Beginner Track • Topic 18

FAR Part 12: Restricting Competition for Commercial Items

Commercial product and commercial service acquisitions have a streamlined lane, but the trigger is the procedure you use. Under the FAR overhaul, Part 12 simplified procedures rely on 41 U.S.C. 1901 through $9M, and 41 U.S.C. 1901 plus 1903 for qualifying $9M to $15M actions.

The Basics

FAR Part 12: Restricting Competition

The streamlined commercial process, the $9M and $15M thresholds, and when you use Part 12 authority instead of Part 6 authority.

1 The $9M / $15M Simplified Procedures Lane

FAR Part 12 gives commercial product and commercial service acquisitions a streamlined path for restricting competition, but the key is knowing when you are actually in that lane. Under the FAR overhaul, Part 12 now houses the simplified procedures for commercial acquisitions. When you award using FAR 12.201-1 simplified procedures, FAR Part 6 is not the source of your competition authority. Instead, 41 U.S.C. 1901 covers actions above the SAT through $9M, and 41 U.S.C. 1901 plus 1903 covers qualifying emergency or contingency-type actions above $9M through $15M.

If your acquisition is commercial and you are using FAR 12.201-1 simplified procedures, follow FAR 12.102 for restricting competition. For acquisitions above the SAT through $9M, cite 41 U.S.C. 1901. For qualifying 12.001(c) acquisitions above $9M through $15M, cite 41 U.S.C. 1901 and 1903. Once you are outside that simplified procedures lane, use the appropriate Part 6 authority.

This distinction matters because it affects your approval chain, the documentation burden, and the statutory authority you cite. Get it wrong and you either create unnecessary work for everyone downstream or cite the wrong statute in the file.


2 How Commercial Sole Source Works

The authority for the basic commercial simplified procedures lane is 41 U.S.C. 1901. That statute authorizes simplified procedures above the SAT when the contracting officer reasonably expects offers to include only commercial products or commercial services. 41 U.S.C. 1903 is not the general $9M authority. It is the special emergency procurement authority that expands the lane for qualifying acquisitions, which is why the FAR overhaul cites 1901 alone through $9M and 1901 plus 1903 only for qualifying actions above $9M through $15M.

Part 6 is different. It draws its competition authorities from 41 U.S.C. 3304 for civilian agencies and 10 U.S.C. 3204 for DoD, NASA, and the Coast Guard. Those authorities still matter for commercial acquisitions once you leave the Part 12 simplified procedures lane. Different lane, different statutory citation, different documentation posture.

If you have ever wondered why the FAR overhaul moved so many procedures from old Part 13 into Part 12, this is the reason. The simplified commercial procedures were historically housed in Part 13. The Revolutionary FAR overhaul reorganized them into Part 12 where they logically belong, alongside the other commercial acquisition rules. Same statutory authority, just a different home in the FAR.

Here is how it works at each dollar level:

Below the SAT: If only one source is reasonably available, you document the basis for that determination in the contract file. That means a brief written justification explaining who you are buying from, what you need, why this source is the only reasonable option, and what market research you conducted. Keep it simple and factual. No formal approval chain beyond the contracting officer.

Above the SAT through $9M: You need a written justification following the content requirements in FAR 6.104-1. The format mirrors what you would see in a Part 6 J&A, but the statutory authority you cite is 41 U.S.C. 1901, not 41 U.S.C. 3304 or 10 U.S.C. 3204. The justification must be approved in accordance with the thresholds in Table 6-1 of FAR 6.104-2.

Above $9M through $15M for qualifying 12.001(c) acquisitions: You may remain in the Part 12 simplified procedures lane only when the acquisition supports one of the listed contingency, emergency, disaster, or cyber/nuclear/biological/chemical/radiological circumstances. In that narrow band, cite 41 U.S.C. 1901 and 1903.

Above $9M, unless the 12.001(c) $15M authority applies: You are outside the simplified procedures lane. Use FAR 12.201-2 and cite one of the Part 6 authorities in FAR 6.103, as appropriate: 41 U.S.C. 3304 for civilian agencies or 10 U.S.C. 3204 for DoD, NASA, and the Coast Guard.

BOTTOM LINE:

This is a lot of information, and I get that. The FAR is making you track the item type, the dollar value, the procedure, and the statute all at the same time. So let me break it down like a normal human. If you learn one thing from this lesson, learn this: do not grab a Part 6 citation just because the buy is sole source. First ask what you are buying and whether you are above or below the SAT.

