Garantie de satisfaction à 100% Disponible immédiatement après paiement Lire en ligne ou en PDF Tu n'es attaché à rien 4,6 TrustPilot
logo-home
Examen

CFCM Study Guide exam with correct answers 2024.

Note
-
Vendu
-
Pages
114
Grade
A+
Publié le
04-05-2024
Écrit en
2023/2024

Which of the following statements is NOT true? a. The government encourages the maximum practicable commercial use of inventions made under government contracts. b. The government recognizes rights in data developed at private expense, and limits its demands for delivery of that data. c. The government requires that contractors obtain permission from copyright owners before including copyrighted works, owned by others, in data to be delivered to the government. d. Generally, the government will refuse to award a contract on the grounds that the prospective contractor may infringe a patent. - answer-d. Generally, the government will refuse to award a contract on the grounds that the prospective contractor may infringe a patent. FAR 27.102 Performance and payment bonds are required or may be required for a. construction contracts and services and supply contracts exceeding $2,000. b. construction contracts exceeding $150,000. c. any contract for services, d. construction contracts exceeding $150,000 and services and supply contracts exceeding the SAT when necessary to protect the governments interests. - answer-d. construction contracts exceeding $150,000 and services and supply contracts exceeding the SAT when necessary to protect the governments interests. FAR 28.102-1(a), 28.103-1(a), 28.103-2(a) Cost Accounting Standards Board rules and regulations apply to a. negotiated contracts and subcontracts. b. sealed bid contracts. c. contracts with small business concerns. d. bridge contracts. - answer-a. negotiated contracts and subcontracts. FAR 30.000 The head of the agency may waive the applicability of Cost Accounting Standards (CAS) for a particular contract or subcontract when one of these conditions exists: a. The contract or subcontract is less than $50 million, primarily engaged in the sale of commercial items, and has no contracts/subcontracts subject to CAS. b. The contract or subcontract is less than $15 million, primarily engaged in the sale of commercial items, and has no contracts/subcontracts subject to CAS. c. The contract or subcontract is less than $7.5 million, primarily engaged in the sale of commercial items. d. The contract or subcontract is less than $5 million, primarily engaged in the sale of commercial items, and has no contracts/subcontracts subject to CAS. - answer-b. The contract or subcontract is less than $15 million, primarily engaged in the sale of commercial items, and has no contracts/subcontracts subject to CAS. FAR 30.201-5 Which of the following statements about advance agreements is NOT true? a. Advance agreements may only be negotiated with a particular contractor for a single contract. b. Advance agreements may be negotiated either before or during a contract. c. The agreement must be in writing. d. The agreements must be incorporated into applicable current and future contracts. - answer-a. Advance agreements may only be negotiated with a particular contractor for a single contract. FAR 31.109 A cost is reasonable if, in its nature and amount, it does not exceed that which would be a. incurred by a prudent person in the conduct of competitive business. b. accrued by a prudent person in the conduct of competitive business. c. determined to be allowable by the CO. d. determined to be allocable by the CO. - answer-a. incurred by a prudent person in the conduct of competitive business. FAR 31.201-3 What definition best describes alternative dispute resolution? a. Procedures used to resolve issues in controversy. b. Procedures voluntarily used to resolve issues in controversy. c. Procedures used for asserting and resolving claims. d. Procedures voluntarily used for asserting and resolving claims. - answer-b. Procedures voluntarily used to resolve issues in controversy. FAR 33.214 The government's policy is to try to resolve all contractual issues in controversy by a. mutual agreement at the CO's level. b. bilateral agreement at the CO's level. c. mutual agreement at a level above the CO. d. unilateral agreement at the CO's level. - answer-a. mutual agreement at the CO's level. FAR 33.204 After receiving the GAO's written notice that a protest has been filed, an agency must give notice a. of the protest to the contractor or all parties who appear to have a reasonable prospect of receiving an award. b. of the protest only to the prime contractor performing the work. c. of the protest to all parties who appear to have a reasonable prospect of receiving award and begin compiling the information necessary to report to the GAO. d. through a government-wide point of entry (GPE). - answer-a. of the protest to the contractor or all parties who appear to have a reasonable prospect of receiving an award. FAR 33.104 Does a $75,000 claim resulting from a reduction of $350,000 and an increase of $275,000 require certification? a. No, because the claimed amount is less than $100,000. b. Yes, because the aggregate value of the claim exceeds $100,000. c. No, because the claimed amount is less than $500,000. d. Yes, because the aggregate value of the claim exceeds $500,000. - answer-b. Yes, because the aggregate value of the claim exceeds $100,000. FAR 33.207(d) Protests may be filed with a. either the agency or the GAO. b. the agency, the GAO, or the U.S. Court of Claims. c. either the contracting officer or the U.S. Court of Federal Claims. d. Small Claims Court for awards under the SAT. - answer-b. the agency, the GAO, or the U.S. Court of Claims. FAR 33.102 Who can authorize continued performance in the face of a protest after award? a. the chief of the contracting office b. the CO, provided his findings are documented in the file. c. the head of the contracting activity. d. the commanding officers. - answer-c. the head of the contracting activity. FAR 33.104(c)(2) The CO shall consider all protests and seek legal advice a. only if protests are received after award and filed directly with the agency. b. only if the protest is received after award and filed directly with the GAO. c. whether protests are submitted before or after award. d. whether protests are submitted before or after award and whether filed directly with the GAO, the U.S Court of Claims, or the agency. - answer-d. whether protests are submitted before or after award and whether filed directly with the GAO, the U.S Court of Claims, or the agency. FAR 33.102 A protest based upon improprieties in a solicitation must be filed before bid opening or the closing date for receipt of proposals. in all other cases, protests must be filed a. within 10 calendar days of the time the protester knew or should have known of the basis of the protest, whichever is earlier. b. within 100 calendar days of the time the protester knew or should have known of the basis of the protest, whichever is earlier. c. within 5 days after a debriefing date to the other offerors. d. within 15 days before the acceptance of offers. - answer-a. within 10 calendar days of the time the protester knew or should have known of the basis of the protest, whichever is earlier. FAR 33.103 The responsibility for selecting the appropriate type of contract for an R&D requirement belongs to the a. program manager. b. CO. c. acquisition manager d. R&D Chief - answer-b. CO. FAR 35.006(b) The methodologies contracting officers shall use in acquiring construction contracts and architect-engineer services, respectively, are a. negotiation and sealed bids b. sealed bids and negotiation. c. negotiation and negotiation. d. sealed bids and barter. - answer-b. sealed bids and negotiation. FAR 36.103 The Federal Supply Schedule program provides federal agencies a. sources for meeting repetitive requirements on a scheduled basis. b. a simplified process for obtaining commercial supplies and services and prices associated with volume buying. c. a mandatory source for frequently used supplies and services at prices associated with buying in volume. d. a simplified process for obtaining complex services that the requiring agency does not have the expertise to buy. - answer-b. a simplified process for obtaining commercial supplies and services and prices associated with volume buying. FAR 38.101 Contracts to acquire information technology systems in successive interoperable increments are known as a. multiyear. b. successive. c. modular. d. alpha. - answer-c. modular. FAR 39.002 Prior to entering into a contract for information technology, an agency should analyze a. features, risks and cost. b. technical capabilities, risks, and cost. c. technical capabilities, benefits, and cost. d. risks, benefits, and cost. - answer-d. risks, benefits, and cost. FAR 39.102 The following are examples of types of risk for the acquisition of information technology EXCEPT a. technical obsolescence. b. technical feasibility. c. contract administration. d. dependencies