FAR 52.211—[Reserved]
Contents
- 52.211-1
Availability of Specifications Listed in the GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29.
FAR 52.211-1 is a solicitation provision that tells offerors where to find the GSA Index of Federal Specifications, Standards, and Commercial Item Descriptions, FPMR Part 101-29, and where to obtain the Federal specifications, standards, and product descriptions cited in the solicitation. It exists to make technical requirements accessible and to reduce confusion about where bidders and offerors can locate the controlling documents that define product characteristics, performance requirements, or other technical details. In practice, the provision points users to the ASSIST website as the official download source for the index and related documents, rather than requiring agencies to distribute paper copies or maintain separate local repositories. It also adds a special rule for solicitations issued by GSA, USDA, or VA, confirming that cited specifications, standards, and commercial item descriptions may be obtained from ASSIST. This provision is mainly informational, but it is important because offerors need the cited documents to prepare compliant offers, and contracting personnel need to ensure the solicitation accurately identifies where those documents can be found. The provision supports consistency, transparency, and access to the technical standards incorporated into federal procurements.
- 52.211-2
Availability of Defense Specifications, Standards, and Data Item Descriptions in the Acquisition Streamlining and Standardization Information System (ASSIST) website.
FAR 52.211-2 is a solicitation provision that tells offerors where to find most unclassified Defense specifications, standards, and data item descriptions, and what to do if a needed document is not posted on the Acquisition Streamlining and Standardization Information System (ASSIST) website. It implements the policy in FAR 11.204(b) by directing users to the official Defense Standardization Program repository at https://assist.dla.mil and by identifying the alternate request channels for documents that are not available online. In practice, this provision matters because many DoD procurements depend on precise technical requirements, and contractors must be able to locate the governing specifications and standards before pricing, planning, or proposing. It also helps contracting personnel and offerors avoid relying on outdated, unofficial, or incomplete technical documents by pointing them to the authoritative source. The section covers the availability of Defense specifications, standards, and data item descriptions; the ASSIST website; the ASSIST feedback module; and direct contact information for the Defense Standardization Program Office.
- 52.211-3
Availability of Specifications Not Listed in the GSA Index of Federal Specifications, Standards and Commercial Item Descriptions.
FAR 52.211-3 is a solicitation provision used when a solicitation cites specifications that are not listed in the GSA Index of Federal Specifications, Standards, and Commercial Item Descriptions. Its purpose is to tell offerors where they can obtain the referenced specifications and how to request them correctly. The provision covers the source of the specifications, the contact information for the issuing activity, the telephone number, the person to contact, and the information a requester must include. In practice, it helps ensure all potential offerors can locate the exact technical requirements needed to prepare responsive offers, especially when the cited documents are not readily available through the standard GSA index. It also reduces confusion and delays by directing requests to the proper office and requiring the solicitation number plus the specification’s date, title, and number. For contracting officers, it is a simple but important administrative tool to support fair competition and access to the governing technical documents.
- 52.211-4
Availability for Examination of Specifications Not Listed in the GSA Index of Federal Specifications, Standards and Commercial Item Descriptions.
FAR 52.211-4 is a solicitation provision used when a solicitation refers to specifications, standards, or commercial item descriptions that are not listed in the GSA Index of Federal Specifications, Standards and Commercial Item Descriptions. Its purpose is to tell offerors where those documents can be examined before submitting a bid or proposal, so they can understand the technical requirements and price their offers accurately. The provision requires the contracting activity to identify the activity holding the documents, the complete address, a telephone number, a person to contact, and the times when the documents may be viewed. In practice, this provision supports transparency, competition, and fair notice by making sure offerors have a practical way to inspect the governing technical documents. It is a pre-award information provision only; it does not itself impose performance requirements, but it helps ensure that the requirements incorporated elsewhere in the solicitation are accessible and reviewable. The section also reflects the older paper-based system for locating non-indexed specifications, so agencies must still provide usable access information even if the documents are now available electronically or through another official source.
- 52.211-5
Material Requirements.
