Your decision document tells the story of the source selection. What you solicited, what you evaluated, and why you awarded the contract. Write one every time, regardless of FAR part or dollar value. This is the single most important document in your contract file.
If every other document in your contract file went missing, the one you would want to survive is the award decision document. It is the narrative that ties the entire source selection together. It explains what the government needed, how you went about acquiring it, how you evaluated what came in, and why you picked the contractor you picked. Everything else in your file supports that document.
When GAO reviews a protest, when an IG looks at your procurement, when a follow-on CO inherits the contract, when a contractor asks for a debriefing, when leadership asks why you awarded the way you did, the first thing anybody reaches for is the decision document. A weak decision document makes every other problem worse. A strong decision document makes most problems manageable.
The FAR does not use the phrase "award decision document" consistently. Different parts use different names and have different minimum content requirements. The table below summarizes the most common ones.
| FAR Part | Common Name | Minimum Requirement |
|---|---|---|
| Part 8 FSS orders |
Documentation of best value determination | FAR 8.405-2(f) and 8.405-3(a)(7) require documentation supporting the order, including the rationale for any tradeoff. |
| Part 12 Commercial products and services |
Commercial item procedures (streamlined) | Post-RFO, commercial acquisitions run under Part 12 directly and are no longer layered onto Part 13 simplified acquisition procedures. Documentation should support the best value determination and price reasonableness under the commercial framework. |
| Part 13 Simplified acquisitions (non-commercial) |
Price reasonableness and selection rationale | FAR 13.106-3 requires documentation of the basis for award "to the extent necessary." Applies to non-commercial acquisitions below the simplified acquisition threshold. |
| Part 14 Sealed bidding |
Abstract of bids and award | Selection is formulaic (lowest responsive, responsible bidder). Documentation is mostly the abstract and responsibility determination. |
| Part 15 Negotiated acquisitions |
Source Selection Decision Document (SSDD) | FAR 15.308 requires a written source selection decision that documents the rationale, any tradeoffs, and the basis and reasoning for the decision. |
| Part 16 Task and delivery orders |
Documentation supporting the order | FAR 16.505(b)(7) requires documentation of the rationale for placement and price, tailored to the complexity and value of the order. |
Notice the variation. Part 15 has the most explicit requirement. Part 13 allows minimal documentation. Part 16 scales with complexity. If you read the FAR as a compliance checklist, you could conclude that a three-sentence file note is enough for a simplified acquisition. Read it as a floor you routinely exceed.
The minimum FAR requirement should be irrelevant to how much you document. Write a complete award decision document for every award. The reasons for doing so are practical rather than procedural.
It forces disciplined thinking. Writing a decision document is how you find the holes in your own evaluation. If you cannot explain in plain English why you awarded where you did, you do not yet understand your own source selection well enough to defend it. The act of writing clarifies the decision. Many COs discover problems with their tradeoff only when they sit down to write the document, which is exactly when you want to discover them.
It protects you and the next CO. A year from now you will have forgotten most of the context. Two years from now you will have moved to another job and someone else will be administering this contract. Five years from now a FOIA request, an audit, or a re-compete will surface the file. A good decision document means nobody has to reconstruct your reasoning from scratch.
It gives your debriefing something to stand on. The KTHQ standard for debriefings (see Topic I-10) is that you could redact the proprietary content and hand the decision document to the public. That only works if you wrote the document with that standard in mind from the start.
It preempts protests. A contractor who reads a thorough, well-reasoned decision document (through a debriefing or otherwise) has much less to protest about. A contractor who sees a two-paragraph file memo concluding that "best value was achieved" has every reason to suspect something was hidden.
Every award decision document, regardless of FAR part, should answer three questions clearly and in order:
1. What did you solicit? Describe the requirement. Summarize the acquisition strategy. State the evaluation approach you used and the criteria you established. If there was a PWS, a SOW, or a PD, summarize the performance standards. The reader should understand what the government was trying to buy and under what ground rules.
2. What did you evaluate? List the offerors who responded. Summarize each proposal or quote, including price. Summarize the evaluation against the criteria you stated. If there were strengths, weaknesses, or findings, describe them. If there was a price analysis or cost analysis, summarize its conclusions. The reader should understand what the government received and how each response was assessed against the rules the solicitation set.
3. Why did you award where you did? This is the heart of the document. Explain the decision. If it was a tradeoff, describe the tradeoff reasoning specifically. Identify which factor drove the decision and why. Explain why the award represents the best value, or the lowest price technically acceptable, or whatever standard the solicitation set. Tie the reasoning back to the evaluation and the criteria. The reader should understand not just that you picked a contractor, but why that specific contractor over each of the others.
