Beginner Track • Topic 14

Evaluating Brand Name J&As

Your mission partners mean well, but that brand name justification they handed you probably needs some work. Learn what to look for, what questions to ask, and when a sole source actually makes sense.

The Basics

Evaluating Brand Name Justifications

Your job is not to rubber-stamp what the customer sends you. Your job is to evaluate whether the justification actually holds up. Here is how to do that.

1 What You Are Actually Evaluating

In operational contracting, you receive J&As with your packages regularly. Mission partners are domain experts who understand what they need. They have done the legwork, determined their requirements, and tried to justify a specific approach.

A brand name J&A says "we need this specific product from this specific manufacturer, and nothing else will work." That is a high bar to clear.


2 Walk Them Back

The first thing you do when you receive a brand name J&A is walk the customer back through their reasoning.

How did they get to that determination? What market research did they do? Did they look at alternatives? Did they talk to other vendors?

Is this company really the only one who can supply this? Or did they just Google it, find one company, and call it a day?

Is it truly a brand name requirement, or is it a performance requirement that happens to be met by one brand they know about?

Many times the customer found one vendor that works and stopped looking. That is not a justification. That is convenience.


3 When a Sole Source Actually Makes Sense

There are legitimate reasons to restrict competition. The key is whether the justification actually supports the restriction.

Substantial duplication of costs. If the Government has an existing system built around a specific manufacturer's components, and switching would require replacing the entire infrastructure, that is a real justification.

Proprietary interfaces and data rights. If the manufacturer owns the technical data and nobody else can legally produce the item, competition is not possible.

Safety and interoperability requirements. Genuine limitations that cannot be met by alternatives are legitimate grounds.

The justification needs to explain WHY, not just WHAT. "We need Brand X" is not a justification. "We need Brand X because our existing system uses proprietary connectors that only Brand X manufactures, and replacing the system would cost $2M with no operational benefit" is a justification.


4 Red Flags

"This is what we have always used" - not a justification.

"The vendor is local" - not a justification.

"We already have a relationship with them" - not a justification.

No market research documented at all.

The J&A was clearly written by the vendor - you can tell.

The justification describes a brand name but the actual requirement could be written as a performance specification.

When you push back, you are not being difficult. You are doing your job. The customer may not like it, but competition saves the Government money and it is the law. Help them get to a better answer, not just the easy one.

5 The AF Single Source Justification Template

The Air Force uses a simplified single source justification form for acquisitions under the simplified acquisition threshold. This is the template you will see most often when customers bring you a brand name buy at the base level. It has five sections:

Section A: General Contract Information. The basics: contracting activity, project name, PR number, and estimated cost. Nothing to evaluate here, just make sure it matches the package.

Section B: Description of the Supplies/Services Required. What are they buying? This should be clear enough that someone unfamiliar with the requirement can understand it.

Section C: Justification for Soliciting from a Single Source or Brand Name. This is where the real evaluation happens. The customer needs to explain WHY this specific source or brand name is necessary.

Section D: Efforts to Obtain Competition. What did they do to look for alternatives? Did they check SAM.gov? Did they contact other vendors?

Section E: Steps to Preclude Future Single Source or Brand Name Awards. What will they do differently next time to allow competition?

The form cites FAR 13.106-1(b)(1) as the authority for single source simplified acquisitions. This is separate from the Part 6 J&A process. Under simplified acquisition procedures, the contracting officer just needs to document the basis for soliciting from a single source.

Check the J&A Examples tab to see how this looks on paper, and how it falls apart when done wrong.

Interactive Tool

J&A Examples

Same scenario, two very different justifications. A maintenance shop needs replacement HEPA filters for an air handling unit. Click highlighted sections for coaching notes. Blue borders highlight what makes a justification strong. Red borders flag problems.

Single Source Justification

Simplified Acquisition Procedures / FAR 13.106-1(b)(1)
Section A: General Contract Information
Contracting Activity: 88 CONS/LGCA, Wright-Patterson AFB, OH
Project Name: PMEL HVAC Filter Replacement
PR Number: FD20260315-0042
Estimated Cost: $12,480.00
Section B: Description of the Supplies/Services Required
Replacement HEPA filters (24x24x12, 99.97% efficiency at 0.3 microns) for the Trane ClimaTuff air handling unit in Building 100, supporting clean room operations in the Precision Measurement Equipment Laboratory (PMEL). Quantity: 24 filters (12 per semi-annual replacement cycle). NSN: None (commercial item, proprietary dimensions).
Section C: Justification for Soliciting from a Single Source or Brand Name
The Trane ClimaTuff AHU in Building 100 requires filters with proprietary frame dimensions (24.125 x 24.125 x 12.25 inches) that are specific to the Trane filter rack assembly. Standard 24x24x12 HEPA filters do not fit the proprietary mounting system without modification, which would compromise the clean room seal integrity required for PMEL calibration operations. Donaldson P/N DF-2412-HE is the only filter manufactured to Trane's proprietary specifications for this unit. Market research on SAM.gov and through GSA Advantage confirmed no other manufacturer produces a compatible filter with the required proprietary dimensions. Replacing the filter rack assembly to accept standard filter dimensions would cost approximately $45,000 and require 3 weeks of PMEL downtime, during which calibration services for the wing would be unavailable.
Section D: Efforts to Obtain Competition
Searched SAM.gov for HEPA filter suppliers (NAICS 333413) on 15 Jan 2026. Searched GSA Advantage for compatible replacement filters on 16 Jan 2026. Contacted two additional filter distributors (ABC Filtration, ph: 555-0142; XYZ Industrial Supply, ph: 555-0198) who both confirmed they cannot source a filter matching the proprietary Trane dimensions. See attached market research documentation.
Section E: Steps to Preclude Future Single Source or Brand Name Awards
When the AHU is replaced at end of life (estimated FY28 per the Civil Engineer real property maintenance plan), the replacement specification will require standard HEPA filter dimensions to enable competitive sourcing of replacement filters going forward.
Contracting Officer Determination: I have determined, in accordance with FAR 13.106-1(b)(1), that the circumstances of this contract action deem only a single source is reasonably available.