FAR 52.211-5, Material Requirements, tells contractors and contracting officers what kinds of materials may be used to satisfy a contract and how non-new items must be proposed and approved. It defines the key terms "new," "reconditioned," "recovered material," "remanufactured," and "virgin material," so both sides understand what counts as acceptable supply. The clause establishes the default rule that, unless the contract specifically requires virgin material or supplies made from virgin material, the contractor may furnish new, reconditioned, or remanufactured supplies. It also addresses the special case of unused former Government surplus property, requiring a complete description, quantity, source agency, and acquisition date in the proposal. For used, reconditioned, remanufactured, or surplus items, the contractor must submit a detailed description and obtain Contracting Officer approval before use. In practice, this clause is about controlling material quality, ensuring transparency when non-new items are offered, and giving the Government the ability to approve or reject alternate material sources based on contract needs, performance, reliability, and life expectancy.
- 52.211-6
Brand Name or Equal.
FAR 52.211-6, Brand Name or Equal, is a solicitation provision used when the Government describes a requirement by naming a specific commercial product but allows offerors to propose an equivalent item. It explains what “brand name or equal” means, states that the solicitation must identify the salient physical, functional, or performance characteristics that any equal product must meet, and tells offerors exactly what they must submit to be considered for award. The provision also requires offerors to identify the offered item by brand name, make, and model; provide descriptive literature or a clear reference to existing data; and disclose any modifications needed to make the product conform to the solicitation. It further tells the Contracting Officer how to evaluate equal products—using only the information furnished in the offer or otherwise reasonably available—and makes clear that the Government has no duty to search for missing information. Finally, it establishes the default rule that if an offeror does not clearly state that it is offering an equal product, the offer is treated as offering the named brand product. In practice, this provision is important because it balances competition with the Government’s need for a known level of quality, while reducing ambiguity about what must be submitted and how proposals will be judged.
- 52.211-7
Alternatives to Government-Unique Standards.
FAR 52.211-7 addresses how offerors may propose alternatives to Government-unique standards when a solicitation includes them. It explains that the Government prefers voluntary consensus standards when they can satisfy the Government’s requirements, but only if the alternative is acceptable to the Government and not inconsistent with law or otherwise impractical. The provision also tells offerors what they must submit when proposing an alternative standard: enough data and information for the Government to evaluate whether the alternative meets the requirement. It makes clear that acceptance of an alternative is entirely discretionary with the Government and is not automatic. Finally, it warns that failure to comply with the Government-unique standards in the solicitation can result in an offer being found nonresponsive or unacceptable, while still allowing an offeror to submit both a compliant offer and an alternative proposal. In practice, this provision gives contractors a path to suggest better or more widely used standards, while preserving the Government’s ability to enforce its stated requirements and protect mission, safety, and legal compliance.
- 52.211-8
Time of Delivery.
FAR 52.211-8, Time of Delivery, tells offerors and contracting officers how to state, evaluate, and enforce delivery schedules in solicitations and contracts. It covers the required delivery schedule, how the Government evaluates offers against that schedule, when an offer is nonresponsive because the proposed delivery date does not clearly fit the required period, and when the Government may award based on an earlier proposed schedule instead of the required one. It also explains how to calculate delivery time when award is made by mail or electronically, including the added time used for evaluation when an offeror bases delivery on receipt of the award or notice of award. The clause then provides three alternates for situations where delivery is expressed as specific calendar dates or periods tied to an assumed award date or receipt of notice of award. In practice, this clause is important because it prevents ambiguity in delivery commitments, protects the Government’s ability to compare offers fairly, and helps avoid disputes over when performance time starts and whether a bid or offer is acceptable.
- 52.211-9
Desired and Required Time of Delivery.
FAR 52.211-9, Desired and Required Time of Delivery, gives the Government a way to state both the delivery schedule it prefers and the latest delivery schedule it will accept in a solicitation. It covers how the contracting officer inserts the desired delivery schedule, how offerors may propose an alternate schedule without being penalized in evaluation, and how the required delivery schedule sets the outer limit for responsiveness. The clause also explains how to calculate delivery time when award is made by mail or electronically, including the rule that performance time runs from the actual date of award or receipt of notice, not from when the contractor opens the mail. In addition, the clause includes three alternates for solicitations that use specific calendar dates or periods rather than days after award: Alternate I for schedules based on an assumed award date, Alternate II for schedules based on an assumed receipt date with prompt acknowledgment, and Alternate III for schedules based directly on the actual receipt date of notice of award. In practice, this clause is important because it affects bid responsiveness, delivery-date evaluation, and how both sides measure the start of performance. It is especially significant in sealed bidding and other procurements where delivery timing is a material term and late or unclear delivery offers can be rejected.