Regardless of FAR part, a well-written decision document covers the following elements. Shorter acquisitions can handle several of these in a sentence each. Larger acquisitions deserve a paragraph or more per element. The point is that every element gets addressed.
| Element | What to Include |
|---|---|
| Requirement and background | What the government is buying, the estimated value, the period of performance, the requiring activity, and any relevant context. |
| Acquisition strategy | The FAR part used, the competition type (full and open, small business set-aside, sole source), whether commercial item procedures applied, the contract type, and the basis for those choices. |
| Solicitation and evaluation criteria | How the solicitation was issued, the response deadline, the evaluation approach (LPTA, best value tradeoff, other), and the specific criteria offerors were evaluated on. |
| Offerors and responses | Who responded, total evaluated price for each, and a summary of each proposal or quote against the criteria. |
| Evaluation results | Ratings, findings, strengths, and weaknesses tied to the stated criteria. The underlying evaluation report should be absorbed into the decision document rather than left sitting as a separate file. |
| Tradeoff or selection reasoning | The specific reasoning that led to the award decision. If a tradeoff was made, identify what was traded and why. If a price premium was paid, justify it. If the lowest price was selected, confirm it met the stated standard. |
| Responsibility determination | Confirmation that the awardee is responsible per FAR 9.104, including any applicable checks (SAM, past performance, financial capability). |
| Award decision | A clear statement of the awardee, the contract type, the total evaluated price, and the period of performance. Signed and dated by the CO. |
The quality of your debriefing depends entirely on the quality of your decision document. If the decision document explains the reasoning clearly, the debriefing writes itself. You are quoting your own record back to the unsuccessful offeror. If the decision document is vague or conclusory, the debriefing becomes an exercise in invention, and invented debriefings produce protests.
| Mistake | Why It Hurts |
|---|---|
| Conclusory language without reasoning | "The Government determined that Vendor X offered the best value." That is a conclusion, not a rationale. The reader still does not know why. |
| Reciting ratings without explaining the tradeoff | Listing that Vendor A got "Acceptable" and Vendor B got "Good" does not explain why the government was willing to pay more for Good, or why it was not. The tradeoff analysis is the decision, not the ratings. |
| Silent on the other offerors | Explaining why you picked the awardee without explaining why you did not pick each of the others leaves the comparison incomplete. Every unsuccessful offeror deserves a sentence or two of reasoning tied to the criteria. |
| Missing the price analysis | Every award requires a determination that the price is fair and reasonable. If the decision document does not say how you reached that determination (comparison to other offers, historical prices, published rates, etc.), the file is incomplete. |
| Hand-waving responsibility | "The contractor is responsible" is not a responsibility determination. Identify the checks you performed (SAM registration, financial capability, past performance) and the result of each. |
| Boilerplate that could apply to any procurement | If your decision document could be copied wholesale to a different source selection by changing the vendor name and price, it has no content. Every sentence should be specific to this acquisition. |
You will hear the argument that simplified acquisitions should minimize documentation. FAR 13.106-3(b) even hints at it, saying documentation should be "to the extent necessary." That language was written to free COs from bureaucratic overkill on a $5,000 micro-purchase, and that is a reasonable goal. It was not written to justify skipping the story on a $300,000 award.
The rule is simple: the decision document scales with the complexity and value of the acquisition, and it never disappears. A $10,000 micro-purchase can have a one-paragraph decision memo. A $150,000 simplified acquisition deserves a full narrative decision document. A $2M negotiated source selection gets a comprehensive SSDD. The structure and level of detail change. The fact that you write one does not.
You are the contracting officer on an acquisition for annual cybersecurity awareness training services for a federal agency component with approximately 1,800 employees. The estimated value is $180,000 for a one-year period of performance. The requirement is for commercial products and services, so the acquisition runs under FAR Part 12. Post-RFO, commercial acquisitions no longer flow through FAR Part 13 simplified acquisition procedures, so Part 13 does not apply here. The acquisition is a small business set-aside and will be awarded as a firm-fixed-price contract.
The agency wants an interactive training platform, customized content tied to agency-specific scenarios, monthly phishing simulations, and reporting dashboards for the information security office. Because customization and quality of content matter, you decided to use a best-value tradeoff approach rather than lowest-price technically acceptable. The solicitation was posted as a combined synopsis/solicitation on SAM.gov using the SF 1449.