between a new project and other projects or systems. - answer-c. contract administration. FAR 39.102 Subject to the fiscal regulations of the agencies and applicable interagency agreements, the requesting agency shall reimburse the servicing agency for rendered contract administration and audit services in accordance with the a. Service Contract Labor Standards statute (Service Contract Act of 1965. b. current fiscal year appropriations. c. Economy Act (31U.S.C. 1535). d. Federal Contract Administration Act - answer-c. Economy Act (31U.S.C. 1535). FAR 42.002(b) Which of the following is NOT true with regard to production surveillance? a. In conducting production surveillance, the CAO personnel are prohibited from using contractor production control or data management systems. b. The purpose of production surveillance is to determine contractor progress and to identify any factors that may delay performance. c. Production surveillance involves government review of contractor performance plans, schedules, controls, and industrial processes and the actual performance under them. d. Contracts at or below the SAT should not normally require production surveillance. - answer-a. In conducting production surveillance, the CAO personnel are prohibited from using contractor production control or data management systems. FAR 42.1101, 42.1104(a-c) Which of these is NOT a normal function of a contract administration office? a. reviewing the contractor's compensation structure and insurance plans. b. conducting post-award orientation conferences. c. assisting the contractor in management of its subcontractors. d. determining the contractor's compliance with Cost Accounting Standards - answer-c. assisting the contractor in management of its subcontractors. FAR 42.302(a)(1-70) A contract auditor is responsible for a. auditing the policies and procedures between the various agencies. b. auditing a specific agency's procedures and reporting any discrepancies to the requesting activity. c. submitting information and advice to the requesting activity on contractor's accounting records and financial cost control system. d. auditing whatever the government requests. - answer-c. submitting information and advice to the requesting activity on contractor's accounting records and financial cost control system. FAR 42.101 Final indirect cost rates a. are based upon recent reviews, previous rate audits and experience or similar reliable data. b. are established by a single agency and are binding on all agencies unless otherwise specifically prohibited. c. are established once and then may be prospectively or retroactively revised by mutual agreement. d. may be unilaterally determined by the contracting officer. - answer-b. are established by a single agency and are binding on all agencies unless otherwise specifically prohibited. FAR 43.101 Which of the following is NOT true with respect to suspension of work or stop work orders? a. The contracting officer may order a suspension of work for a reasonable period of time under a construction or architectural and engineering contract. b. Stop work order is approved at a level higher that the contracting officer. c. Stop work orders are applicable to any negotiated fixed-price or cost-reimbursement supply, research, development, or service contract. d. Government delay of work may be used as a justification for the contracting officer to order a suspension. - answer-d. Government delay of work may be used as a justification for the contracting officer to order a suspension. FAR 42.1302, 42.1303, 42.1304 Which of the following is NOT defined as government property? a. government-furnished property b. contractor-acquired property c. property owned by or leased to the government or acquired by the government under the terms of the contract. d. intellectual property and software. - answer-d. intellectual property and software. FAR 45.101 A person holding himself or herself out to the general public to provide transportation for compensations is a a. contract carrier. b. universal carrier. c. common carrier. d. commercial carrier. - answer-c. common carrier. FAR 47.001 A latent defect is a defect that a. exists at the time of acceptance and could be discovered by a reasonable inspections. b. exists at the time of delivery. c. exists at the time of acceptance and cannot be discovered by a reasonable inspections. d. is discovered by the contractor's quality inspector. - answer-c. exists at the time of acceptance and cannot be discovered by a reasonable inspections. FAR 2.101, 46.101 The inclusion of a warranty in federal government contracts is a. forbidden by statute. b. allowed only in fixed-price contracts. c. normally allowed in cost-reimbursement contracts. d. not required. - answer-d. not required. FAR 46.703, 46.705 How does the government relieve contractors of liability for loss or damage to property of the government that occurs after acceptance or results from defects or deficiencies? a. by acting as a self-insurer. b. by the contracting officer designating any item with a unit cost greater than $100,000 as a high value item for which the contractor is not liable. c. by relieving the contractor of liability for loss or damage to all contract end items. d. by requiring appropriate insurance be carried by contractors on cost reimbursement type contracts and reimbursing the contractor for the expense. - answer-a. by acting as a self-insurer. FAR 46.803(a) A contract should not normally be terminated for convenience but should be permitted to run to completion when the price of the undelivered balance of the contract is less than a. $25,000. b. $1,000. c. $5,000 d. $10,000 - answer-c. $5,000 FAR 49.101(c) What is the heart of a settlement for a contract terminated for convenience? a. strict accounting principles b. business judgement. c. a payment for the work done and also preparation for work on the terminated portions. d. a strict determination of consequential damages and anticipatory profits. - answer-b. business judgement. FAR 49.201(a) How often are statutory acquisition-related dollar thresholds in the FAR adjusted for inflation? a. annually b. bi-annually c. every five years d. only as required - answer-c. every 5 years FAR 1.109 A form of written approval signed by an authorized official that is required by statute or regulation as a prerequisite to taking certain contract actions is defined as a a. ratification b. determination and findings c. contracting officer's final decision d. waiver - answer-b. determination and findings FAR 1.701 Contracting Officers below the level of _________ shall be selected and appointed. a. cabinet secretary b. director of contracting c. a flag officer or member of the Senior Executive Service d. a head of a contracting activity - answer-d. a head of contracting activity FAR 1.601 According to the FAR conventions at Subpart 1.1, each authority is delagable unless a. it does not make sense to delegate b. specifically stated otherwise c. the procurement is over the simplified acquisition threshold d. the procurement is over $6.5 million - answer-b. specifically stated otherwise FAR 1.108(b) When an imperative sentence directs action in the FAR, who is responsible for the action unless another party is expressly cited? a. the head of contracting activity b. the Secretary of the Army c. the contracting officer d. the contracting specialist - answer-c. the contracting officer FAR 1.108(f) Unauthorized commitments are agreements that are NOT binding soley because a. the agreement is not made in the best interests of the government b. all requirements of executive orders were not followed in their development c. the supplies or services are not ultimately acceptable to the government and the government will not obtain benefit d. the government representative who made the agreement lacked the authority to enter into it - answer-d. the government representative who made the agreement lacked the authority to enter into it FAR 1.6 The simplified acquisition threshold for any contract in support of contingency operations to be awarded and performed, or purchase to be made, outside the U.S. is a. $150,000 b. $300,000 c. $1 million d. $1.5 million - answer-c. $1 million FAR 2.101 Which of the following is a commercial item? a. A nondevelopmental item, if the procuring agency determines the item was developed exclusively at private expense and sold in substantial quantities, on a competitive basis, to multiple state and local governments. b. An item that evolved from an item that has not been sold to the general public. c. A commercial item that has received modifications not available in the commercial marketplace. d. A nondevelopmental item used exclusively for government purchases. - answer-a. A nondevelopmental item, if the procuring agency determines the item was developed exclusively at private expense and sold in substantial quantities, on a competitive basis, to multiple state and local governments. FAR 2.101 Consolidating two or more requirements for supplies or services, previously provided