FAR 52.204—[Reserved]
Contents
- 52.204-1
Approval of Contract.
FAR 52.204-1, Approval of Contract, is a very short but important clause that addresses one issue: whether a contract is legally binding before a designated agency official gives written approval. The clause is prescribed by FAR 4.103 and is used when an agency wants the contract to be subject to an additional internal approval step after execution by the contracting parties. In practice, the clause means the contract is not effective until the named approving official signs off in writing, so the government is not bound and the contractor should not treat the agreement as fully awarded until that approval occurs. This section therefore covers the approval condition itself, the requirement to identify the approving official by title, and the legal consequence that no binding contract exists until approval is obtained. For contracting officers and contractors, the practical significance is that performance, funding commitments, and reliance on the agreement must be managed carefully to avoid starting work before the contract becomes binding.
- 52.204-2
Security Requirements.
FAR 52.204-2, Security Requirements, is the standard clause used when a contract will involve access to classified information at the Confidential, Secret, or Top Secret level. It tells contractors which industrial security rules apply, primarily the Security Agreement (DD Form 441) and the National Industrial Security Program Operating Manual (NISPOM) at 32 CFR part 117, including later revisions that have been furnished to the contractor. The clause also addresses what happens if the Government changes security classification levels or other security requirements after award: the contract may be equitably adjusted for added or reduced security costs or other affected terms, as if the change were issued under the Changes clause. It requires flowdown of substantially the same security terms to subcontracts involving access to classified information. The clause also includes two special alternates: Alternate I for certain cost-reimbursement R&D contracts with educational institutions, which adds procedures for handling security changes that make performance impracticable and may lead to convenience termination; and Alternate II for construction or architect-engineer contracts where employee identification is required, which covers badges, display requirements, return of identification, and fingerprint submission when directed. In practice, this clause is the contract’s bridge between procurement terms and national security obligations, and it can affect staffing, facility clearance, subcontracting, cost accounting, schedule, and termination risk.
- 52.204-3
Taxpayer Identification.
FAR 52.204-3, Taxpayer Identification, is a solicitation provision that requires offerors to provide taxpayer identification information so the Government can meet tax reporting and debt collection obligations. It covers the definition of a common parent and a taxpayer identification number (TIN), the requirement to submit TIN-related information, the Government’s authority to use the TIN for collecting and reporting delinquent amounts, and the possibility of IRS matching to verify the TIN when payment reporting rules apply. The provision also requires the offeror to identify the type of organization it is, such as a sole proprietorship, partnership, corporate entity, government entity, foreign government, international organization, or other entity. In addition, it asks whether the offeror is owned or controlled by a common parent and, if so, to provide the parent’s name and TIN. The provision recognizes that some offerors do not need a TIN, including certain foreign entities and government instrumentalities, and allows an offeror to state that a TIN has been applied for. In practice, this provision supports accurate IRS reporting, helps the Government validate vendor identity, and reduces payment and compliance problems later in contract administration.
- 52.204-4
[Reserved]
- 52.204-5
Women-Owned Business (Other Than Small Business).
FAR 52.204-5 is a solicitation provision used to collect a specific business-status representation from offerors: whether the offeror is a women-owned business concern, but only when the offeror is not already representing itself as a small business under FAR 52.219-1. The provision defines what counts as a women-owned business concern, including the ownership threshold, the special rule for publicly owned businesses, and the requirement that women control management and daily operations. In practice, this provision helps the Government identify women-owned firms for market research, socioeconomic tracking, and procurement planning, while avoiding duplicate or conflicting representations in the same solicitation. It is not a certification program by itself and does not create set-aside eligibility; it is a representation statement that becomes part of the offeror’s proposal record. Contractors must answer accurately because the representation can affect the Government’s understanding of the offeror’s business status and may be relied on in award administration and reporting. Contracting officers use it only when prescribed by FAR 4.607(a), so its use is limited and tied to the solicitation context.
- 52.204-6
Unique Entity Identifier.