Three vendors submitted quotes. Below are the relevant portions of the solicitation, the three quotes, and the evaluation findings. These all feed into the decision document you will write.
Commercial item solicitations under FAR Part 12 do not use formal Section L and M structure. Instead, the solicitation is typically a combined synopsis/solicitation on the SF 1449 with an addendum that spells out submission instructions and evaluation criteria. The rule here is simple: if you are going to conduct a tradeoff, write down the rules first, whether that rulebook is called Section L/M or Addendum A/B.
A.1 Quote Format. Quotes shall include a Technical Volume (not to exceed 10 pages, single-spaced, 11-point font) and a Price Volume (no page limit). Quotes shall be submitted via email to the contracting officer by the deadline in block 8 of the SF 1449.
A.2 Technical Volume Content. The Technical Volume shall address the following items in order:
(a) Platform and Delivery. Describe the training platform proposed, including delivery method (web-based, SCORM compatibility, mobile access), content library, and any required infrastructure.
(b) Content Customization. Describe how the vendor will customize training content to address agency-specific scenarios identified during a kickoff meeting with the information security office.
(c) Phishing Simulation Program. Describe the approach to monthly phishing simulations, including template variety, reporting, and remedial training for users who fail a simulation.
(d) Reporting and Metrics. Describe the dashboards and reports the vendor will provide to the information security office.
(e) Key Personnel. Identify the program manager and any subject matter experts who will support the agency.
A.3 Price Volume. The Price Volume shall include a firm-fixed-price for the one-year base period, broken down by labor, licensing, and any other cost elements.
B.1 Basis for Award. Award will be made to the responsible offeror whose quote represents the best value to the Government, considering the non-price factors and price. The Government reserves the right to award to other than the lowest-priced offeror.
B.2 Evaluation Factors. Quotes will be evaluated against the following factors, listed in descending order of importance:
Factor 1: Technical Approach (covering items A.2(a) through A.2(d) above)
Factor 2: Key Personnel (item A.2(e) above)
Factor 3: Price (evaluated for fairness and reasonableness)
B.3 Adjectival Ratings. Non-price factors will be rated using the following scale:
Good: The quote exceeds the stated requirement in a way that provides meaningful benefit to the Government. Contains strengths with no weaknesses.
Acceptable: The quote meets the stated requirement. No weaknesses that would impair performance.
Unacceptable: The quote fails to meet one or more stated requirements.
B.4 Tradeoff. The non-price factors combined are more important than price. As non-price ratings become more equal, price becomes more important. The Government will pay a price premium for technical superiority only when the technical advantage justifies the premium.
Three vendors submitted quotes. Here is a summary of each.
Platform and Delivery: Standard SCORM-compliant web platform with a library of 240 pre-built cybersecurity awareness modules. Mobile-accessible.
Content Customization: Offers selection from the existing library and light rebranding (agency logo on content). Does not offer scenario-based customization to agency operations.
Phishing Simulation: Monthly simulations drawn from a library of 35 templates. Failed users receive an automated remedial module.
Reporting: Standard dashboard showing completion rates and phishing failure rates. Monthly PDF report.
Key Personnel: One program manager with 6 years in cybersecurity training. Assigned to multiple agency accounts simultaneously.
Platform and Delivery: SCORM-compliant web platform with 180 modules and agency-branded mobile app. Integrates with agency SSO.
Content Customization: Includes a scoped kickoff workshop with the information security office to identify agency-specific risks. Develops three custom scenario-based modules during the first 60 days, reflecting actual incident patterns the agency has faced. Updates custom content quarterly.
Phishing Simulation: Monthly simulations drawn from a library of 60+ templates, with the option to customize two simulations per quarter to reflect agency-specific threat patterns. Failed users receive a five-minute interactive remediation session, not just a passive module.
Reporting: Real-time dashboard with role-based views. Monthly briefing deck prepared for the information security office, including trend analysis across departments.
Key Personnel: Dedicated program manager with 11 years of experience and a CISSP. Named subject matter expert for custom content development who previously worked at a federal SOC.
Platform and Delivery: Proprietary platform with extensive course library. Requires separate login (no SSO integration proposed).
Content Customization: States that customization is "available upon request" but does not describe a scoped approach, timeline, or deliverables. No mention of agency-specific scenarios.
Phishing Simulation: Monthly simulations. Template library not specified. Remediation approach described as "follow-up training."