or performed under separate small contracts, into a solicitation for a single contract that is likely to be unsuitable for award to a small business concern is defined as a. combining b. consolidating c. bundling d. mixing - answer-c. bundling FAR 2.101 Which of the following are included in the definition of "contracts"? a. awards and notices of awards and grants b. letter contracts and cooperative agreements c. letter contracts and job orders d. blanket purchase agreements and imprest funds - answer-c. letter contracts and job orders FAR 2.101 The government can minimize the opportunity for "buying in" by using which of the following techniques: a. simplified acquisition procedures b. priced options, amortization of nonrecurring costs, and simplified acquisition procedures c. simplified acquisition procedures, costs, and multiyear contracting d. multiyear contracting, priced options, and amortization of nonrecurring costs. - answer-d. multiyear contracting, priced options, and amortization of nonrecurring costs. FAR 3.501-2 A contractor's arrangements to pay contingent fees for soliciting government contracts have long been considered contrary to public policy because a. they discourage competition. b. they may lead to exercise of improper influence. c. they result in excessive overhead costs. d. accountability of costs is difficult to track. - answer-b. they may lead to exercise of improper influence. FAR 3.402 Any money, fee, commission, credit, gift, gratuity, thing of value, or compensation of any kind which is provided directly, or indirectly, to any prime contractor, prime contractor employee, subcontractor, or subcontractor employee for the purpose of improperly obtaining or rewarding favorable treatment in connection with a prime contractor or in connection with a subcontract relating to a prime contract. a. buying in b. kickback c. partnership d. bundling - answer-b. kickback FAR 3.502-1 A contract with a corporation shall be signed a. by the chief financial officer. b. by the head of the contracts department. c. in the corporate name, followed by the word "by" and the signature and title of the person authorized to sign. d. by the chief executive officer followed by the word "by" and the signature and title of the person authorized to bind the corporation. - answer-c. in the corporate name, followed by the word "by" and the signature and title of the person authorized to sign. FAR 4.102 Contractors must retain all records pertaining to a government contract for a minimum of a. five years from the date of contract closeout, unless otherwise specified. b. three years from the date of final payment, unless otherwise specified. c. three years from the date of contract completion, unless otherwise specified. d. five years from the date of contract completion, unless otherwise specified. - answer-b. three years from the date of final payment, unless otherwise specified. FAR 4.703 Contractor representations and certifications a. are submitted individually to each contracting office with other proposal documents. b. are to be verified upon receipt with other active contracts to ensure conformity. c. are submitted through the System for Award Management. d. are required to be updated every 18 months. - answer-c. are submitted through the System for Award Management. FAR 4.1200 Agencies must implement OMB (Office of Management and Budget) guidance for personal identity verification when a. contractors have routine physical access to either a federally controlled facility or information system. b. contractors receive any contract from the DoD or Homeland Security. c. contractors are required, in the performance of a contract, to attend briefings or meetings at military installations. d. contracts remotely access any federal information system. - answer-a. contractors have routine physical access to either a federally controlled facility or information system. FAR 4.1301 What is the dollar threshold for public announcement of contract awards? a. $500,000 b. $4,000,000 c. $5,000,000 d. $10,000,000 - answer-b. $4,000,000 FAR 5.303 Acceptable methods for disseminating information on proposed contract actions include a. assisting a local trade association in disseminating information to their members, announcements in magazines at no cost, and phone calls. b. synopsis in the government-wide point of entry (GPE), phone calls, and paid advertisements. c. paid advertisements in newspapers published or printed in the District of Columbia when supplies and services will not be supplied/furnished in or around the District of Columbia. d. announcements in magazines at no cost, assisting a local trade association in disseminating information to their members, and synopsis in the government-wide point of entry (GPE). - answer-d. announcements in magazines at no cost, assisting a local trade association in disseminating information to their members, and synopsis in the government-wide point of entry (GPE). FAR 5.101(a) & (b) What is the minimum response time for receipt of bids or proposals for noncommercial item solicitations? a. 15 days from the date of issuance of the solicitation b. 30 days from the date of publication of a proper notice of intent to contract c. 45 days from the date of issuance of the solicitation d. 60 days from the date of issuance of the solicitation - answer-b. 30 days from the date of publication of a proper notice of intent to contract FAR 5.203(d) The contracting officer may use competitive proposals in lieu of sealed bids if a. time permits the solicitation, submission, and evaluation of sealed bids. b. award will be made on the basis of price and other price-related factors. c. it is necessary to conduct discussions. d. the resulting contract will be with a small business. - answer-c. it is necessary to conduct discussions. FAR 6.401(b) The contracting officer's certification can serve as approval of the justification for other than full and open competition for a proposed contract NOT exceeding a. $25,000 b. $700,000 c. $1,500,000 d. $5,500,000 - answer-b. $700,000 FAR 6.304(a)(1) FAR Part 6, "Competition Requirements," applies to which of the following? a. A $1 million contract for services b. a contract awarded using the simplified acquisition procedures of Part 13 c. A contract modification for $1 million that is within the scope and under terms of an existing contract d. a $1 million task order place against a task order contract entered into pursuant to Subpart 16.5 - answer-a. A $1 million contract for services FAR 6.001(a), (c), (f) If other than full and open competition is anticipated, the acquisition plan must be coordinated with the cognizant a. competition advocate. b. head of contracting activity. c. small business office. d. contract administrator. - answer-a. competition advocate. FAR 7.104(c) Acquisition planning should begin a. when a purchase request is received. b. when a statement of work is received. c. as soon as the agency need is identified. d. within 30 days of receipt of the purchase request. - answer-c. as soon as the agency need is identified. FAR 7.104(a) The specific content of acquisition plans will vary, and are influenced primarily by which factors? a. the specific type of goods or services being acquired b. the nature, circumstances, and stage of the acquisition c. the ultimate government end-user of the goods or services d. the type of contract and the scale of competition - answer-b. the nature, circumstances, and stage of the acquisition FAR 7.105 Market research may indicate that bundling is necessary and justified if a. the head of the contracting activity determines that it is. b. there is no material impact to the small business community as defined by the competition advocate. c. the government would derive measurably substantial benefits. d. the commercial market indicates that the goods or services are more frequently acquired as a bundle than separately. - answer-c. the government would derive measurably substantial benefits. FAR 7.107 The Federal Supply Schedule program provides federal agencies with a simplified process for obtaining commonly used commercial supplies and services at prices associated with volume buying. It is directed and managed by the a. Commerce Department. b. Executive Department. c. General Services Administration. d. Defense Logistics Agency. - answer-c. General Services Administration. FAR 8.402(a) Which of the following is the name of GSA's electronic system that allows ordering activities to post requirements, obtain quotes and issue orders electronically? a. GSA Advantage! b. GSA SmartPay c. e-Buy d. Customer Supply Center - answer-c. e-Buy FAR 8.402(d) In the event that the Federal Prison Industries (FPI) and nonprofit agencies participating in the AbilityOne Program produce identical services, the ordering offices shall purchase services from the following sources based on priority. Identify the sources that has first priority: a. AbilityOne participating nonprofit agencies b. Federal Prison Industries, Inc. c. Commercial Sources d. Federal Supply