FAR 52.204-6 is a solicitation provision that tells offerors how to identify themselves in an offer using a Unique Entity Identifier (UEI) and, when applicable, an Electronic Funds Transfer (EFT) indicator. It defines both terms, explains that the UEI is the identifier used to identify a specific commercial, nonprofit, or Government entity, and notes that the EFT indicator is a four-character suffix used to create additional SAM records for alternative EFT accounts. The provision requires the offeror to place the annotation "Unique Entity Identifier" and the UEI in the name-and-address block on the offer cover page exactly as the offeror’s name and address appear in the offer, and to include the EFT indicator if one applies. It also tells offerors without a UEI to contact the designated entity at www.sam.gov to obtain one and lists the information they should be ready to provide. In practice, this provision supports accurate entity identification, proper SAM registration linkage, and correct payment processing, while reducing award delays and data mismatches caused by inconsistent naming or missing identifiers.
- 52.204-7
System for Award Management.
FAR 52.204-7, System for Award Management, is the core solicitation provision that tells offerors when and how they must be registered in SAM to be eligible for award. It covers the definitions of key registration terms, including the unique entity identifier, the EFT indicator, and what it means to be "registered in SAM"; the requirement to be registered when submitting an offer or quotation and again at the time of award; the requirement to enter the unique entity identifier and, if applicable, the EFT indicator on the offer cover page; what to do if an offeror does not yet have a unique entity identifier; and the need to account for registration processing time. The provision also ties SAM registration to the broader federal data ecosystem by requiring completion of the Core, Assertions, Representations and Certifications, and Points of Contact sections, IRS validation of the TIN, and activation of the record. In practice, this provision is a gatekeeper for award eligibility: if an offeror is not properly registered, the contracting officer may not be able to make award, and the offeror may lose time or even the opportunity to compete. The alternate version relaxes the timing rule in limited circumstances by allowing award if registration was not possible at offer submission, so long as the awardee registers as soon as possible and complies with the maintenance requirements in FAR 52.204-13. For contractors, this section is a compliance and timing requirement; for contracting officers, it is a verification and award-administration checkpoint.
- 52.204-8
Annual Representations and Certifications.
FAR 52.204-8, Annual Representations and Certifications, tells offerors and contracting officers how annual representations in the System for Award Management (SAM) are used in a solicitation and which specific representations and certifications are incorporated by reference. This provision covers the NAICS code and small business size standard for the acquisition, the special size standard for non-manufacturers and certain information technology value-added resellers, and the election process when the solicitation does or does not include FAR 52.204-7, System for Award Management. It also identifies the individual SAM-based representations and certifications that may apply to the solicitation, including independent price determination, payments to influence Federal transactions, internal confidentiality agreements, taxpayer identification, women-owned business status, covered telecommunications equipment or services, inverted domestic corporations, responsibility matters, delinquent tax liability or felony conviction, and place of performance in sealed bidding. In practice, this provision reduces repetitive paperwork by allowing offerors with active SAM registrations to rely on annual representations instead of resubmitting the same information in each solicitation, while still ensuring the Government has current eligibility, responsibility, and socioeconomic status information. It matters because the answers can affect set-aside eligibility, price evaluation preferences, award eligibility, and compliance risk. Contracting officers must insert the correct NAICS and size standard and determine which representations are applicable; offerors must ensure their SAM data and solicitation responses are accurate and current.
- 52.204-9
Personal Identity Verification of Contractor Personnel.
FAR 52.204-9, Personal Identity Verification of Contractor Personnel, sets the rules for contractor compliance with federal identity credentialing requirements when contractor employees need access to federally controlled facilities or information systems. It ties contract performance to agency personal identity verification procedures that implement HSPD-12, OMB Memorandum M-05-24, and FIPS PUB 201, which together establish the federal standard for secure identity verification and issuance of government credentials. The clause also requires contractors to account for and return any government-provided identification cards or badges issued to their employees, and it gives the contracting officer authority to delay final payment if the contractor does not comply. In addition, it flows down to subcontracts when subcontractor employees need routine physical access to a federally controlled facility or routine access to a federally controlled information system. Practically, this clause is about controlling access, protecting federal facilities and systems, and ensuring government credentials are tracked and recovered promptly when no longer needed. It matters because failure to manage badges and identity credentials can create security risks, administrative delays, and payment consequences for the contractor.