Reporting: Describes dashboards generically. Does not address the specific needs of the information security office.
Key Personnel: Program manager identified by name. No resume or qualifications provided.
After reviewing the three quotes against the stated criteria, the contracting officer and the information security office reach the following assessments:
| Vendor | Factor 1: Technical Approach | Factor 2: Key Personnel | Price |
|---|---|---|---|
| CyberTrain Partners | Acceptable | Acceptable | $148,200 |
| SecureMinds Training | Good | Good | $162,800 |
| Apex Security Learning | Unacceptable | Unacceptable | $195,500 |
CyberTrain met the requirement. Their off-the-shelf approach satisfies the stated needs but offers no meaningful customization beyond logo branding, and their remediation is a passive automated module. No strengths, no weaknesses.
SecureMinds received a Good rating on Technical Approach based on two strengths: (1) the scoped customization workshop and three custom modules addressing actual agency incident patterns, which exceeds the "customization" requirement in A.2(b) in a way that directly benefits the agency, and (2) the interactive remediation session for failed phishing simulations, which provides meaningful learning value beyond the passive module approach. Good rating on Key Personnel based on the named subject matter expert with federal SOC background, which provides depth beyond what A.2(e) required.
Apex rated Unacceptable on both non-price factors. Their proposal failed to describe customization with any specificity, failed to provide key personnel qualifications, and failed to address the information security office's reporting needs. Price was also the highest of the three.
Below is an award decision document that a reviewer could sign off on as technically compliant. It documents the basis for award. It names the awardee. It asserts that the price is reasonable. And it is a problem.
Memorandum for Record – Award Decision
The Government issued solicitation XYZ-26-Q-0014 for cybersecurity awareness training services. Three vendors responded:
1. CyberTrain Partners Inc – $148,200
2. SecureMinds Training LLC – $162,800
3. Apex Security Learning – $195,500
The quotes were evaluated in accordance with the criteria in the solicitation. SecureMinds Training LLC was determined to represent the best value to the Government. Award is made to SecureMinds Training LLC at a total evaluated price of $162,800.
The awardee is registered in SAM and is considered responsible. The price is determined to be fair and reasonable based on comparison with the other quotes received.
[Signature and date]
Contracting Officer
Here is the same award decision, written at the KTHQ standard. The document tells the full story and absorbs the supporting records (the Abstract of Quotes and the Price Negotiation Memorandum) as inline sections rather than filing them separately. If the rest of the contract file vanished, a follow-on CO could reconstruct the essential source selection reasoning from this document alone.
Award Decision Document
1. Requirement and BackgroundThe requiring activity, the agency information security office, has an annual requirement for cybersecurity awareness training services supporting approximately 1,800 employees. The scope includes an interactive training platform, custom content tied to agency-specific scenarios, monthly phishing simulations, and reporting dashboards for the information security office. The estimated value is $180,000 for a one-year period of performance. The requiring activity identified customization and content quality as meaningful differentiators, which shaped the decision to use a best-value tradeoff approach.
2. Acquisition StrategyThis acquisition was conducted under FAR Part 12 for commercial products and services. Under the Revolutionary FAR Overhaul, commercial acquisitions run under Part 12 directly and are no longer layered onto FAR Part 13 simplified acquisition procedures. The acquisition was issued as a total small business set-aside. The contract type is firm-fixed-price for a one-year base period with no options. The solicitation was posted on SAM.gov as a combined synopsis/solicitation using the SF 1449, with a response period of fifteen calendar days.
3. Evaluation ApproachThe solicitation (Addendum B) stated that award would be made to the responsible offeror whose quote represented the best value to the Government, considering non-price factors and price. Evaluation factors, in descending order of importance, were:
Factor 1 – Technical Approach (platform and delivery, content customization, phishing simulation program, reporting and metrics)
Factor 2 – Key Personnel (program manager and subject matter experts)
Factor 3 – Price (fair and reasonable determination)
Non-price factors combined were more important than price. The solicitation stated that the Government would pay a price premium for technical superiority only when the technical advantage justified the premium. Non-price factors were rated using a three-level adjectival scale: Good, Acceptable, Unacceptable.
4. Quotes ReceivedThree small business vendors submitted quotes by the response deadline:
CyberTrain Partners Inc proposed a standard SCORM-compliant platform with a library of 240 pre-built modules and monthly phishing simulations from a library of 35 templates. Customization was limited to agency logo branding on existing content. Remediation for failed simulations was an automated passive module. Proposed one program manager with six years of experience, assigned to multiple accounts. Total evaluated price: $148,200.