Schedule - answer-a. AbilityOne participating nonprofit agencies FAR 8.603 Normally, testing and approval is appropriate in contracts for a. research and development. b. products requiring qualifications before award. c. products normally sold in the commercial market. d. products requiring an approved first article to serve as a manufacturing standard. - answer-d. products requiring an approved first article to serve as a manufacturing standard. FAR 9.303 A qualification requirement is a government requirement for a. testing or other quality assurance demonstration that must be completed before award. b. testing that must be completed before the first item is delivered under the contract. c. testing or other quality assurance demonstration that is always at the contractor's expense. d. approving a contractor's quality system. - answer-a. testing or other quality assurance demonstration that must be completed before award. FAR 9.202(a) The names and addresses of all suspended contractors may be found at the a. Excluded Parties List. b. System for Award Management Exclusions. c. Online Representations and Certifications Application. d. Contractor Performance Assessment Reports System. - answer-b. System for Award Management Exclusions. FAR 9.404 Agencies are required to use the results of market research to determine a. if detailed government specifications exist. b. a fair and reasonable price. c. the government's requirements. d. the extent to which commercial items or non-developmental items could satisfy the need. - answer-d. the extent to which commercial items or non-developmental items could satisfy the need. FAR 10.001(a)(3) If market research indicates that neither commercial items nor non-developmental items are available to satisfy agency needs, agencies a. must re-evaluate the need and determine whether it can be restated to permit commercial or non-developmental items to satisfy them. b. may set-aside the procurement. c. are authorized to pursue the acquisition as a restricted procurement. d. shall solicit and award any resultant contract using FAR Part 12 policies and procedures. - answer-a. must re-evaluate the need and determine whether it can be restated to permit commercial or non-developmental items to satisfy them. FAR 10.002(c), (d) Within what timeframe may previously conducted market research be used before the award of a task or delivery order? a. within 6 months, if the information is still current, accurate and relevant. b. within 12 months, if the information is still current, accurate and relevant. c. within 18 months, if the information is still current, accurate and relevant. d. any timeframe is allowed, as long as the information is still current, accurate and relevant. - answer-c. within 18 months, if the information is still current, accurate and relevant. FAR 10.002(b)(1) Contract delivery or performance schedules may be expressed by a. the means determined by the requiring activity. b. the specific number of days from the date of the contract. c. the specific time for delivery after the receipt by the buyer of each order under the contract. d. any means the contractor specified in its bid or proposal. - answer-b. the specific number of days from the date of the contract. FAR 11.403(a) To the maximum extent practicable, acquisition officials should state all the following requirements with respect to an acquisition of supplies or services, with the exception of a. functions to be performed. b. performance required. c. essential physical characteristics. d. preference for commercial or non-developmental items. - answer-d. preference for commercial or non-developmental items. FAR 11.002(a) A contractor is awarded four seperate contracts on the same day. i. One contract is rated "DO" and has a final delivery date (FDD) in 60 days. ii. Another contract is rated "DX" and has an FDD in 40 days. iii. Another contract is rated "DO" and has an FDD in 10 days. iv. The fourth contract is unrated, and has an FDD in 15 days. What is the order of priority on the contracts? a. iv, iii, i, ii b. ii, iii, i, iv c. ii, iii, iv, i d. iii, iv, ii, i - answer-b. ii, iii, i, iv FAR 11.603(a) Contracting activities shall employ simplified acquisition procedures to the maximum extent practicable for acquisitions of commercial items not exceeding a. $1,000,000 b. $650,000 c. $7,000,000 d. $3,500,000 - answer-c. $7,000,000 FAR 12.203 Unless otherwise provided, agencies shall use which of the following contract type(s) for the acquisition of commercial items? a. any type of contract b. fixed-price contract with prospective price redetermination c. firm-fixed-price or fixed-price with economic price adjustment contracts d. cost-plus-incentive-fee contracts only - answer-c. firm-fixed-price or fixed-price with economic price adjustment contracts FAR 12.207 Cost Accounting Standards a. apply to all acquisitions for commercial items b. apply only to commercial acquisitions from large businesses c. never apply to commercial acquisitions d. do not apply to contracts and subcontracts for commercial acquisitions unless the contract provides for an economic price adjustment based on actual costs incurred. - answer-d. do not apply to contracts and subcontracts for commercial acquisitions unless the contract provides for an economic price adjustment based on actual costs incurred. FAR 12.214 When acquiring commercial items, the contracting officer a. is not required to establish price reasonableness b. can accept the commercial standard for price reasonableness c. must establish price reasonableness in accordance with FAR 13.106-3, 14.408-2, or Subpart 15.4, as applicable. d. must establish price reasonableness in accordance with commercial practices - answer-c. must establish price reasonableness in accordance c. must establish price reasonableness in accordance with FAR 13.106-3, 14.408-2, or Subpart 15.4, as applicable. FAR 12.209 A system whereby the CO receives authorization from a fiscal and accounting officer to obligate funds on purchase documents against a specified lump sum of funds reserved for a specified time rather than obtaining individual obligation authority on each purchase document is a. a blanket purchase agreement b. long lead funding c. bulk funding d. a charge account. - answer-c. bulk funding FAR 13.101(b)(4) When considering a simplified acquisition, which database should COs use as their primary source of vendor information? a. Federal Procurement Data System (FPDS) b. Mechanization of Contract Administration Services (MOCAS) c. System for Award Management (SAM) d. Standard Procurement Systems (SPS) - answer-c. System for Award Management (SAM) FAR 13.102 When using the government wide commercial purchase card as a method of payment, COs need to verify a contractor's delinquent debt status in the System for Award Management (SMA) database when those purchases are a. above the micro-purchase threshold b. above the simplified acquisition threshold c. above the Truthful Cost or Pricing Data statute (Truth in Negotiations Act (TINA)) threshold d. a small business concern - answer-a. above the micro-purchase threshold FAR 13.201(h) A CO's decision not to set aside an acquisition for HUBZone small business or service-disables veteran-owned small business concerns when it is at or below the simplified acquisition threshold a. is permitted with the concurrance of the head of the contracting authority. b. can be appealed by any small business pursuant to FAR 19.4. c. is not subject to review under FAR 19.4. d. must be documented to show that adequate competition exists - answer-c. is not subject to review under FAR 19.4. FAR 13.003(b)(3) Micro-purchases may be awarded without soliciting competitive quotations if a. the award is made to a small business b. the contracting officer determines that price is reasonable c. like purchase have been made from the same vendor d. the purchase is to be used for contingency operations or defense against or recovery from attacks. - answer-b. the contracting officer determines that price is reasonable FAR13.203(a)(2) A cash fund of a fixed amount established by an advance of funds, without charge to an appropriation, from an agency finance or disbursing officer to a duly appointed cashier for disbursement as needed from time to time in making payment in cash for relatively small purchase is a/an a. non-appropriated fund. b. general fund. c. imprest fund. d. administrative commitment document - answer-c. imprest fund. FAR 13.001 Imprest funds may be used for transactions up to a. $25, 000 b. $10,000 c. $1,000 d. $500 - answer-d. $500 FAR 13.305-3(a) It is advantageous to establish blanket purchase agreements with firms who a. have past performance records that show them to be unreliable b. bid only on purchases over the simplified acquisition threshold c. have provided few purchases at or below the simplified acquisition threshold. d. offer quality supplies or services at consistently lower prices that their competitors. - answer-d. offer quality supplies or services at consistently lower prices