Commercial and at or below the SAT: Do not reference FAR Part 6. Document the one-source decision in the file under FAR 12.102(a). If you include a statutory authority, use 41 U.S.C. 1901.

Commercial and above the SAT: First ask whether you are still in the FAR 12.201-1 simplified procedures lane. Through $9M, cite 41 U.S.C. 1901. For qualifying 12.001(c) actions above $9M through $15M, cite 41 U.S.C. 1901 and 1903. You use FAR 6.104 for the written justification content and approval mechanics, but you do not cite a Part 6 statute unless you are outside the Part 12 simplified procedures lane.

Non-commercial and at or below the SAT: Do not reference FAR Part 6. Use simplified acquisition procedures. Part 6 can be a helpful reasoning guide, but you are not limited to the Part 6 exceptions.

Non-commercial and above the SAT: Use FAR Part 6 if you are restricting competition. Civilian agencies cite 41 U.S.C. 3304; DoD, NASA, and the Coast Guard cite 10 U.S.C. 3204.


3 Approval Thresholds

For sole source commercial justifications above the SAT, FAR 6.104-2 Table 6-1 specifies who approves at each dollar level.

Value (Including Options) Approval Authority
$900,000 or below Contracting Officer (accomplished by CO certification)
Over $900,000 to $20M Advocate for Competition (not delegable)
Over $20M to $150M (DoD, NASA, Coast Guard) Head of Procuring Activity (may delegate to GO/FO or civilian above GS-15)
Over $150M (DoD, NASA, Coast Guard) Senior Procurement Executive (not delegable)

For most operational contracting buys, you will be in the first tier. But pay attention to the total value including options. A base year of $400K with four option years pushes you over $900K and into the competition advocate's lane.

Agencies may assign or delegate these authorities differently. The table above is what the FAR prescribes, but your agency or command may have local policy that adjusts delegation levels or adds additional coordination requirements. Check your agency's FAR supplement for those details before you route your package.

4 Why This Matters for Operational Contracting

In operational contracting, you buy a lot of commercial items and services. Equipment maintenance, IT hardware, commercial software licenses, commercial services. If you are writing a Part 6 J&A every time you need to sole source a $50,000 commercial buy, you are creating unnecessary work for yourself and your approval chain.

Part 12 was designed to make commercial buying faster and simpler. The competition documentation is streamlined because Congress recognized that commercial items already exist in a competitive marketplace. The documentation burden should be proportional to the risk and complexity of the buy.

Before you start writing a Part 6 J&A, ask yourself: Is this commercial? Am I using FAR 12.201-1 simplified procedures? Am I inside the $9M lane, or inside the special $15M lane for a qualifying 12.001(c) action? If yes, use the Part 12 process and cite the Part 12 statutory authority.

5 How This Connects to the Other Parts

Here is the full picture of competition authorities, including what each sole source document is actually called:

FAR Part 6: Justification and Approval (J&A). Open-market acquisitions using Part 6 competition authorities, including commercial acquisitions that are outside the Part 12 simplified procedures lane. Authority: 41 U.S.C. 3304 / 10 U.S.C. 3204.

FAR Part 8: Limited Sources Justification. Orders from Federal Supply Schedules (GSA). Authority: FAR 8.405-6.

FAR Part 12: Commercial Sole Source Justification. Commercial product and commercial service buys using FAR 12.201-1 simplified procedures. Authority: 41 U.S.C. 1901 through $9M; 41 U.S.C. 1901 and 1903 for qualifying 12.001(c) actions through $15M.

FAR Part 16: Exception to Fair Opportunity. Task and delivery orders off IDIQ and requirements contracts. Authority: FAR 16.507-6.

People use "J&A" interchangeably for all of these, but each document has its own name and its own lane. When someone says "sole source," a sharp contracting officer asks what procedure and authority apply: Part 12 simplified procedures, Part 6, Part 8, or Part 16. Using the wrong authority is one of the most common errors in contracting files. When in doubt, figure out what you are buying, what procedure you are using, and which threshold you are inside.


6 What Goes Into a Sole Source Justification

Under the SAT: Keep it straightforward. Your written determination should identify the contracting activity, describe what you are buying and for how much, explain why you believe only one source can meet the requirement, document whatever market research you conducted, and include your certification as the contracting officer. Think of it as a short memorandum for record. No elaborate format, no routing through a competition advocate. Just the facts that support your decision, signed by you.

