Gov Contract Finder LogoGov Contract Finder Logo
  • ⭐
    Extensión del Navegador
    Chrome / Edge / Firefox
    Aplicaciones
    Extensión del NavegadorApp Móvil
    Características
    Alertas por EmailAnálisis e InsightsOficiales de AdquisicionesAsistente de Licitación IA
    Resumen →
    ResumenExtensión del NavegadorApp MóvilAlertas por EmailAnálisis e InsightsAsistente de Licitación IA
  • Precios
  • Contratos
  • Aprender
    Base de ConocimientoGuíasGlosarioPreguntas y RespuestasBlogDocumentación
    Comparaciones
    Comparar PlataformasAlternativa a SAM.gov
    Soluciones
    Por Qué Gov Contract FinderPara Pequeñas EmpresasPara Equipos de CapturaSoporte
    Pruebas
    Historias de ClientesCobertura de Datos
    Base de ConocimientoGuíasGlosarioPreguntas y RespuestasBlogDocumentaciónSoportePor Qué Gov Contract FinderPara Pequeñas EmpresasComparar Plataformas
  • Servicios
  • 📅
    Agendar Consulta
    Gratis, sin compromiso
    Capacidades
    Implementación de BúsquedaAutomatización de CapturaFábrica de PropuestasInteligencia de MercadoIntegración Empresarial
    Resumen de Automatización →
    Resumen de AutomatizaciónAgendar ConsultaImplementación de BúsquedaAutomatización de CapturaFábrica de PropuestasIntegración Empresarial
  • Iniciar sesión
  • Agendar Demo
Home / Resources / Proposal Writing
Proposal Writing

What concrete proposal-writing changes should contractors adopt because the EO makes fixed-price the default? 2026

GSA requires fixed-price as the default per the April 2026 EO; proposal teams must redesign CLINs, tighten contingencies, and shift subcontractor risk to protect margins under new rules.

Gov Contract Finder
•May 2, 2026•8 min read

What Is What concrete proposal-writing changes should contractors adopt because the EO makes fixed-price the default? and Who Does It Affect?

What is What concrete proposal-writing changes should contractors adopt because the EO makes fixed-price the default??

GSAFAR
According to GSA guidance and the White House EO, the default move to fixed-price shifts risk to contractors and requires proposal teams to redesign CLINs, add firm milestones, and tighten contingency costing. Per FAR Part 16, offerors must justify cost-reimbursement or time-and-materials exceptions with documented risk analyses and approvals.
Sources: [1] Promoting Efficiency, Accountability, and Performance in Federal Contracting – The White House, [3] Part 16 - Types of Contracts | Acquisition.GOV
According to GSA guidelines, contractors must rework proposal narratives and pricing models to accommodate a firm-fixed-price default and demonstrate value while protecting margin. This paragraph outlines the immediate proposal-writing changes required: first, restructure statement of work into discrete, measurable CLINs with objective acceptance criteria; second, add firm milestone payments tied to deliverables and Government acceptance to reduce cashflow strain; third, convert soft cost estimates into fixed, priced line items and identify explicit variable-cost CLINs for limited risk sharing. Per FAR 16.102 and 16.202, fixed-price contracts place performance risk on contractors, so proposal teams must incorporate schedule buffers, supplier lead-time analysis, and explicit subcontractor flow-down clauses. The SBA reports that 78% of small businesses rely on predictable cashflow, so proposals must include contingency financing plans and short-pay milestones to avoid liquidity issues. For IT and cloud solutions, FedRAMP authorization timelines must be reflected in CLIN sequencing to avoid scope creep delays. Combined, these changes require cross-functional proposal review—estimators, program managers, legal, and finance—to sign off on the fixed-price risk posture prior to submission.
Per FAR 19.502, small businesses can still compete effectively under a fixed-price default but must optimize CLIN architecture and subcontractor allocation to shield margins. Proposal teams should create modular CLINs so that higher-risk work is either priced separately or subcontracted with performance incentives. Under OMB M-25-21, agencies will expect documented acquisition strategies that justify contract type; therefore include a short risk memorandum that quantifies cost variance, schedule variance, and the dollar impact of key risks. DoD's CMMC framework requires secure engineering and documentation, which increases upfront fixed development costs; reflect those compliance costs as discrete CLINs or a one-time compliance CLIN with clear acceptance criteria. The GSA will scrutinize statements that request cost-reimbursement for what the EO frames as commercial or low-risk services; include market-rate benchmarking and third-party commercial-pricing evidence when proposing other than firm-fixed-price. This approach helps evaluators see why the contractor priced the effort as fixed and where legitimate exceptions reside.
$789B
FY2026 federal IT spending (OMB)
Source: Promoting Efficiency, Accountability, and Performance in Federal Contracting – The White House