SecureMinds Training LLC proposed a SCORM-compliant platform with SSO integration and an agency-branded mobile app. Customization included a scoped kickoff workshop with the information security office, three custom scenario-based modules developed during the first 60 days based on actual agency incident patterns, and quarterly content updates. Phishing simulations drawn from a library of 60+ templates with two customizable simulations per quarter. Remediation for failed simulations was a five-minute interactive session. Proposed a dedicated program manager with eleven years of experience (CISSP certified) and a named subject matter expert for custom content development with prior federal SOC experience. Total evaluated price: $162,800.
Apex Security Learning proposed a proprietary platform without SSO integration. Customization was described as "available upon request" without a scoped approach, timeline, or deliverables. Phishing simulation template library was not specified. Reporting section described dashboards generically without addressing the information security office's needs. Key personnel qualifications were not provided. Total evaluated price: $195,500.
5. Abstract of QuotesThe following abstract summarizes the quotes received, arranged in order of total evaluated price. This abstract is incorporated into this decision document and no separate abstract is maintained elsewhere in the contract file.
| Quote # | Vendor | SAM UEI | Small Business | Received | Total Evaluated Price |
|---|---|---|---|---|---|
| Q-01 | CyberTrain Partners Inc | CTP4XYZ1A2B3 | Yes (SDVOSB) | Mar 24, 2026 – 10:14 ET | $148,200.00 |
| Q-02 | SecureMinds Training LLC | SMT7ABC2D4E6 | Yes (WOSB) | Mar 25, 2026 – 14:47 ET | $162,800.00 |
| Q-03 | Apex Security Learning | APX2LMN3F5G8 | Yes | Mar 25, 2026 – 16:52 ET | $195,500.00 |
All three quotes were received prior to the response deadline of 5:00 PM ET on March 25, 2026. No quotes were received after the deadline. No quotes were withdrawn. The Independent Government Cost Estimate (IGCE), prepared by the requiring activity on March 3, 2026, was $180,000.00.
6. Evaluation ResultsCyberTrain Partners – Technical Approach: Acceptable. Key Personnel: Acceptable. The quote met the requirement without strengths or weaknesses. The approach satisfies the baseline needs in Addendum A, but offers no meaningful customization beyond logo branding and provides only passive remediation for failed phishing simulations.
SecureMinds Training – Technical Approach: Good. Key Personnel: Good. Two strengths were identified under Factor 1. First, the scoped customization workshop and three custom scenario-based modules addressing actual agency incident patterns exceed the customization requirement in Addendum A.2(b) in a way that directly benefits the agency, because generic awareness content is substantially less effective than content that reflects the agency's actual threat environment. Second, the interactive five-minute remediation session for failed phishing simulations provides meaningful learning reinforcement compared to a passive module. Under Factor 2, the named subject matter expert with prior federal SOC experience provides specialized depth beyond the baseline requirement in Addendum A.2(e).
Apex Security Learning – Technical Approach: Unacceptable. Key Personnel: Unacceptable. The quote failed to describe customization with any specificity, provided no program management qualifications, and did not address the reporting needs of the information security office. An Unacceptable rating indicates a quote that fails to meet one or more stated requirements, which disqualifies the quote from further consideration in the tradeoff.
7. Tradeoff AnalysisBecause Apex rated Unacceptable on both non-price factors, the tradeoff was between CyberTrain and SecureMinds. CyberTrain was the lowest evaluated price at $148,200. SecureMinds was $14,600 higher at $162,800, a price premium of approximately 9.8 percent.
The relevant question is whether SecureMinds' technical superiority justifies the premium. The information security office and the contracting officer conclude that it does, for the following reasons:
The most important factor under the solicitation is Technical Approach. SecureMinds was rated Good on this factor based on two specific strengths, while CyberTrain was rated Acceptable with no strengths. The difference is not cosmetic. Custom scenario-based modules developed against the agency's actual incident patterns directly address the agency's stated goal of reducing successful phishing and social engineering attacks. Generic off-the-shelf training, while compliant, has diminishing returns on users who have already seen similar content elsewhere. The agency's information security office specifically identified scenario-based customization as the capability that would most improve outcomes in the requiring activity's memorandum dated March 15, 2026.
Similarly, the interactive remediation model for failed phishing simulations is a meaningful difference. Industry research and the information security office's own data indicate that repeat failures decline substantially when users receive an interactive remediation experience rather than a passive refresher. This directly supports the agency's stated performance goal of reducing phishing failure rates year over year.