- 52.204-10
Reporting Executive Compensation and First-Tier Subcontract Awards.
FAR 52.204-10 implements the federal transparency requirements for reporting executive compensation and first-tier subcontract awards. It covers the definitions needed to apply the clause, including who counts as an executive, what qualifies as a first-tier subcontract, what “month of award” means, and how total compensation is calculated. It also explains the public-reporting basis for the rule, the requirement to notify subcontractors that their reported information will be made public, and the prohibition on disclosing classified information. In practice, the clause requires certain prime contractors to report the names and total compensation of their five most highly compensated executives in SAM, and to report detailed information about qualifying first-tier subcontracts in FSRS. It also requires qualifying first-tier subcontractors to report their own executive compensation information. The clause is significant because it creates public visibility into how federal funds flow from prime contracts to subcontractors and into executive pay at certain high-revenue, federally funded entities. Contractors and contracting officers must pay close attention to the reporting thresholds, timing, and data elements because missing or inaccurate reports can affect compliance and transparency obligations.
- 52.204-11
[Reserved]
- 52.204-12
Unique Entity Identifier Maintenance.
FAR 52.204-12, Unique Entity Identifier Maintenance, addresses how a contractor must keep its unique entity identifier (UEI) tied to the correct entity in the System for Award Management (SAM) for the entire life of the contract. It defines what a unique entity identifier is, points users to SAM as the source for the designated entity used to establish the identifier, and requires the contractor to maintain that identifier with the same entity throughout performance. The clause also requires the contractor to notify the contracting officer within 30 days after any change in the UEI so the contract can be updated by modification. Finally, it clarifies that a change in UEI does not automatically mean a novation is required, which is important because entity changes can occur for reasons that do not amount to a transfer of contract obligations. In practice, this clause helps keep contract records accurate, supports payment and reporting integrity, and reduces administrative problems when a contractor’s registration or entity information changes.
- 52.204-13
System for Award Management Maintenance.
FAR 52.204-13, System for Award Management Maintenance, tells contractors how to keep their SAM registration current after award and how that registration ties to payment, identity, and contract administration. It defines key terms such as Electronic Funds Transfer (EFT) indicator, registered in SAM, SAM, and unique entity identifier, and it explains what counts as an active, valid registration. The clause also sets the timing rule for contractors that could not register before award under 52.204-7 Alternate I, requiring registration within 30 days after award or before the first invoice, whichever comes first. It requires contractors to maintain registration through final payment, update SAM annually, and keep the data accurate, complete, and current, because the Government relies on that information for award, payment, and exclusion screening. The clause further addresses name changes, doing-business-as changes, novation and change-of-name procedures, assignment of claims, EFT payment information, and the need to keep the unique entity identifier tied to the correct entity throughout contract performance. In practice, this clause is a compliance and payment-risk provision: if SAM data is wrong, stale, or inconsistent with the contract, the contractor can face delayed or suspended payments and administrative complications.
- 52.204-14
Service Contract Reporting Requirements.
FAR 52.204-14, Service Contract Reporting Requirements, establishes the annual reporting framework for service contracts so the Government can collect consistent data on contract performance, labor usage, and subcontracting activity. It defines what counts as a first-tier subcontract, sets the annual reporting deadline and reporting period, identifies the specific data elements the contractor must submit, and requires submission through SAM.gov. The clause also gives agencies a review-and-correction role: they may compare the contractor’s report against available contract information, request revisions, and require the contractor to explain or correct discrepancies. It further extends reporting obligations to certain first-tier subcontractors, requiring the prime contractor to collect subcontractor labor-hour and identification data for qualifying subcontracts and to tell subcontractors that their information may be made public under the cited appropriations provision. In practice, this clause is about transparency, data quality, and accountability for service contract spending and labor utilization, and failure to comply can lead to contractual remedies and negative past performance treatment under FAR subpart 42.15.