How do contractors comply with What concrete proposal-writing changes should contractors adopt because the EO makes fixed-price the default??

GSAFAR
According to GSA and the White House EO, contractors must redesign CLINs, add priced contingencies, and document risk allocation; submit justification memos for any non-fixed-price requests and obtain contracting officer approval. Per FAR 16.102, include quantifiable risk tables, supplier guarantees, and milestone-based invoices within 30 days of award to comply.
Sources: [1] Promoting Efficiency, Accountability, and Performance in Federal Contracting – The White House, [4] 16.102 Policies. | Acquisition.GOV

Background and Context

According to GSA guidelines, contractors must understand the policy drivers behind the EO: the April 2026 White House directive emphasizes efficiency, accountability, and performance by preferring fixed-price arrangements to limit government cost exposure. The directive aligns acquisition decision-making with FAR principles in Part 16 and expects agencies to default to firm-fixed-price unless documented exceptions apply. The executive action also directs greater oversight for sole-source and high-risk cost-reimbursement awards, including pre-award market research and post-award performance evaluations. The SBA reports that 78% of small firms will face increased contract-type scrutiny; therefore, small business teams should document market pricing and provide commercialization evidence when proposing exceptions. OMB will monitor agency compliance metrics and may publish dashboards showing fixed-price adoption rates, so contractors should anticipate more rigorous pre-award questions and disclosure requests about their pricing models and subcontractor pass-throughs. This policy shift increases the premium for proposal accuracy and makes conservative contingency modeling and documented risk transfers essential to winning and performing under federal contracts.
Under OMB M-25-21, agencies will be required to justify contract type decisions and report deviations from fixed-price defaults to higher review, which tightens the evaluative lens on contractor proposals. Per FAR Part 16, contracting officers must determine the appropriate contract type based on risk, performance uncertainty, and cost control; the EO nudges officers toward fixed-price unless risk factors are clearly documented. DoD's CMMC framework requires cybersecurity investments that increase upfront costs; proposals for defense contracts should price CMMC compliance as a discrete CLIN or include amortized compliance costs across affected CLINs with supporting vendor quotes. The GSA and agency COs will expect evidence—supplier quotes, subcontractor fixed-price commitments, and performance guarantees—before accepting a fixed-price figure. That means proposal writers must gather written supplier commitments, negotiate firm subcontracts or price-protection clauses, and capture liquidated damages or incentive clauses where appropriate. This background raises the bar for financial models, requires integration with legal flow-downs, and demands CFO review prior to submission.

Important Note

According to GSA guidelines, include a one-page risk matrix and a priced contingency table in the proposal executive summary; evaluators will look for quantifiable dollar impacts, not qualitative statements. Per FAR, quantify at least three high-risk line items and their mitigation costs.

  1. 1
    Step 1: Assess

    Per FAR 16.102, evaluate performance uncertainty and decide which elements can be priced as firm-fixed-price; quantify risk with probability-weighted scenarios within 14 days of proposal kickoff.

  2. 2
    Step 2: Redesign CLINs

    According to GSA guidelines, break scope into modular CLINs with objective acceptance criteria and separate compliance or one-time costs into standalone CLINs to protect margin.

  3. 3
    Step 3: Secure Subcontractor Commitments

    Per FAR and SBA guidance, obtain firm-priced subcontracts or quote-based price-protection clauses within 30 days to transfer risk downstream.