Most under-the-SAT determinations fit on a single page. That does not mean shorter is always better. Document what needs documenting. But if a straightforward commercial buy is generating a five-page sole source memo, you may be borrowing structure from the over-SAT format when you do not need to.

Over the SAT in the FAR 12.201-1 simplified procedures lane: Now you follow the content requirements in FAR 6.104-1. This covers commercial acquisitions above the SAT through $9M under 41 U.S.C. 1901, and qualifying 12.001(c) acquisitions above $9M through $15M under 41 U.S.C. 1901 and 1903. The justification must include at minimum twelve elements:

(1) Identification of the agency, contracting activity, and specific identification of the document as a "Justification for Other Than Full and Open Competition."

(2) Nature of the action being approved (new contract, modification, follow-on, etc.).

(3) Description of supplies or services required to meet agency needs, including the estimated value.

(4) Statutory authority permitting other than full and open competition. For commercial acquisitions above the SAT through $9M using FAR 12.201-1 simplified procedures, cite 41 U.S.C. 1901. For qualifying 12.001(c) acquisitions above $9M through $15M, cite 41 U.S.C. 1901 and 1903.

(5) Demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires using the authority cited. This is the heart of the justification.

(6) Efforts to solicit offers from as many potential sources as possible, including whether a notice was or will be publicized per FAR Part 5.

(7) Fair and reasonable price determination by the contracting officer.

(8) Market research conducted and results, or a statement of the reason market research was not conducted.

(9) Any other supporting facts.

(10) Listing of sources that expressed interest in writing.

(11) Actions the agency may take to remove or overcome barriers to competition before subsequent acquisitions.

(12) Contracting officer certification that the justification is accurate and complete.

That list looks long, but several of those elements are one or two sentences. The sections that require real thought are (3), (5), (6)/(8), and (11). The rest are administrative.

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

Interactive Tool

Sole Source Justification Examples

Two scenarios at two dollar levels showing how documentation scales with value. Click highlighted sections for coaching notes. Blue borders highlight what makes a justification strong. Red borders flag problems.

Scenario 1: Under the SAT ($67,000)

A security forces squadron needs 15 ruggedized vehicle docking stations for their patrol tablets. Under the SAT, the documentation is a simple written determination in the contract file. Compare what that looks like done well versus done poorly.

Sole Source Determination

Commercial Item Acquisition Under the Simplified Acquisition Threshold
Authority: 41 U.S.C. 1901
Contracting Activity
96th Security Forces Squadron (96 SFS/S4), Eglin AFB, FL 32542
Contracting Officer
SSgt Daniel Reyes, 96 TW/PKC, DSN 872-4200
PR Number
FY26-SFS4-0031
Estimated Value
$67,125 ($4,475 per unit x 15 units)
Description of Requirement
Panasonic PCPE-GJ20V02 vehicle docking stations (qty 15) for Panasonic Toughbook FZ-G2 Mark 2 tablets currently fielded in 96 SFS patrol vehicles. The docking stations provide vehicle power charging, GPS antenna passthrough, dual RF antenna passthrough for the FirstNet LTE public safety network, and a hardwired Ethernet port for connection to the in-vehicle ALPR (Automated License Plate Recognition) camera system. The FZ-G2 Mark 2 tablets are Government-furnished equipment procured under Contract FA2486-24-P-0112.
Basis for Sole Source
The Panasonic FZ-G2 tablet uses a proprietary 40-pin docking connector that is physically and electrically incompatible with third-party universal docking stations. Panasonic does not license the connector specification to other manufacturers. The PCPE-GJ20V02 is the only vehicle dock manufactured for the FZ-G2 Mark 2 that supports the full set of passthrough connections required for the 96 SFS patrol vehicle configuration (GPS, dual RF, Ethernet, and vehicle power simultaneously). Aftermarket docking solutions from Havis (DS-PAN-1600 series) and Gamber-Johnson (7170-0965) were evaluated; both use a universal cradle design that holds the tablet physically but connects only via USB-C, which does not support the GPS or dual RF antenna passthrough required for the ALPR and FirstNet integration.
Market Research
Searched SAM.gov for NAICS 334118 (Computer Terminal and Other Computer Peripheral Equipment Manufacturing) on 10 Jan 2026. Searched GSA Advantage for "FZ-G2 vehicle dock." Contacted Havis Inc. (POC: Federal Sales, Lisa Tran, 800-524-9900) and Gamber-Johnson (POC: Government Programs, Mark Estrada, 800-456-6868) to confirm whether their docking stations support full antenna passthrough for the FZ-G2 Mark 2. Both confirmed they do not. Reviewed Panasonic's published accessory catalog and confirmed the PCPE-GJ20V02 as the only vehicle dock with the required connections.
Contracting Officer Determination
Based on the market research conducted and the proprietary connector constraint described above, I have determined that Panasonic Corporation of North America is the only source reasonably available for this requirement. Price has been determined fair and reasonable based on published GSA Schedule pricing and comparison to the unit price paid under the prior purchase (FA2486-25-P-0008, $4,350/unit for 10 units in FY25). This determination is made under the authority of 41 U.S.C. 1901.
___________________________
DANIEL REYES, SSgt, USAF
Contracting Officer, 96 TW/PKC
Date: _______________