On Factor 2, SecureMinds' named subject matter expert with prior federal SOC experience supports the custom content development in a way that CyberTrain's generalist program manager does not. This is not a decisive factor on its own, but it reinforces the conclusion on Factor 1.
The $14,600 price premium represents less than one percent of the estimated total annual cost to the agency of a single successful phishing-based security incident, based on the information security office's historical incident cost data. The technical advantage directly targets the outcome the agency is trying to achieve. The premium is justified.
8. Price Negotiation Memorandum (Inline)This section functions as the Price Negotiation Memorandum for this acquisition. No separate PNM is maintained in the contract file.
8.1 Basis for Price Reasonableness. Adequate price competition was obtained. Three responsive quotes were received from independent small business sources, each responding to the same combined synopsis/solicitation under the same terms. Under FAR 15.404-1(b)(2)(i), two or more responsible offerors competing independently for an award satisfies the adequate price competition standard. The determination of price reasonableness rests primarily on that competition, supported by comparison to the IGCE.
8.2 Comparison Among Quotes. The three quotes ranged from $148,200 to $195,500, a spread of $47,300 or approximately 32 percent above the lowest quote. The awardee's price of $162,800 falls between the lowest and highest quotes. A spread of this magnitude is consistent with meaningful differentiation in scope, customization, and personnel quality, as reflected in the technical evaluation. No quote was so far outside the cluster as to suggest a pricing error or misunderstanding of the requirement.
8.3 Comparison to the IGCE. The IGCE, prepared on March 3, 2026, by the requiring activity's program analyst based on prior year pricing for similar commercial training services at peer agencies, was $180,000. All three quotes came in below the IGCE:
CyberTrain Partners: $148,200 (17.7 percent below IGCE)
SecureMinds Training (awardee): $162,800 (9.6 percent below IGCE)
Apex Security Learning: $195,500 (8.6 percent above IGCE)
The awardee's price falls within a reasonable range below the IGCE, which supports the reasonableness determination.
8.4 Price Realism. The solicitation did not require a price realism analysis, as the contract type is firm-fixed-price and the risk of unbalanced or unrealistic pricing shifts to the contractor. The contracting officer nonetheless reviewed the awardee's price breakdown (labor: $118,000; platform licensing: $32,000; content development and customization: $12,800) and found it reasonable for the scope of effort proposed. There are no indications that the awardee has underpriced the requirement to a degree that would jeopardize performance.
8.5 Determination. Based on the adequate price competition, the comparison among the three quotes, the comparison to the IGCE, and the review of the awardee's price breakdown, the contracting officer determines the price of $162,800 offered by SecureMinds Training LLC to be fair and reasonable for the required commercial cybersecurity awareness training services.
9. Responsibility DeterminationSecureMinds Training LLC has been determined responsible under FAR 9.104-1. SAM.gov registration is active with no exclusions. A check of FAPIIS returned no adverse entries. Past performance on three comparable federal cybersecurity training contracts was reviewed through CPARS and government references and is satisfactory. Financial capability was confirmed through SAM registration and a brief review of the vendor's recent financial statements, which indicate no adverse conditions. The vendor has the organization, experience, and technical skills required to perform this contract.
10. Award DecisionAward is made to SecureMinds Training LLC under solicitation XYZ-26-Q-0014 for cybersecurity awareness training services, firm-fixed-price contract, total evaluated price $162,800, for a one-year period of performance. This award represents the best value to the Government considering the non-price factors and price as set forth in the solicitation.
[Signature and date]
Contracting Officer
For each situation, choose the option most consistent with a well-written award decision document at the KTHQ standard.
You are awarding a $6,500 micro-purchase for lab supplies from an established vendor. FAR 13.106-3 does not require a formal decision document at this threshold.
What does the KTHQ standard say about documentation?
You are writing the tradeoff section of a decision document for a best-value acquisition. The awardee had a stronger technical rating and a higher price than the next closest offeror. Which version belongs in the decision document?
A well-written decision document answers three questions. Which set correctly captures them?
Your draft decision document explains in detail why the awardee was selected but does not discuss the other two offerors beyond listing their prices. A colleague reviewing the draft points this out.
What is the correct response?
A senior CO reviewing your draft decision document for a $175,000 commercial services best-value tradeoff under FAR Part 12 comments: "This is a commercial buy. You are over-documenting. Cut this in half."
How do you respond?