that their competitors. FAR 13.303-2(b)(2) Which of the following is true concerning the use of simplified acquisition procedures? a. Purchases above the micro-purchase level are generally set-aside for small business b. they can be used in the acquisition of commercial items without any limits. c. They cannot be employed when the governmentwide commercial card is used. d. There is no requirement for competition. - answer-a. Purchases above the micro-purchase level are generally set-aside for small business FAR 13.003(b)(1) Which of the following is true regarding blanket purchase agreements (BPAs)? a. A purchase requisition is required to establish one. b. Use of a BPA exempts an agency from the responsibility of keeping obligations and expenditures within available funds. c. They may be established with more than one supplier. d. They may be established even if there is an existing requirements contract for the same supply or service. - answer-c. They may be established with more than one supplier. FAR 13.303-2(c)(1) When fast payment procedures are utilized, who is responsible for determining the amount of debts resulting from failure of contractors to properly replace, repair, or correct supplies lost, damaged, or not conforming to purchase requirements? a. program manager b. contracting officer c. head of the contracting activity d. accounting and finance officer - answer-b. contracting officer FAR 13.401(b) When cancelling a purchase order, if the contractor accepts the cancellation and does not claim that cost were incurred as a result of beginning performance under the purchase order, then a. no further action is required and the purchase order shall be considered cancelled. b. the contractor receives a cancellation fee equal to 10% of the original purchase order price. c. the contracting officer shall process the termination action d. The contractor is entitled to receive the automatic award of any purchase order for the same item or service generated within 90 days of the cancellation. - answer-a. no further action is required and the purchase order shall be considered cancelled. FAR 13.302-4(b)(1) Unpriced purchase orders may be used to acquire a. repairs to equipment requiring disassembly to determine the nature and extent of repairs. b. commercial or non-developmental items c. urgently needed supplies available through multiple sources. d. routine items for stock. - answer-a. repairs to equipment requiring disassembly to determine the nature and extent of repairs. FAR 13.302-2(b)(2) Which of the following about a micro-purchase is true? a. They may not be awarded without soliciting competitive quotations. b. Only a contracting officer may award them. c. The governmentwide commercial purchase card program is the preferred means to purchase and pay for them. d. The requirements in FAR Part 8 do not apply to them. - answer-c. The governmentwide commercial purchase card program is the preferred means to purchase and pay for them. FAR 13.203(a)(2) Which of the following is true about quotations? a. A quotation is not an offer b. Solicitation of oral quotations under the simplified acquisition threshold is discouraged c. Restriction of solicitation to suppliers of well-known and widely distributed makes or brands is preferred. d. Standing price quotations may not be used. - answer-a. A quotation is not an offer FAR 13.004; 13.106-1(c); 13.104(a)(2); 13.103 Which of the following concerning descriptive literature is true? a. CO's must require bidders to submit descriptive literature. b. The CO may waive the requirement for descriptive literature. c. Descriptive literature is the same as a bid sample. d. Unsolicited descriptive literature shall always be disregarded. - answer-b. The CO may waive the requirement for descriptive literature. FAR 14.202-4, -5(a), (d), (e) Which of the following is NOT true regarding awards resulting from an invitation for bids? a. Bidders must accept all terms and conditions. b. Faxed bids are always accepted. c. Bidders must comply with all the material aspects of the invitation. d. Bids must be received by the exact time of bid opening. - answer-b. Faxed bids are always accepted. FAR 14.301(a), (c), (d); 14.304(a) A pre-bid conference is never to be used for a. answering industries questions. b. substituting an amendment for an ambiguous invitation. c. explaining requirements. d. conducting market research. - answer-b. substituting an amendment for an ambiguous invitation. FAR 14.207 The first step of two-step bidding involves a. price analysis only. b. technical analysis only. c. price and technical analysis. d. historical analysis. - answer-b. technical analysis only. FAR 14.501(a) What is acceptable evidence to establish the time of receipt at the government installation? a. a U.S. Post Office proof of mailing receipt b. other documentary evidence maintained by the contractor. c. oral testimony or statements by the bidder's personnel d. time/date stamp of that installation on the bid wrapper - answer-d. time/date stamp of that installation on the bid wrapper FAR 14.304(c) Which is NOT a reason to reject a bid? a. The bid does not conform to the delivery schedule. b. The price is unreasonable. c. The schedule contains an apparent clerical mistake. d. The bid states a price as being subject to "price in effect at time of delivery." - answer-c. The schedule contains an apparent clerical mistake. FAR 14.404-2, 14.407-2 Which of the following concerning electronic bids is true? a. COs may authorize use of electronic commerce for submission of bids, but must specify the electronic commerce method(s) that bidders may use. b. Contracting officers may not authorize use of electronic commerce for submission of bids. c. Contracting officers may authorize use of electronic commerce for submission of bids only when urgency prohibits the time needed to obtain conventional bids. d. If electronic bids are authorized, bidders may use any method of electronic commerce to submit their bid. A firm-fixed price or fixed-price with economic adjustment will be used. - answer-a. COs may authorize use of electronic commerce for submission of bids, but must specify the electronic commerce method(s) that bidders may use. FAR 14.202-8 Which of the following contract types may be used with sealed bidding procedures? a. cost-plus-fixed-fee b. firm-fixed-price and sometimes fixed-price with economic price adjustment c. any within the family of fixed-price contract types. d. firm-fixed-price only. - answer-b. firm-fixed-price and sometimes fixed-price with economic price adjustment FAR 14.104 In a case where equal low bids are received in response to an invitation for bids, which category of bidder is given the highest priority for award? a. small business concerns that are also 8(a) concerns b. small businesses that are owned by service disables veterans. c. small business concerns that are also located in labor surplus areas. d. all small business concerns participate in a lottery and the winner is chosen at random. - answer-c. small business concerns that are also located in labor surplus areas. FAR 14.408-6 Exchanges of information among all interested parties are encouraged a. from the earliest identification of a requirement through receipt of proposals. b. from release of the request for proposals through the receipt of proposals. c. from release of the synopsis through receipt of proposals. d. throughout the acquisition process. - answer-a. from the earliest identification of a requirement through receipt of proposals FAR 15.201(a) A negotiated contract is a. awarded after competitive bid. b. awarded after a sole source bidding process. c. awarded after a two-step bidding process is completed. d. awarded after using other than sealed bidding procedures. - answer-d. awarded after using other than sealed bidding procedures FAR 15.000 Tradeoffs in the source selection process are not permitted a. when all evaluation factors and significant subfactors and their importance are clearly stated in the contract. b. when the tradeoff will be between cost/price factors and non-cost factors. c. when it is in the best interest of the government to consider award to other than the lowest-priced offeror. d. when a lowest price technically acceptable source selection process is used. - answer-d. when a lowest price technically acceptable source selection process is used FAR 15.101-2 Contracts are to be formatted in accordance with the uniform contract format outlined in FAR Part 15. Which section is not physically included in the contract, but shall be incorporated by reference in the contract? a. J (List of Documents, Exhibits, and Other Attachments) b. K (Representations, Certifications, and Other Statements of Offerors or Respondents) c. L (Instructions, Conditions, and Notices to Offerors or Respondents) d. M (Evaluation Factors for Award) - answer-b. K (Representations, Certifications, and Other Statements of Offerors or Respondents) FAR 15.204-1(b) The primary objective of discussions is to a. maximize the governments ability to obtain best