FAR 6.302-1

Only One Responsible Source. The regulatory basis for sole source justifications and what you need to demonstrate.

Read on acquisition.gov

FAR 11.104

Use of Brand Name or Equal. When you can mandate a brand name and how to structure those requirements properly.

Read on acquisition.gov

FAR 11.105

Items Peculiar to One Manufacturer. Covers situations where only one vendor makes a particular item.

Read on acquisition.gov

FAR 10.002

Market Research Procedures. The foundation for determining whether competition is actually possible and what you need to document.

Read on acquisition.gov
Test Yourself

Practice Evaluating Justifications

Think you can spot a weak justification? Pick an activity below and find out.

Question 1 of 12
Easy

Motorola APX 8000 Portable Radios

A fire department sends you a single source justification for 15 Motorola APX 8000 portable radios at $6,800 each ($102,000 total). The justification states:

Section C: "We need Motorola APX 8000 radios because they are the best radios on the market and our firefighters are already trained on them. Motorola is the industry standard for public safety communications."

Section D: "We checked Motorola's website for pricing."

Section E: "We will continue to purchase Motorola radios as they become available."

What do you do?

Return for Revision. This justification has multiple problems. "Best on the market" is an opinion, not a technical justification. "Already trained on them" is convenience, not necessity. The market research only checked the manufacturer's own website, which is not a competitive analysis. And Section E says they plan to keep buying sole source forever, which defeats the purpose.

The underlying requirement might be legitimate. Motorola uses proprietary encryption protocols, and if the fire department's existing infrastructure runs on Motorola's ASTRO 25 system, there could be a real interoperability justification. But the customer did not write that. Send it back and help them articulate the actual technical basis, if one exists. If it does not, this needs to be competed.
Medium

Fluke 80PK-27 SureGrip Temperature Probes

A calibration lab submits a single source justification for 30 Fluke 80PK-27 temperature probes at $89 each ($2,670 total). The justification states:

Section C: "The Fluke 80PK-27 probe uses a proprietary SureGrip connector interface that mates directly with our Fluke 287 and Fluke 289 True-RMS multimeters. These multimeters use a banana plug/thermocouple socket combination unique to Fluke's design. Third-party K-type thermocouple probes require an adapter (Fluke P/N 80AK) that introduces measurement error of +/- 0.5 degrees C, which exceeds the 0.3 degree tolerance required by our PMEL calibration procedures (TO 33K-1-100-2)."

Section D: "Searched SAM.gov on 3 Feb 2026. Searched GSA Advantage on 4 Feb 2026. Contacted Omega Engineering (555-0177) and Extech Instruments (555-0234), neither of whom manufactures a probe with the proprietary Fluke connector. See attached emails."

Section E: "When the multimeters reach end of life (estimated FY29), replacement specifications will require standard K-type thermocouple interfaces to enable competitive probe sourcing."

What do you do?

Approve. This is a well-written justification. The technical basis is specific: a proprietary connector that cannot be replicated, with a measurable accuracy penalty when using adapters that exceeds a documented calibration tolerance. The market research is thorough, with two alternative vendors contacted and dates recorded. The future plan is concrete and tied to a specific event. The dollar value is low, but the quality of the justification should be the same regardless of amount. This one clears the bar.
Hard

Cisco Catalyst 9300 Network Switches

The communications squadron submits a single source justification for 8 Cisco Catalyst 9300 switches at $9,200 each ($73,600 total). The justification states:

Section C: "Our network infrastructure is built on Cisco IOS-XE. All 47 existing switches are Cisco Catalyst series. Adding a different manufacturer's switches would require a separate management platform, separate training for network administrators, and separate spare parts inventory. Per the attached cost analysis, maintaining a dual-vendor environment would cost an additional $185,000 over three years in licensing, training, and support contracts versus $73,600 for Cisco replacements."

Section D: "Searched SAM.gov and GSA Advantage on 10 Jan 2026. Contacted Juniper Networks (555-0312) and Aruba/HPE (555-0287) for compatibility assessments. Both confirmed their switches can operate in a Cisco environment but require additional management software. See attached correspondence."

Section E: "The base network modernization project (programmed FY29) will evaluate open-standard network architectures that do not require single-vendor lock-in."

What do you do?

Return for Revision. This is a tricky one because the justification is well-written and the cost analysis looks compelling. But there is a problem: the market research actually found that alternatives exist. Both Juniper and Aruba confirmed their switches CAN work in the Cisco environment, they just cost more.

That is a best-value argument, not a sole source justification. The fact that Cisco is cheaper than the alternative does not mean Cisco is the only source. It means Cisco might win a competitive evaluation. Those are different things.

The right approach here is to either: (1) compete it and let Cisco win on price/technical merit, which they probably will; or (2) rewrite the justification to focus on a genuinely proprietary element, like Cisco's DNA Center integration or specific security features that alternatives cannot replicate. The cost-avoidance argument alone does not meet the "only one responsible source" standard.