  4. 4
    Step 4: Price Contingencies

    Per OMB direction, include a contingency line of 3–10% for commercial services and 8–20% for IT/CMMC-related development based on quantified risks.

  5. 5
    Step 5: Submit Justification for Exceptions

    Per FAR and the White House EO, prepare a contract-type justification memo for any non-fixed-price request and route for CO approval prior to final submission.

The Challenge

Needed to convert a prior time-and-materials bid to a firm-fixed-price proposal for a $2.8M DoD sustainment task order with CMMC Level 2 readiness in 90 days while protecting a 12% target margin.

Outcome

Won the $2.8M DoD task order at 18% lower total price than the nearest competitor while preserving a 10.5% margin; compliance CLIN reduced schedule risk and accelerated acceptance by 21 days.

Source: Promoting Efficiency, Accountability, and Performance in Federal Contracting – The White House

What happens if contractors don't comply?

GSAOMB
Per the White House EO and GSA guidance, failure to align proposals with the fixed-price default risks bid rejection, higher scrutiny, or debarment from preferred procurement pools; contracting officers may require re-bid or deny non-compliant contract-type requests. Per OMB rules, agencies may withhold awards pending justified exceptions, increasing award latency by 30–90 days.
Sources: [1] Promoting Efficiency, Accountability, and Performance in Federal Contracting – The White House, [2] Ensuring Commercial, Cost-Effective Solutions in Federal Contracts – The White House

Requirements and Implementation: Concrete Proposal Changes

According to GSA guidelines, contractors must implement five concrete changes immediately: 1) CLIN redesign—create firm, measurable CLINs with acceptance tests and separate one-time or compliance costs; 2) priced contingency tables—show probability-weighted dollar exposures for top risks; 3) subcontractor risk allocation—obtain fixed-price subcontracts or price-protection clauses; 4) milestone-based billing—link payments to objective Government acceptance events; and 5) contract-type justification memos for any deviations. Per FAR 16.202 firm-fixed-price contracts transfer performance risk to the contractor, so proposals must include supplier lead-time analysis, escalation assumptions, and currency or material price clauses where unavoidable. The SBA reports that 78% of small businesses need easier cashflow; team proposals should propose shorter milestone payment intervals (30 days) and consider invoice factoring or contract financing if milestones are long. Under OMB M-25-21, agencies will demand that these elements be visible in the acquisition package and that contracting officers approve exceptions—expect pre-award questions and a 10–30 day clarifying window.
Per FAR 19.502, small businesses can maintain competitiveness by using CLIN-level risk allocation and subcontractor guarantees; the FAR allows flow-down clauses and performance bonds to protect prime contractors. DoD's CMMC framework requires documented cybersecurity design and recurring costs—price these as discrete CLINs or amortize compliance costs across deliverables with explicit acceptance criteria to avoid scope creep. According to GSA guidelines, proposals should provide at least two independent supplier quotes for any subcontracted fixed-price work and include priced options for schedule acceleration. For IT work requiring FedRAMP, include authorization timelines as priced schedule CLINs and contingency days priced at a per-day fixed rate. Finally, under OMB direction, create a short cost-risk appendix that shows three scenarios (best, expected, worst) with dollar impacts and mitigation strategies so COs can quickly evaluate why fixed-price is reasonable and where limited exceptions are necessary.

"The shift toward firm-fixed-price contracting is intended to drive efficiency and accountability—contractors must demonstrate disciplined pricing and clear risk transfers to succeed under the new default."

White House Office of Management and Budget,Executive Summary Comment
Promoting Efficiency, Accountability, and Performance in Federal Contracting – The White House