value on the requirement and the evaluation factors. b. reduce the number of offerors in the competitive range through exploring deficiencies, significant weaknesses, and adverse past performance information. c. discuss competing offeror technical approaches with other offerors. d. allow oral presentations from competitive offerors so that sensitive and proprietary information can be communicated without including it within the formal response to the solicitation. - answer-a. maximize the governments ability to obtain best value on the requirement and the evaluation factors FAR 15.306(d)(2) The process of examining and evaluating a proposed price without evaluating its seperate cost elements and proposed profit is called a. technical analysis b. price analysis c. field pricing support analysis d. informal analysis - answer-b. price analysis FAR 15.404-1(b) Which statement concerning requests for information (RFIs) is true? a. Responses to RFIs are not offers and may not be accepted by the government to form a binding contract. b. Responses to RFI's may be accepted by the government to form a binding contract. c. RFIs are used when the government desires market information and intends to award a contract immediately. d. Use of RFIs is limited to purchases not exceeding the simplified acquisition threshold. - answer-a. Responses to RFIs are not offers and may not be accepted by the government to form a binding contract FAR 15.201(c) Which statement about proposal revisions is true? a. A contracting officer may consider a revision to a proposal that has been eliminated or otherwise removed from the competitive range. b. Final proposal revision may be oral. c. The contracting officer may request or allow proposal revisions to clarify and document understandings reached during negotiations. d. Cut-off dates for submissions of final proposal revisions are negotiated with each offeror. - answer-c. The contracting officer may request or allow proposal revisions to clarify and document understandings reached during negotiations FAR 15.307(a), (b) The contractor is required to submit certified cost and pricing data for subcontracts that are a. the lower of either $13,500,000 or valued at more than both the pertinent cost or pricing threshold and more than 10% of the prime contractors price. b. awarded to first-time subcontractors. c. valued above $10,000,000 and entered into with small businesses. d. valued above $10,000,000 and entered into with large businesses. - answer-a. the lower of either $13,500,000 or valued at more than both the pertinent cost or pricing threshold and more than 10% of the prime contractors price FAR 15.404-3(c)(1) Communication with an offeror for the sole purpose of eliminating minor irregularities, informalities, or apparent clerical mistakes in the proposal is called a. verification b. clarification c. discussion d. renumeration - answer-b. clarification FAR 15.306(a)(1), (2) A proposal may be withdrawn a. by written notice at any time before award. b. by oral notice at any time before award. c. at any time. d. at any time with consent of the contracting officer. - answer-a. by written notice at any time before award FAR 15.208(e) A certificate of current cost or pricing data a. does not constitute a representation as to the accuracy of the contractor's judgement on the estimate of future costs or projections. b. is required upon exercise of an option at the price established at contract award, regardless of dollar value. c. is required for proposals in support of interim billing price adjustments valued in excess of $500,000. d. is no longer required. - answer-a. does not constitute a representation as to the accuracy of the contractor's judgement on the estimate of future costs or projections FAR 15.406-2(b) If defective pricing is discovered after award a. the government has no recourse. b. the contractor determines the amount of increase and bills the government. c. the government is entitled to a price adjustment of any significant amount. d. a 15% penalty applies to any overpayment attributable to the contrators error. - answer-c. the government is entitled to a price adjustment of any significant amount FAR 15.407-1(b)(1) Pre-award briefings shall NOT disclose a. the number of offerors. b. a synopsis of the agency's evaluation of the offeror's proposal. c. a summary of the rational for eliminating the offeror from the competition. d. responses to relevant questions about source selection procedures. - answer-a. the number of offerors FAR 15.505(e), (f) The least-preferred method of submitting ideas/concepts to the government is a. in response to broad agency announcements. b. through participation in small business innovation research programs. c. in response to program research and development .announcements. d. unsolicited proposals. - answer-d. unsolicited proposals FAR 15.602, 15.604(a)(3) In response to a widely-publicized solicitation for a noncommercial item, a contracting officer only received one responsible offer. The offer is a firm-fixed amount for $1,000,000, which was the same price for a similar item recently purchased by another agency under a contract that resulted from adequate price competition. Which of the following is correct? a. One offer doesn't meet the requirement for adequate price competition, therefore, certified cost and pricing data is required b. The item is non-commercial, therefore, certified cost and pricing data is not required c. The offeror is responsible, therefore, certifed cost and pricing data is not required. d. The proposed price is reasonable in comparison to a recent price for a similar item, therefore, cost and pricing data is not required. - answer-d. The proposed price is reasonable in comparison to a recent price for a similar item, therefore, cost and pricing data is not required. FAR 15.403 The contract types are grouped into two broad categories: a. commodities and services. b. fixed-price and cost-reimbursement. c. fixed-price and redeterminable. d. small business and large business. - answer-b. fixed-price and cost-reimbursement. FAR 16.101(b) A contract that provides for upward and downward revision of the stated contract price upon the occurence of specified contingencies is referred to as a a. fixed-price contract with economic price adjustment. b. fixed-price incentive contract. c. fixed-price with prospective redetermination contract. d. fixed-ceiling-price contract with retroactive price determination. - answer-a. fixed-price contract with economic price adjustment. FAR 16.203 A cost-reimbursement contract that provides for an initially negotiated fee to be adjusted later by a formula based on the relationship of total allowable costs to total target costs is known as a a. cost-plus-award-fee contract. b. cost-plus-incentive-fee contract. c. cost-sharing contract. d. cost-plus-fixed-fee contract. - answer-b. cost-plus-incentive-fee contract. FAR 16.405-1 There are three types of indefinite-delivery contracts: a. definite-quantity contracts, requirements contracts, and indefinite-delivery contracts. b. definite-quantity contracts, requirements contracts, and indefinite-quantity contracts. c. definite-delivery contracts, requirements contracts, and indefinite-quantity contracts. d. definite-delivery contracts, requirements contracts, and indefinite-delivery contracts. - answer-b. definite-quantity contracts, requirements contracts, and indefinite-quantity contracts. FAR 16.501-2(a) The _____________authorize(s) agencies to enter into agreements and obtain supplies and services from another agency. a. Economy Act b. executive orders of the President c. Contracts for Materials, Supplies, Articles and Equipment Act (Formerly the Walsh-Healy Public Contracts Act) d. Interagency Act - answer-a. Economy Act FAR 17.502-2 _____________ may be used for emergency acquisitions when contract performance must begin immediately. a. Simplified acquisition procedures b. Contract purchasing personnel. c. Letter contracts d. Government-wide purchase cards - answer-c. Letter contracts FAR 18.112 Which of the below is NOT an emergency action flexibility authorized to support a contingency operation? a. increase in the threshold of advance payments. b. increase in the micro-purchase threshold c. increase in the simplified acquisition threshold d. higher dollar limitations for use of SF 44, Purchase Order/Invoice/Voucher. - answer-a. increase in the threshold of advance payments. FAR 18.201 If a requirement has been accepted by the SBA under the 8(a) Program, it must remain in the 8(a) Program unless a. the CO approves a determination and findings. b. the SBA agrees to its release. c. market research determines that the 8(a) Program is no longer a sound acquisition strategy. d. other small business concerns express interest in the requirement. - answer-b. the SBA agrees to its release. FAR 19.203(c) A protest concerning small business representation a. will not be considered for the instant award. b. may be considered timely whether filed before or after award if filed by an