FAR 52.212-1—Instructions to Offerors—Commercial Products and Commercial Services.
Plain-English Summary
FAR 52.212-1 is the core solicitation instruction provision for commercial products and commercial services acquisitions. It tells offerors how to identify the applicable NAICS code and small business size standard, how and when to submit offers, what minimum information an offer must contain, how long prices must remain firm, when product samples are required, whether multiple or alternative offers are encouraged, and how late submissions, modifications, revisions, and withdrawals are handled. It also addresses the special rules for certain small business programs, including HUBZone and 8(a) procurements, and the treatment of nonmanufacturer offers in applicable set-asides and preferences. In practice, this clause is the roadmap for preparing a compliant commercial offer and the government’s baseline for deciding whether an offer can be considered. It matters because even a technically strong quote or proposal can be rejected if it misses required information, is late, fails to acknowledge amendments, or does not meet the solicitation’s submission format and timing rules. The clause also protects the government by preserving competition integrity, ensuring fair evaluation, and giving contracting officers clear authority to exclude nonresponsive or incomplete offers.
Key Rules
NAICS and size standards
The solicitation identifies the NAICS code(s) and small business size standard(s), but the clause also sets a special 500-employee size standard for certain nonmanufacturer offers, or 150 employees for IT value-added resellers under NAICS 541519, when the acquisition falls into the listed small business set-aside or HUBZone preference situations. Offerors must understand which size standard applies to their business and whether they qualify under the applicable program rules.
Offer submission requirements
Offers must be signed, dated, and submitted to the designated office by the exact time stated in the solicitation, using the required format such as SF 1449, letterhead, or another specified method. At a minimum, the offer must include the solicitation number, receipt time, offeror contact information, technical description, warranty terms, price and discounts, remit-to address if different, required representations and certifications, amendment acknowledgment, and any required past performance information.
Representations and certifications
The offer must include the completed FAR 52.212-3 representations and certifications, with some items completed electronically when the solicitation directs. Failure to provide required reps and certs can make the offer ineligible for consideration.
Amendment acknowledgment
Offerors must acknowledge solicitation amendments as required. If an amendment is not properly acknowledged, the offer may be excluded unless the contracting officer determines the omission is immaterial under applicable rules.
Offer acceptance period
Unless the solicitation says otherwise, the offeror agrees to keep prices firm for 30 calendar days from the date set for receipt of offers. This gives the government time to evaluate offers without price changes during the stated period.
Product samples
If the solicitation requires samples, they must be submitted on time and at no cost to the government unless the solicitation says otherwise. Samples may be returned at the sender’s expense if requested, unless they are destroyed during preaward testing.
Multiple and alternative offers
Offerors are encouraged to submit multiple offers, including alternative terms and conditions, alternative line items consistent with FAR subpart 4.10, or alternative commercial products or services that meet the requirement. Each offer is evaluated separately, so alternatives can expand competition but also create separate evaluation risk.
Late offers and modifications
Offerors are responsible for ensuring offers, revisions, modifications, and withdrawals reach the designated office on time. Late submissions generally are not considered unless specific exceptions apply, such as timely receipt at the government’s electronic initial point of entry, evidence the offer was under government control before the deadline, or, in an RFP, the late proposal was the only one received.
Late favorable modifications
A late modification to an otherwise successful offer that makes the offer more favorable to the government may be considered at any time received and may be accepted. This is a narrow exception that can benefit the government but does not rescue a late original offer.
Emergency interruptions
If an emergency or unanticipated event interrupts normal government processes so offers cannot be received at the designated office by the deadline, the clause contemplates special handling when urgent requirements exist. The contracting officer must apply the solicitation and FAR late-offer rules carefully in those circumstances.
Responsibilities
Contracting Officer
State the NAICS code, size standard, submission instructions, due date, and any special requirements in the solicitation; evaluate whether offers are timely and complete; determine whether late offers or modifications qualify for an exception; decide whether missing information, amendment acknowledgments, or other defects warrant exclusion; and apply the commercial item offer rules consistently and fairly.
Offeror / Contractor
Prepare and submit a signed, dated offer by the exact deadline in the required format; include all required technical, pricing, warranty, certification, amendment, and past performance information; ensure the offer meets applicable size standard and nonmanufacturer rules; keep the offer open for the required acceptance period; and monitor amendments, samples, and submission timing to avoid disqualification.
Small Business Concern
Confirm eligibility under the applicable NAICS code and size standard, including any special nonmanufacturer standard or program-specific rule; ensure the offer complies with set-aside or preference requirements; and avoid representing itself as eligible if it does not meet the applicable size or status criteria.
Government Receiving Office
Receive and time-stamp offers or electronic submissions, maintain evidence of receipt, and preserve records that may be used to determine whether a submission was timely or under government control before the deadline.
Practical Implications
This clause is often the difference between a valid offer and an excluded one. Missing a required certification, failing to acknowledge an amendment, or submitting after the deadline can eliminate an otherwise competitive quote.
Offerors should treat the submission checklist as mandatory, not optional. The minimum content requirements are a common source of rejection, especially when the solicitation asks for technical literature, warranty terms, or past performance details.
Late-offer rules are strict and fact-specific. Contractors should not assume email, portal upload, or courier delivery problems will be excused; they need proof of timely receipt at the government’s designated point of entry or installation.
For small business set-asides and HUBZone or 8(a) actions, size and status rules can be more complicated than the basic NAICS code suggests. Nonmanufacturer and reseller offerors should verify the special employee thresholds before bidding.
When the solicitation allows multiple or alternative offers, contractors can improve competitiveness by proposing options, but each option is evaluated separately, so every version must independently comply with the solicitation.
Official Regulatory Text
As prescribed in 12.301 (b)(1) , insert the following provision: Instructions to Offerors—Commercial Products and Commercial Services (Sep 2023) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation. However, the small business size standard for a concern that submits an offer, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees, or 150 employees for information technology value-added resellers under NAICS code 541519, if the acquisition— (1) Is set aside for small business and has a value above the simplified acquisition threshold; (2) Uses the HUBZone price evaluation preference regardless of dollar value, unless the offeror waives the price evaluation preference; or (3) Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b) Submission of offers . Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449 , letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show— (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3 (b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449 , include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers . The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples . When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender’s request and expense, unless they are destroyed during preaward testing. (e) Multiple offers . Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with FAR subpart 4.10 ), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids ). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards . The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101–29, and copies of Federal specifications, standards, and product descriptions can be downloaded from the ASSIST website at https://assist.dla.mil . (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained from the address in paragraph (i)(1)(i) of this provision. (2) Most unclassified Defense specifications and standards may be downloaded from the ASSIST website at https://assist.dla.mil . (3) Defense documents not available from the ASSIST website may be requested from the Defense Standardization Program Office by— (i) Using the ASSIST feedback module ( https://assist.dla.mil/feedback ); or (ii) Contacting the Defense Standardization Program Office by telephone at 571–767–6688 or email at assisthelp@dla.mil . (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Unique entity identifier. (Applies to all offers that exceed the micro-purchase threshold, and offers at or below the micro-purchase threshold if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11 ) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier. (k) [Reserved] (l) Debriefing . If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency’s evaluation of the significant weak or deficient factors in the debriefed offeror’s offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial products, the make and model of the product to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of provision)