- 52.204-15
Service Contract Reporting Requirements for Indefinite-Delivery Contracts.
FAR 52.204-15 implements the service contract reporting requirements for indefinite-delivery contracts. It tells contractors when annual reporting is required for services performed under covered orders, what data must be reported, how and where the report is submitted, and what happens if the contractor misses the deadline or submits inaccurate information. The clause also requires agencies to review the reported data for reasonableness and gives the contractor a short window to revise the report or explain why no change is needed. In addition, it extends reporting down to first-tier subcontractors performing covered services, defines what counts as a first-tier subcontract versus a supplier agreement, and requires the prime contractor to tell subcontractors their data may be made public. In practice, this clause is a compliance and transparency mechanism: it supports government oversight of service contract labor usage and dollars, helps agencies monitor contract performance, and creates a public reporting trail for covered service work under indefinite-delivery vehicles.
- 52.204-16
Commercial and Government Entity Code Reporting.
FAR 52.204-16, Commercial and Government Entity Code Reporting, tells offerors how to identify themselves and certain subcontractors using a CAGE code or NCAGE code in their offers and related security documentation. It defines what a CAGE code is, explains how U.S. and foreign entities obtain one, and requires the offeror to provide the code with the offer, tied to the correct name and location address. The provision also addresses special situations where the code for the immediate owner and/or highest-level owner is needed under FAR 52.204-17 or FAR 52.212-3(p), and it makes clear that an offer should not be delayed while waiting for a code. In addition, if the solicitation includes FAR 52.204-2, Security Requirements, the provision requires CAGE coding for subcontractors needing access to classified information and for each performance location listed on the DD Form 254, unless the work is performed at a Government facility, in which case the agency location code is used. Practically, this provision helps the Government uniquely identify entities, validate registrations, support award processing, and maintain security accountability for classified work.
- 52.204-17
Ownership or Control of Offeror.
FAR 52.204-17, Ownership or Control of Offeror, is a solicitation provision that requires an offeror to disclose basic ownership structure information when submitting an offer. It defines key terms used to identify the offeror’s immediate owner and, if applicable, the highest-level owner, and it explains how to report that information using CAGE codes and legal entity names. The provision also addresses special situations such as joint ventures, where more than one participant may have an immediate owner and each participant may need to provide separate responses. In practice, this provision helps the Government understand who directly controls the offeror and whether that owner is itself controlled by another entity, which supports responsibility determinations, integrity screening, and accurate contractor records. It is especially important that the legal name be reported correctly and that a “doing business as” name not be substituted for the actual legal entity name. The provision is primarily an administrative disclosure requirement, but inaccurate or incomplete ownership information can create proposal compliance issues and downstream registration or award problems.
- 52.204-18
Commercial and Government Entity Code Maintenance.
FAR 52.204-18, Commercial and Government Entity Code Maintenance, tells contractors how to keep CAGE and NCAGE codes current during contract performance. It covers the definition of a CAGE code, the requirement to maintain the code for each place of performance and subcontract performance, how SAM registration affects CAGE data updates, what to do during novation or change-of-name actions, how U.S.-based contractors not registered in SAM must request changes from DLA, how non-U.S. contractors not registered in SAM must work through the appropriate NATO National Codification Bureau or NSPA, where to find additional guidance, and the special subcontractor-maintenance requirement when FAR 52.204-2 Security Requirements is included. In practice, the clause exists so the Government can reliably identify the legal entity and location associated with contract performance, keep procurement and security records accurate, and avoid mismatches between the contract, SAM, and the CAGE master file. It matters because CAGE data affects award administration, payment and reporting systems, security coordination, and contract modifications. Contractors must actively monitor changes in name, location, registration status, and organizational structure, while contracting officers must ensure the contract record is updated when the code changes.
- 52.204-19
Incorporation by Reference of Representations and Certifications.