interested party. c. is timely if filed by the next lowest bidder after award. d. may be considered timely if made orally and confirmed in writing within a five-day period. - answer-d. may be considered timely if made orally and confirmed in writing within a five-day period. FAR 19.302 Which member of the acquisition team is responsible for determining the appropriate NAICS code and related small business standard? a. the program manager b. the contract specialist assigned to the acquisition c. the contracting officer d. one level above the contracting officer - answer-c. the contracting officer FAR 19.303 The CO shall set aside a portion of an acquisition, except for construction, for exclusive small business participation when a. there is reasonable expectation that only two businesses, one small and one large, will respond to an offer. b. the requirement is not severable into two or more economic production runs or reasonable lots. c. the acquisition is subject to simplified acquisition procedures. d. the requirement is severable into two or more economic production runs. - answer-d. the requirement is severable into two or more economic production runs. FAR 19.502-3(a) If the contracting officer and the SBA area office cannot reach a resolution regarding a small business concern's ability to perform, who is empowered to make the final determination? a. one level above the contracting officer b. the SBA associate administrator for government contracting c. the agency's small business program manager d. the contract officer can make the final determination - answer-b. the SBA associate administrator for government contracting FAR 19.602-3 Contractors are required to perform all government contracts, so far as is practicable, without using overtime, EXCEPT when a. overtime is necessary to meet urgent program needs. b. overtime will result in lower overall cost to the government. c. overtime was approved by the contracting officer's representative. d. overtime is necessary to meet urgent program needs and will result in a lower overall cost to the government. - answer-d. overtime is necessary to meet urgent program needs and will result in a lower overall cost to the government. FAR 22.103-2 The Contract Work Hours and Safety Standards statute (Act) requires which of the following? a. Each contractor and subcontractor shall furnish a weekly statement of compliance with respect to the wages paid to each employee during the preceding week. b. It is unlawful to induce any person employed in the construction or repair of public buildings or public works, financed in whole or in part by the United States, to give up any part of the compensation to which that person is entitled under a contract of employment. c. No laborer or mechanic employed directly upon the site of the work shall receive less than the prevailing wage rates as determined by the Secretary of Labor. d. Contractors and subcontractors on covered contracts shall pay laborers and mechanics employed in the performance of the contracts one and one-half times their basic rate of pay for all hours worked over 40 in a workweek. - answer-d. Contractors and subcontractors on covered contracts shall pay laborers and mechanics employed in the performance of the contracts one and one-half times their basic rate of pay for all hours worked over 40 in a workweek. FAR 22.403-3 Which of the following is not true concerning project wage determinations? a. They are issued at the specific request of a contracting agency. b. They are effective for 90 calendar days from the date of determination. c. They are used only when no general wage determination applies. d. They apply only to the contracts for which they were issued. - answer-b. They are effective for 90 calendar days from the date of determination. FAR 22.404-1(b) This act provides that contracts in excess $2000 to which the United States is a party for construction, alteration, or repair of public buildings within the U.S. shall contain a clause that no laborer shall receive less than the prevailing wage rates as determined by the Secretary of Labor. a. Construction Wage Rate Requirements statute (Davis-Bacon Act) b. Service Contract Labor Standards statute (Service Contract Act of 1965) c. Contract Work Hours and Safety Standards statute (Act) d. Construction Minimum Wage Act. - answer-a. Construction Wage Rate Requirements statute (Davis-Bacon Act) FAR 22.403-1 Which of the following is NOT a statutory exemption to the Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 statute (Walsh-Healey Public Contracts Act)? a. commercial items b. perishables, including dairy, livestock, and nursery products c. agricultural or farm products processed for first sale by the original procedures. d. items manufactured outside the United States. - answer-d. items manufactured outside the United States. FAR 22.604 Service contracts valued in excess of ___________ must contain mandatory provisions regarding minimum wage and fringe benefits, safe and sanitary working conditions, notification to employees of the minimum allowable compensation, and equivalent federal employee classifications and wage rates. a. $3,000 b. $150,000 c. $650,000 d. $2,500 - answer-d. $2,500 FAR 22.1002-1 Federal agencies shall advance sustainable acquisition by ensuring that _________ percent of new contract actions for the supply of products and for the acquisition of services (including construction) require that the products are energy-efficient, water-efficient, bio-based, environmentally preferable, non-ozone depleting, or made with recovered materials. a. 25 b. 55 c. 75 d. 95 - answer-d. 95 FAR 23.103 The Freedom of Information Act provides that information is to be made available to the public a. by publication in the local newspaper. b. within 72 hours of the initial request. c. seven years after the contract is closed. d. upon request, providing a copy of a reasonably described record. - answer-d. upon request, providing a copy of a reasonably described record. FAR 24.201 For manufactured non-commercial end products, the test to determine the country of origin under the Buy American statute (Act) is a two-part test to a. define a foreign end product that is manufactured in a foreign country and the foreign cost of the components exceeds 50%. b. define a domestic end product. c. determine both a foreign and domestic end product. d. define a domestic end product that is manufactured in the United States and the domestic cost of the components exceeds 50%. - answer-d. define a domestic end product that is manufactured in the United States and the domestic cost of the components exceeds 50%. FAR 25.101 The Buy American statute (Act) restricts the purchase of supplies that are NOT a. domestic end products. b. sold by an authorized foreign firm. c. manufactured in the United States. d. sold in the United States. - answer-a. domestic end products. FAR 25.101 If a contractor has an approved purchasing system, a. consent is required for subcontracts identified in the subcontracts clause of the contract. b. purchases below the simplified acquisition threshold must be reviewed by the CO. c. only items on the government qualified products list may be used. d. F.O.B. origin may not be used. - answer-a. consent is required for subcontracts identified in the subcontracts clause of the contract. FAR 44.201-1(a) The contractor purchasing system review provides the administrative CO a basis for all of the following EXCEPT: a. granting approval of the contractor's purchasing system. b. withholding approval of the contractor's purchasing system. c. withdrawing approval of the contractor's purchasing system. d. providing suggested changes to the contractor's purchasing system. - answer-d. providing suggested changes to the contractor's purchasing system. FAR 44.301 Supplemental agreements are used to a. issue change orders. b. issue termination notices. c. definitize letter contracts. d. make administrative changes. - answer-c. definitize letter contracts. FAR 43.103 "Effective date" means the following: a. It is the date specified by the offeror in its proposal. b. For a supplemental agreement, it is the date set by the contracting officer. c. For a modification issued as a confirming notice of termination for the convenience of the government, it is the same as the effective date of the initial award of the contract. d. For solicitation amendment, change order, or administrative change, it is the issue date. - answer-d. For solicitation amendment, change order, or administrative change, it is the issue date. FAR 43.101 Change orders issued under the "Changes" clause of the contract shall use which form? a. SF 1449 b. SF 33 c. SF 52 d. SF 30 - answer-d. SF 30: Standard Form 30, Amendment of Solicitation/Modification of Contract. FAR 43.301 Unilateral modifications are NOT used to do which of the following? a. Reflect other agreements of the parties modifying the contract terms b. Issue change orders c. Make changes authorized by clauses other than a "Changes" clause (e.g., "Property" clause, "Optio