Scenario 2: Over the SAT ($475,000)

A maintenance squadron needs a multi-year commercial diagnostic software suite and support contract for specialized test equipment. Over the SAT, so the full FAR 6.104-1 justification format applies with all twelve required elements.

Justification for Other Than Full and Open Competition

Commercial Item Sole Source Justification per 41 U.S.C. 1901 and FAR 6.104-1
Contracting Activity
85th Maintenance Squadron (85 MXS/MXDE), Eglin AFB, FL 32542
Contracting Officer
TSgt Maria Ortega, 96 TW/PKC, DSN 872-4100
PR Number
FY26-MXDE-0247
Program
Avionics Intermediate Shop (AIS) Automated Test Equipment Sustainment
Estimated Value (Incl. Options)
$475,000 (Base Year $125,000 + three 1-year options at $116,667 each)
(4) Statutory Authority
41 U.S.C. 1901 (Simplified Acquisition Procedures). Total estimated value including all options is $475,000, which is above the simplified acquisition threshold but below $9,000,000. This acquisition uses FAR 12.201-1 simplified procedures, so the Part 6 competition authorities at 41 U.S.C. 3304 and 10 U.S.C. 3204 do not apply.
(2) Nature of the Action
New procurement. Commercial item (software license and maintenance support). The current diagnostic software license under Contract FA2486-23-P-0089 expires 30 Sep 2026. This acquisition establishes a new contract vehicle with a base year and three option years to provide continuity of diagnostic capability.
(3) Description of Supplies/Services
TechDiag Pro v4.2 enterprise diagnostic software suite (5 concurrent-user license, 12-month term) with annual vendor maintenance and technical support for the Keysight N9020B MXA Signal Analyzers (qty 3) and Keysight N5182B MXG Vector Signal Generators (qty 2) installed in the 85 MXS Avionics Intermediate Shop (AIS), Building 1290. The software performs automated Built-In-Test (BIT) sequencing, fault isolation to the shop-replaceable unit (SRU) level, and calibration verification against NIST-traceable standards for the AN/APG-83 AESA radar and AN/ALQ-213 Electronic Warfare Management System line-replaceable units (LRUs) per Technical Orders 1F-16CJ-33-1-2 and 1F-16CJ-12-11-1. Estimated value: $475,000 including all options.
(5) Demonstration of Unique Qualifications
The Keysight N9020B and N5182B instruments communicate with external diagnostic software exclusively through Keysight's proprietary Standard Commands for Programmable Instruments (SCPI) command set and the Keysight IO Libraries Suite version 2024. TechDiag Pro v4.2 is the only commercially available diagnostic platform that has been validated and certified by Keysight for full bidirectional integration with these instruments' internal calibration references, self-test routines, and measurement uncertainty calculations.

The Keysight Certified Partner Software Registry (accessed 12 Feb 2026, printout attached as Exhibit A) lists TechDiag Pro as the sole certified third-party diagnostic platform for the N9020B and N5182B product families. Keysight's Partner Engineering group confirmed in writing (email from Dr. James Park, Keysight Partner Certification Program, dated 14 Feb 2026, attached as Exhibit B) that no other third-party diagnostic software vendor has applied for or received certification for these instrument families as of that date.