FAR 52.204-19 is a short but important contract clause that makes the contractor’s representations and certifications part of the contract by reference, including any representations and certifications completed electronically in the System for Award Management (SAM). In practice, this means the contractor’s preaward statements about matters such as responsibility, eligibility, size, status, and other required certifications are not just application paperwork; they become contract terms that can be relied on during contract administration and enforcement. The clause supports the government’s ability to treat those statements as binding without reprinting them in the contract file, and it helps connect the award decision to the contractor’s current SAM record. It also matters because inaccurate, outdated, or false representations and certifications can affect award eligibility, contract performance, and potential remedies if the government later discovers a discrepancy. This section is therefore about incorporation by reference, the legal effect of SAM-based certifications, and the practical consequences of making sure the contractor’s representations remain accurate and current.
- 52.204-20
Predecessor of Offeror.
FAR 52.204-20, Predecessor of Offeror, is a solicitation provision used to identify whether an offeror is the successor to one or more predecessor entities that held a Federal contract or grant within the last three years. It defines the key terms "CAGE code," "predecessor," and "successor," and explains that a successor generally means an entity that replaced another by acquiring its assets and continuing its affairs under a new name, often through merger or acquisition, but not merely a new office, division, or name change of the same company. The provision requires the offeror to represent whether it is or is not a successor, and if it is, to provide identifying information for each relevant predecessor, including the predecessor’s CAGE code or an indication that it is unknown, and the predecessor’s legal name. The provision also requires that the legal name be the actual legal entity name, not a trade name or DBA. In practice, this provision helps the Government connect an offeror to its corporate history for responsibility, integrity, past performance, and administrative tracking purposes, especially where a corporate transaction may affect how prior Federal contract or grant performance should be viewed.
- 52.204-21
Basic Safeguarding of Covered Contractor Information Systems.
FAR 52.204-21 establishes the minimum, baseline cybersecurity protections a contractor must apply to any covered contractor information system that processes, stores, or transmits Federal contract information (FCI). This clause defines the key terms that determine when it applies, including covered contractor information system, Federal contract information, information, information system, and safeguarding. It then sets out 15 basic safeguarding controls covering access control, transaction/function limitations, external system connections, public-facing systems, user/device identification and authentication, media sanitization, physical security, visitor control, communications protection, subnetworks for public components, flaw remediation, malicious code protection, malware updates, and scanning. The clause also makes clear that these requirements are only a floor: contractors must still comply with any other agency-specific safeguarding requirements and any other Federal safeguarding rules for controlled unclassified information (CUI). Finally, it requires flowdown of the clause to certain subcontractors where FCI may reside in or transit through their systems, including many subcontracts for commercial products or services. In practice, this clause is important because it creates a government-wide minimum cybersecurity standard for contractor systems handling FCI, and it is often the first compliance checkpoint for contractors that do not yet have a more specialized cybersecurity regime in place.
- 52.204-22
Alternative Line Item Proposal.
FAR 52.204-22, Alternative Line Item Proposal, is a solicitation provision that addresses how offerors may propose different line-item structures than the ones the Government included in the solicitation. It covers the Government’s recognition that solicitation line items may not match an offeror’s normal pricing, ordering, invoicing, or accounting practices; the risk that mismatched line items can create acceptance and payment problems; the offeror’s ability to submit one or more alternative proposals with alternative line items; the requirement that any alternative line items be consistent with FAR subpart 4.10 on uniform contract line item structure; and the Government’s sole discretion to accept or reject the alternative approach. It also warns that offers not complying with the solicitation’s line-item requirements may be found nonresponsive or unacceptable. In practice, this provision is meant to improve pricing and administration by allowing a better fit between the solicitation and commercial or contractor business practices, while preserving the Government’s control over the final contract structure. For contractors, it creates an opportunity to propose a more workable line-item arrangement, but not a right to have it accepted. For contracting officers, it is a tool to reduce downstream issues with delivery, acceptance, invoicing, and payment, while maintaining compliance with FAR line-item rules.
- 52.204-23
Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities.
