroughs
  • Five asterisks (* * * * *) indicate that there are no revisions between the preceding part and/or subpart, and following section
  • Three asterisks (* * *) indicate that there are no revisions between the material shown within a section or subsection

Part 42 - Contract Administration and Audit Services

* * * * *

Subpart 42.15 - Contractor Performance Information

* * * * *

42.1502 Policy

* * *

(b) Contracts. Except [for Federal Supply Schedule (FSS) contracts and Governmentwide Acquisition Contracts (GWAC) administered by GSA’s Federal Acquisition Service (FAS) and] as provided in paragraphs (e), (f), and (h) of this section, agencies shall prepare evaluations of contractor performance for each contract (as defined in FAR part 2) that exceeds the simplified acquisition threshold and for each order that exceeds the simplified acquisition threshold. Agencies are required to prepare an evaluation if a modification to the contract causes the dollar amount to exceed the simplified acquisition threshold.

* * *

(g) Past performance evaluations shall include an assessment of the contractor’s-
  (1) Performance against, and efforts to achieve, the goals identified in the small business subcontracting plan when the contract[, with the exception of Federal Supply Schedule (FSS) contracts and Governmentwide Acquisition Contracts (GWAC) administered by GSA’s Federal Acquisition Service (FAS)] includes the clause at 52.219-9, Small Business Subcontracting Plan; and
  (2) Reduced or untimely payments (as defined in 19.701), made to small business subcontractors, determined by the contracting officer to be unjustified. The contracting officer shall-
    (i) Consider and evaluate a contractor’s written explanation for a reduced or an untimely payment when determining whether the reduced or untimely payment is justified; and
    (ii) Determine that a history of unjustified reduced or untimely payments has occurred when the contractor has reported three or more occasions of unjustified reduced or untimely payments under a single contract within a 12-month period (see 42.1503(h)(1)(vi) and the evaluation ratings in Table 42-3). The following payment or nonpayment situations are not considered to be unjustified:
      (A) There is a contract dispute on performance. 
      (B) A partial payment is made for amounts not in dispute.
      (C) A payment is reduced due to past overpayments.
      (D) There is an administrative mistake.
      (E) Late performance by the subcontractor leads to later payment by the prime contractor.

* * *

* * * * *

10.0 Legal sufficiency statement.

Legal counsel concurs that there is no legal barrier to proceeding with the proposed business case analysis.

Electronically signed by: Adam C. Supple, May 5, 2021.

Endnotes.

[1] The change is described in the CPARS Guide dated May 2021, paragraph 2.2.1 which documents that reporting will be at the order level only.

[2] FAR 42.1502(c) clarifies that order-level evaluations shall not consider the requirements under paragraph (g). This means that the assessment required by FAR 42.1502(g) is the responsibility of the base contract-level contracting officer and cannot be delegated down to the order-level.

[3] JIRA is an Agile Lifecycle software management tool used by the IAE CCB to manage system change requests.

[4] Detailed guidance on completing manual contractor performance assessments is provided on the FAS Policy Library under Subcontracting Plans and Past Performance.

Print Page Email Page
Last updated: Jul 29, 2025
Top

Home

  • Resources for …
    • Americans with Disabilities
    • Citizens and Consumers
    • Federal Employees
    • GSA Employees
    • Native American affairs
    • Presidential & Congressional Commissions, Boards or Small Agencies
    • Small Business
  • Governmentwide Initiatives
    • Centers of Excellence
    • Digital experience
    • Emergency response
    • Federal Cybersecurity
    • ID, Credentials, and Access Management
    • Information Quality
    • Open Data
    • Technology Modernization Fund
  • Contact Us
  • Organization
    • Leadership Directory
    • Staff Directory
  • References
    • Annual reports
    • Plain Language
    • Budget and Performance
    • Catalogs
    • Orders & Directives
    • Forms
  • Website Information
    • A-Z Index
    • Report a website issue
    • Sitemap
  • Also of Interest
    • Data.gov
    • Whitehouse.gov
  • Tools
    • eBuy
    • eLibrary
    • Contracting forecast tool
    • GSA Advantage
    • GSA Auctions
GSA logo
  • Facebook
  • X
  • LinkedIn
  • YouTube
  • instagram
  • Blog
  • email

JOIN THE CONVERSATION

GSA.gov

An official website of the U.S. General Services Administration

  • Accessibility statement
  • Website Policies
  • Reports
  • Office of the Inspector General
  • No FEAR Act
  • FOIA Requests
  • Board of Contract Appeals
Looking for U.S. government information and services?
Visit USA.gov

PER DIEM LOOK-UP

1 Choose a location

Error, The Per Diem API is not responding. Please try again later.

No results could be found for the location you've entered.

Get my location

OR

OR

Rates for Alaska, Hawaii, and U.S. territories and possessions are set by the Department of Defense.

Rates for foreign countries are set by the Department of State.

2 Choose a date


OR

Rates are available between 10/1/2023 and 09/30/2026.

The End Date of your trip can not occur before the Start Date.

 
 
Additional terms and conditions

Traveler reimbursement is based on the location of the work activities and not the accommodations, unless lodging is not available at the work activity, then the agency may authorize the rate where lodging is obtained.

Unless otherwise specified, the per diem locality is defined as "all locations within, or entirely surrounded by, the corporate limits of the key city, including independent entities located within those boundaries."

Per diem localities with county definitions shall include"all locations within, or entirely surrounded by, the corporate limits of the key city as well as the boundaries of the listed counties, including independent entities located within the boundaries of the key city and the listed counties (unless otherwise listed separately)."

When a military installation or Government - related facility(whether or not specifically named) is located partially within more than one city or county boundary, the applicable per diem rate for the entire installation or facility is the higher of the rates which apply to the cities and / or counties, even though part(s) of such activities may be located outside the defined per diem locality.