Alternative diagnostic platforms were technically evaluated. National Instruments LabVIEW (v2024 Q4) supports generic SCPI communication but does not implement the Keysight-proprietary extended command set required for SRU-level fault isolation on the N9020B. Rohde and Schwarz ELEKTRA (v4.1) does not support Keysight IO Libraries Suite and cannot interface with the N9020B's internal calibration reference. Both vendors confirmed these limitations in writing (see Exhibits C and D).

Use of non-certified software would void Keysight's instrument warranty (terms attached as Exhibit E) and would not meet the measurement uncertainty requirements in T.O. 33-1-28, rendering the AIS unable to certify repaired LRUs for return to flight status.
(6)/(8) Efforts to Solicit Offers and Market Research
Market research was conducted between 1 Feb and 20 Feb 2026:
- Searched SAM.gov for NAICS 511210 (Software Publishers) with keywords "signal analyzer diagnostic." Identified 23 registered firms; reviewed capability statements of the 7 that listed test and measurement software. None advertised Keysight N9020B compatibility.
- Searched GSA Advantage (Schedule 70, SIN 54151S) for signal analyzer diagnostic software. Found 4 vendors offering general-purpose instrument control software. None listed Keysight certification.
- Contacted Keysight Technologies directly (POC: Regional Sales Manager, Chris Hanover) to identify all certified diagnostic software vendors for the N9020B/N5182B families. Keysight confirmed TechDiag Inc. as the sole certified partner (Exhibit B).
- Contacted National Instruments (POC: Federal Sales, Andrea Kim) and Rohde and Schwarz (POC: Government Programs, Stefan Mueller) to assess compatibility. Both confirmed in writing their platforms cannot fully replicate the required diagnostic functions (Exhibits C and D).
- A sources sought notice was not posted because the market research conclusively established that only one source can meet the requirement, and posting would not change that outcome. This determination is documented per FAR 5.202(a)(7).
(7) Fair and Reasonable Price Determination
Price was determined fair and reasonable based on: (1) comparison to the current contract price (FA2486-23-P-0089, $110,000/year for 3-user license), adjusted for the increase from 3 to 5 concurrent users and current GSA pricing; (2) published GSA Schedule pricing for TechDiag Pro enterprise licenses on Schedule 70; and (3) independent Government estimate prepared by 85 MXS/MXDE technical staff based on vendor price lists and comparable commercial diagnostic software market data.
(10) Sources That Expressed Interest
No other sources expressed written interest in this requirement. National Instruments and Rohde and Schwarz both declined to submit offers after confirming their products do not meet the compatibility requirements.
(11) Actions to Remove Barriers to Competition
The N9020B Signal Analyzers and N5182B Vector Signal Generators are scheduled for Technology Refresh in FY29. The replacement equipment specification (currently in draft by AFLCMC/HNJ) will include a mandatory requirement for open-standard diagnostic interfaces (IVI-COM/IVI-C compliant) and will prohibit proprietary command set lock-in. This will enable competitive diagnostic software sourcing for the replacement instruments. Additionally, the 85 MXS has submitted a Technical Data Rights request through the 96 TW Engineering Division to evaluate whether Government Purpose Rights can be negotiated for the SCPI extensions in any future Keysight instrument procurement.
(12) Contracting Officer Certification: I certify that this justification is accurate and complete to the best of my knowledge and belief. Based on the market research conducted and the technical constraints documented above, I have determined that only one source is reasonably available for this requirement and that the anticipated price is fair and reasonable.

___________________________
MARIA ORTEGA, TSgt, USAF
Contracting Officer, 96 TW/PKC
Date: _______________

FAR 12.102

Applicability. The core regulation for when and how commercial item procedures apply, including sole source thresholds.

Read on acquisition.gov

FAR 6.104-1

Justification Content. The twelve required elements of a sole source justification for acquisitions over the SAT.

Read on acquisition.gov

FAR 6.104-2

Approval of Justification. Table 6-1 approval thresholds and delegation rules.

Read on acquisition.gov

41 U.S.C. 1901

Simplified Acquisition Procedures. The statutory basis for streamlined commercial item purchasing.

Read on uscode.house.gov

41 U.S.C. 1903

Special Emergency Procurement Authority. Expands the simplified procedures lane for qualifying contingency, emergency, disaster, and cyber/nuclear/biological/chemical/radiological acquisitions.

Read on uscode.house.gov

FAR Part 12

Acquisition of Commercial Products and Commercial Services. Full text of Part 12 for context.

Read on acquisition.gov