FAR 52.204-23 implements a governmentwide prohibition on using or supplying hardware, software, and services developed or provided by Kaspersky Lab covered entities. It defines what counts as a “Kaspersky Lab covered article” and who is a “Kaspersky Lab covered entity,” then bars contractors from providing such articles for Government use and from using them in developing data or deliverables first produced under the contract. The clause also creates a mandatory reporting process if a covered article is identified during performance, including specific timelines, required data elements, and a special reporting path for Department of Defense contracts through DIBNet. Finally, it requires flowdown of the clause to all subcontracts, including those for commercial products and commercial services. In practice, this clause is meant to protect Federal systems and deliverables from cybersecurity and supply-chain risk associated with Kaspersky-related products and services, and it places affirmative diligence, reporting, and subcontract management obligations on contractors.
- 52.204-24
Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.
FAR 52.204-24 is the solicitation provision that requires an offeror to make a representation about certain telecommunications and video surveillance services or equipment tied to Section 889 of the FY 2019 NDAA. It covers two separate questions: whether the offeror will provide covered telecommunications equipment or services to the Government in performance of the resulting contract, subcontract, or other contractual instrument, and whether the offeror, after a reasonable inquiry, uses covered telecommunications equipment or services itself. The provision also incorporates the statutory prohibitions, explains key definitions by cross-reference to FAR 52.204-25, and requires the offeror to review SAM exclusions related to covered telecommunications equipment or services. If the offeror answers “will” or “does,” it must provide detailed disclosure information identifying the entity, equipment or services, and the circumstances of use. In practice, this provision is a front-end compliance gate: it forces contractors to screen their supply chain and internal operations before award, and it gives contracting officers the information needed to determine whether the offer is acceptable under the Section 889 restrictions. It is especially important because the prohibition reaches not only products or services furnished to the Government, but also the contractor’s own use of covered equipment or services anywhere in its business if that use involves a substantial or essential component or critical technology.
- 52.204-25
Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
FAR 52.204-25 implements the governmentwide prohibition on contracting for certain telecommunications and video surveillance services or equipment tied to Section 889 of the FY 2019 NDAA. This clause defines the key terms contractors and contracting officers need to apply the rule, including backhaul, covered foreign country, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component. It then states two separate prohibitions: the first bars agencies from procuring or obtaining equipment, systems, or services that use covered telecommunications equipment or services as a substantial or essential component or as critical technology; the second bars agencies from contracting with an entity that uses such covered equipment or services, even if the use is not in direct performance of the federal contract. The clause also points to exceptions and waivers, including waivers under FAR 4.2104 and the exceptions in paragraph (c), which are essential for determining whether a particular acquisition may proceed. In practice, this clause requires contractors to know what telecom and video surveillance products and services are in their supply chain and internal operations, and it requires contracting officers to screen offers, evaluate representations, and ensure compliance before award and during contract administration. The clause is especially significant because it reaches beyond the contractor’s direct contract performance and can affect corporate networks, leased services, and third-party arrangements.
- 52.204-26
Covered Telecommunications Equipment or Services-Representation.
FAR 52.204-26 is the solicitation provision that requires an offeror to make two separate representations about covered telecommunications equipment or services before award. It ties directly to the statutory and regulatory prohibition in FAR 52.204-25 and uses the same core definitions, including “covered telecommunications equipment or services” and “reasonable inquiry.” The provision also requires the offeror to review the System for Award Management (SAM) exclusion list for entities excluded from receiving federal awards for covered telecommunications equipment or services. In practice, this provision is a front-end compliance check: it helps the Government identify offerors that provide prohibited telecom/video surveillance items or that use such items in their own operations or supply chain. The representation is important because it can affect eligibility for award, trigger follow-up questions, and create contractual and compliance risk if the answer is inaccurate. Contractors should treat it as both a disclosure and a diligence requirement, not just a box-checking exercise.
- 52.204-27
Prohibition on a ByteDance Covered Application.