- 52.211-10
Commencement, Prosecution, and Completion of Work.
FAR 52.211-10 is the standard construction clause that sets the contractor’s basic time obligations for starting, actively performing, and finishing a fixed-price construction project. It addresses when work must commence after the notice to proceed, the duty to prosecute the work diligently, the deadline for completing the entire project ready for use, and the requirement that completion time includes final cleanup of the premises. It also tells the contracting officer how to state the completion requirement—either as a number of calendar days after notice to proceed or as a specific calendar date—and it includes Alternate I for situations where the completion date is tied to an assumed notice-to-proceed date. In practice, this clause is the primary schedule-control provision in many construction contracts, and it gives the government a clear basis for measuring delay, enforcing performance, and evaluating whether the contractor is on track. For contractors, it creates a firm schedule obligation that can affect staffing, subcontracting, material procurement, and exposure to liquidated damages or default remedies if the work is late. For contracting officers, it is a key drafting tool that must be coordinated with the solicitation, award timing, bonding requirements, and any special ordering structure for indefinite-delivery construction contracts.
- 52.211-11
Liquidated Damages-Supplies, Services, or Research and Development.
FAR 52.211-11 is the standard liquidated damages clause for fixed-price contracts for supplies, services, or research and development when the Government wants a pre-set remedy for late delivery or late performance. It covers four main topics: the contractor’s obligation to pay liquidated damages for delay, the contracting officer’s duty to insert the dollar amount per calendar day, the effect of a Government termination for default on the running of liquidated damages, and the contractor’s protection from liquidated damages when delay is excusable under the Default-Fixed-Price Supply and Service clause. In practice, the clause lets the Government recover a reasonable, agreed-upon amount without having to prove actual damages for every day of lateness, which is especially useful when late performance causes administrative burden, mission disruption, or hard-to-measure losses. It also coordinates with the default clause and the termination clause so the Government can recover both liquidated damages and excess reprocurement costs where appropriate, but not double count the same harm. For contractors, the clause creates a real cost for schedule slippage and makes it important to document excusable delays, manage subcontractors, and understand when liquidated damages stop accruing after termination or replacement performance is obtained.
- 52.211-12
Liquidated Damages-Construction.
FAR 52.211-12, Liquidated Damages-Construction, tells the parties what happens when a construction contractor finishes late. It covers the contracting officer’s authority to insert a daily liquidated damages amount, the contractor’s obligation to pay that amount for each calendar day of delay, when the damages stop accruing (completion or acceptance of the work), and what happens if the Government terminates the contractor’s right to proceed. It also makes clear that liquidated damages can continue after termination until the work is completed, and that those damages are separate from any excess repurchase or reprocurement costs charged under the termination clause. In practice, the clause is a pre-agreed remedy for late completion, intended to estimate the Government’s likely loss from delay without having to prove actual damages day by day. For contractors, it creates a direct financial incentive to meet the completion date and to understand that delay exposure may continue even after a termination for default or similar action. For contracting officers, it requires careful selection of the daily amount and careful administration so the clause is applied consistently with the contract schedule, completion/acceptance status, and any termination action.
- 52.211-13
Time Extensions.
FAR 52.211-13, Time Extensions, is a construction clause that explains how the Government should handle schedule relief when a contract change affects completion time. It addresses three main topics: how to determine whether a change causes delay, how a change order may extend only the completion dates for the specific elements of work affected by the change while leaving other milestone dates unchanged, and how liquidated damages may be equitably adjusted when the completion schedule changes. In practice, the clause gives the contracting officer flexibility to tailor time extensions to the actual impact of changed work rather than automatically extending the entire project. It is intended to keep construction schedules disciplined, preserve accountability for unaffected work, and avoid unfairly charging liquidated damages when Government-directed changes alter the completion timeline. For contractors, it means schedule impacts from changes must be analyzed element by element, and requests for time extensions should be tied to demonstrated delay caused by the change. For contracting officers, it provides a basis to issue precise change orders that reflect the real schedule effect of the modification and, when appropriate, revise liquidated damages accordingly.
- 52.211-14
Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use.