Montrer plus Lire moins
Établissement
CFCM - Certified Federal Contract Manager
Cours
CFCM - Certified Federal Contract Manager











Oups ! Impossible de charger votre document. Réessayez ou contactez le support.

École, étude et sujet

Établissement
CFCM - Certified Federal Contract Manager
Cours
CFCM - Certified Federal Contract Manager

Infos sur le Document

Publié le
4 mai 2024
Nombre de pages
114
Écrit en
2023/2024
Type
Examen
Contient
Questions et réponses

Sujets

€7,55
Accéder à l'intégralité du document:

Garantie de satisfaction à 100%
Disponible immédiatement après paiement
Lire en ligne ou en PDF
Tu n'es attaché à rien

Faites connaissance avec le vendeur

Seller avatar
Les scores de réputation sont basés sur le nombre de documents qu'un vendeur a vendus contre paiement ainsi que sur les avis qu'il a reçu pour ces documents. Il y a trois niveaux: Bronze, Argent et Or. Plus la réputation est bonne, plus vous pouvez faire confiance sur la qualité du travail des vendeurs.
BRAINSCAPE1 Chamberlain College Nursing
S'abonner Vous devez être connecté afin de suivre les étudiants ou les cours
Vendu
130
Membre depuis
1 année
Nombre de followers
14
Documents
11152
Dernière vente
1 semaine de cela
download to pass in your exam

**Profile: Exam and Flashcards Sales**. **Introduction:** Welcome to my profile! I specialize in providing comprehensive exam and flashcard resources tailored to meet your educational needs. With a dedication to quality and effectiveness, I aim to assist students in achieving their academic goals with ease and confide**Services Offered:** 1. **Exam Materials:**- I offer a wide range of exam materials for various subjects and levels, including standardized tests such as SAT, ACT, GRE, GMAT, TOEFL, and more- These materials are meticulously crafted to cover all exam topics comprehensively, ensuring thorough preparation and confidence on test day. 2. **Flashcards:** - My collection of flashcards is designed to facilitate efficient learning and retention of key concepts. - Each set of flashcards is carefully curated to highlight essential information, making studying more manageable and effective. **Why Choose Me:** 1. **Quality Assurance:** - I prioritize quality in all my products, ensuring accuracy, relevance, and reliability. - Every exam material and flashcard set undergoes rigorous review and updating to reflect the latest changes in curriculum and exam formats. 2. **User-Friendly Resources:** - My resources are user-friendly, featuring clear formatting, concise explanations, and intuitive organization to enhance the learning experience. - Whether you're a visual learner or prefer text-based study aids, my materials cater to diverse learning preferences. 3. **Affordability:** - I believe that access to quality educational resources should not be cost-prohibitive. Thus, I offer competitive pricing without compromising on quality.

Lire la suite Lire moins
4,4

20 revues

5
12
4
5
3
2
2
0
1
1

Documents populaires

Récemment consulté par vous

Pourquoi les étudiants choisissent Stuvia

Créé par d'autres étudiants, vérifié par les avis

Une qualité sur laquelle compter : rédigé par des étudiants qui ont réussi et évalué par d'autres qui ont utilisé ce document.

Le document ne convient pas ? Choisis un autre document

Aucun souci ! Tu peux sélectionner directement un autre document qui correspond mieux à ce que tu cherches.

Paye comme tu veux, apprends aussitôt

Aucun abonnement, aucun engagement. Paye selon tes habitudes par carte de crédit et télécharge ton document PDF instantanément.

Student with book image

“Acheté, téléchargé et réussi. C'est aussi simple que ça.”

Alisha Student

Foire aux questions