FAR 52.204-27 implements the federal prohibition on TikTok and other ByteDance covered applications in the government contracting context. This clause defines the key terms, including what counts as a “covered application” and what counts as “information technology,” and then states the core prohibition: contractors may not have or use a covered application on government-owned or government-managed IT, or on contractor IT used or provided under the contract, including employee-provided devices used for contract performance, unless the contracting officer has granted a written exception under the applicable OMB guidance. The clause also ties the restriction to the No TikTok on Government Devices Act, OMB Memorandum M-23-13, and the statutory and regulatory framework that governs executive agency IT. Finally, it requires contractors to flow the clause down to all subcontracts, including commercial products and commercial services subcontracts. In practice, this section is about cybersecurity, supply-chain risk, and preventing prohibited apps from being present on devices and systems used to perform federal work.
- 52.204-28
Federal Acquisition Supply Chain Security Act Orders—Federal Supply Schedules, Governmentwide Acquisition Contracts, and Multi-Agency Contracts.
FAR 52.204-28 implements the Federal Acquisition Supply Chain Security Act (FASCSA) framework for orders placed under Federal Supply Schedules, Governmentwide Acquisition Contracts (GWACs), and Multi-Agency Contracts (MACs). It tells contractors when they must comply with applicable FASCSA orders, how those orders are identified in schedule and task-order buying, and what happens if the government directs removal of a covered article or a product or service from a prohibited source. The clause also defines the key terms needed to apply the rule, including covered article, FASCSA order, source, intelligence community, national security system, sensitive compartmented information, and sensitive compartmented information system. In practice, this clause is a supply-chain security control: it allows the government to exclude risky products or suppliers and to require prompt remediation during performance. For contractors, the main significance is that compliance obligations can arise after award and may require rapid substitution, reconfiguration, or sourcing changes. For contracting officers, the clause provides the contractual mechanism to flow FASCSA order requirements into schedule, GWAC, and MAC ordering actions and to direct removal when an applicable governmentwide order exists.
- 52.204-29
Federal Acquisition Supply Chain Security Act Orders—Representation and Disclosures.
FAR 52.204-29 is the solicitation provision that requires offerors to check for and address Federal Acquisition Supply Chain Security Act (FASCSA) orders before submitting an offer. It covers the definitions incorporated from FAR 52.204-30, the prohibition on offering covered articles or products/services from prohibited sources, the required search of SAM for the phrase “FASCSA order,” the duty to review the solicitation for any applicable orders not posted in SAM, the rule that post-solicitation orders do not apply unless the solicitation is amended, the offeror’s representation that it has made a reasonable inquiry and is not offering prohibited items unless waived or disclosed, the detailed disclosure items required when compliance cannot be represented, and the contracting officer’s review of disclosures to determine whether a waiver should be sought. In practice, this provision is a front-end supply chain security screening tool: it forces offerors to identify prohibited technology or sources early, gives the Government visibility into potential noncompliance, and creates a path for waiver consideration when necessary. It matters because a failure to search, disclose, or correctly interpret an applicable FASCSA order can affect eligibility for award and can lead to avoidable proposal defects or post-award performance problems. The provision also makes clear that the contracting officer has discretion not to pursue a waiver and may instead award to another offeror that does not require one. Overall, this section is about preventing the Government from buying items or services that are barred by national-security-driven supply chain restrictions.
- 52.204-30
Federal Acquisition Supply Chain Security Act Orders—Prohibition.
FAR 52.204-30 implements the Federal Acquisition Supply Chain Security Act (FASCSA) prohibition framework for federal contracts and solicitations. It defines the key terms needed to apply the clause, including what counts as a covered article, what a FASCSA order is, who counts as a source, and what reasonable inquiry means. It also explains which orders apply depending on the buying agency—DoD FASCSA orders for DoD procurements and DHS FASCSA orders for all other civilian procurements—while recognizing that the Government may identify additional applicable orders in the solicitation. In practice, the clause is a supply-chain security screening requirement: contractors must not provide or use prohibited covered articles or products/services from prohibited sources unless a waiver applies, and they must check SAM for relevant orders. The clause is designed to keep banned technology, equipment, services, and suppliers out of federal contracts and federal information systems, especially where cybersecurity, intelligence, and national security risks are involved. It matters because noncompliance can affect contract performance, create reporting and substitution issues, and potentially lead to breach or other contractual remedies if prohibited items are used.