FAR 52.211-14 is a solicitation provision used when the government intends to place a contract under the Defense Priorities and Allocations System (DPAS) for national defense, emergency preparedness, or energy program use. It tells offerors that any resulting contract will be a rated order and requires the contracting officer to identify whether the order is rated DX or DO by checking the appropriate box. The provision also puts contractors on notice that they must comply with all DPAS requirements in 15 CFR part 700, including priority performance, acceptance rules, and flowdown obligations where applicable. In practice, this clause matters because a DPAS rating can affect how a contractor schedules work, allocates scarce materials, manages subcontractors, and responds to competing commercial demands. It is a short provision, but it carries significant operational consequences because rated orders receive priority over unrated orders and can require accelerated performance. The provision is used only when the solicitation is being issued for a requirement that has been certified for DPAS use, so it is both a notice and a compliance trigger.
- 52.211-15
Defense Priority and Allocation Requirements.
FAR 52.211-15 is a short but important clause used when a contract action is a "rated order" under the Defense Priorities and Allocations System (DPAS). It tells the contractor that the order has been certified for national defense, emergency preparedness, or energy program use, and that the contractor must comply with the DPAS regulation at 15 CFR part 700. In practice, this means the contract is not just a normal commercial or federal order: it carries priority status that can affect how the contractor schedules work, accepts or rejects orders, allocates materials, and manages subcontractors and suppliers. The clause ties the procurement to the broader statutory and regulatory priority system used to ensure critical government and defense-related needs are met ahead of lower-priority work. It also signals that the contractor must understand and follow the specific DPAS rules on acceptance, performance, flowdown, and recordkeeping, because failure to do so can create serious compliance and performance problems. This section therefore covers the clause’s purpose, the meaning of a rated order, the contractor’s obligation to follow DPAS, and the practical consequences of priority-rated procurement.
- 52.211-16
Variation in Quantity.
FAR 52.211-16, Variation in Quantity, addresses when a contractor may deliver more or less than the exact quantity stated in the contract and still have the delivery accepted. It applies only to quantity differences caused by loading, shipping, packing, or manufacturing-process allowances, not to general performance shortfalls or overproduction outside the clause’s limits. The clause requires the contracting officer to specify both the allowable percentage increase and decrease and to identify exactly which quantity measure the tolerance applies to, such as the total contract quantity, a specific line item, each scheduled delivery quantity, the total quantity for each destination, or the total quantity of each item regardless of destination. In practice, this clause gives flexibility for normal production and logistics variation while protecting the Government from unexpected quantity changes. It is especially important in supply contracts where exact counts can be affected by packaging, containerization, or manufacturing tolerances. The clause also creates a clear acceptance standard so both parties know in advance what quantity variation is permissible and how it will be measured.
- 52.211-17
Delivery of Excess Quantities.
FAR 52.211-17, Delivery of Excess Quantities, addresses what happens when a contractor ships more than the contract quantity, after any allowable variation is taken into account. It explains that the contractor remains responsible for delivering the exact ordered quantity, that any overage is treated as a delivery made for the contractor’s convenience, and that the Government may keep small excess quantities without paying for them. The clause also sets a dollar threshold: the Government may retain excess quantities valued at $250 or less without compensation, and the contractor gives up any claim to those items. For excess quantities valued above $250, the Government may either return them at the contractor’s expense or keep them and pay the contract unit price. In practice, this clause protects the Government from administrative burden over minor overdeliveries while giving both parties a clear rule for handling larger overages. It is especially important for supply contracts where counting, packaging, or production tolerances can lead to shipment quantities that exceed the ordered amount.
- 52.211-18
Variation in Estimated Quantity.
FAR 52.211-18, Variation in Estimated Quantity, applies to fixed-price construction contracts that include unit-priced items with estimated quantities. The clause addresses what happens when the actual quantity of a unit-priced item differs materially from the estimate, specifically when the variation is more than 15 percent above or below the estimated quantity. It requires an equitable adjustment in contract price, but only for the cost impact caused solely by the portion of the variation outside the 115 percent/85 percent band. The clause also covers schedule relief: if the quantity variation increases the time needed for completion, the contractor may request a time extension, but must do so in writing within 10 days from the beginning of the delay unless the contracting officer allows a later deadline before final settlement. In practice, this clause allocates quantity-risk in construction contracts, gives both parties a defined mechanism for price and time adjustments, and helps prevent disputes when actual field quantities differ from estimates.