Best Practices for Proposal Teams

DoD's CMMC framework requires upfront investments that must be reflected in firm-fixed-price proposals; best practice is to create a discrete, auditable compliance CLIN that includes one-time implementation costs and recurring sustainment. According to GSA guidelines, include objective acceptance criteria tied to security milestones and attach supplier quotes and C3PAO assessment timelines to that CLIN. Per FAR, include a pricing rate table that shows labor categories, loaded rates, and escalation assumptions for the life of the performance period; append a sensitivity analysis that quantifies the margin impact of a 5% and 10% labor-rate increase. The SBA reports that 78% of small firms benefit from teaming agreements—formalize teaming and subcontractor price-protection language so that primes can enforce performance guarantees. Under OMB M-25-21, agencies will review acquisition strategies; incorporate a one-page acquisition strategy appendix that justifies contract type, risk allocation, and anticipated contract management tasks to reduce CO pushback.
According to GSA guidelines, use incentives and hybrid CLINs strategically: offer small incentive-fee CLINs (1–3% of contract value) tied to early performance or quality metrics to share upside without exposing the Government to cost overruns. Per FAR 16.102, only use cost-reimbursement or T&M where risk cannot be reasonably priced; when used, cap the amount and include firm-fixed-price options to transition after defined milestones. The OMB and White House EO encourage transparency—provide a clear reconciliation table showing how each CLIN maps to risk, subcontractor commitments, and past performance examples. FedRAMP or other authorization requirements should be separately priced and substantiated. Finally, train capture and proposal teams to prepare a three-page executive risk memorandum for each proposal, signed by finance and legal, to accompany the price proposal and satisfy contracting officer expectations.

  • Deadline: April 2026 — begin fixed-price default compliance actions immediately per the White House EO (effective April 2026)
  • Budget: $25,000–$150,000 — typical investment range for supplier negotiations, CLIN redesign, and contingency modeling per GSA proposal-cost estimates
  • Action: Register and update SAM.gov entries and teaming agreements at least 90 days before major solicitations per SBA guidance
  • Risk: Non-compliance can delay awards by 30–90 days or result in ineligibility for new awards per OMB and GSA enforcement

Sources & Citations

1. Promoting Efficiency, Accountability, and Performance in Federal Contracting – The White House [Link ↗](government site)
2. Ensuring Commercial, Cost-Effective Solutions in Federal Contracts – The White House [Link ↗](government site)
3. Part 16 - Types of Contracts | Acquisition.GOV [Link ↗](government site)

Tags

#FAR#fixed-price#GSA#OMB#proposal-writing#SBA

Ready to Win Government Contracts?

Join thousands of businesses using Gov Contract Finder to discover and win federal opportunities.

Start Free TrialSchedule Demo

Related Articles

What immediate actions should contractors take to implement CISA’s Zero Trust guidance for operational technology (OT)? 2026

GSA requires OT Zero Trust mapping by June 30, 2026; contractors should inventory assets, segment networks, apply identity controls, and allocate $75K-$250K to comply or risk exclusion from federal procurements and contract termination.

Read more →

How can small businesses leverage CMMC Compliance as a Service to meet DFARS in 2026?

GSA and DoD expect DFARS/CMMC compliance; small firms can use CMMC Compliance-as-a-Service (CaaS) to meet DFARS 252.204-7020 cost-effectively. Evaluate C3PAO partnerships, defined SLAs, and fixed-fee scopes; budget $15K–$150K and start within 90 days to avoid debarment or award ineligibility.

Read more →

How will proposed standardized fraud training for federal employees create opportunities for contractors? 2026

GSA-led standard fraud training could spur FedRAMP LMS, curriculum, and analytics procurements; contractors should FedRAMP, register in SAM.gov, and target 8(a)/SDVOSB set-asides to compete for estimated multi‑million-dollar awards.

Read more →
Gov Contract Finder LogoGov Contract Finder Logo
  • Producto
  • Asistente de Licitación IA
  • Extensión del Navegador
  • App Móvil
  • Alertas por Email
  • Análisis e Insights
  • Precios
  • Base de Conocimiento
  • Guías
  • Glosario
  • Preguntas y Respuestas
  • Documentación
  • Blog
  • Para Pequeñas Empresas
  • Para Equipos de Captura
  • Comparar Plataformas
  • Servicios
  • Automatización de Flujos
  • Soporte
  • Contáctanos
© Copyright 2026 Gov Contract Finder.
  • Términos de Servicio
  • Política de Privacidad
Opportunity: $789B — FY2026 federal IT spending presents choice contract opportunities for firms that adapt CLIN design and fixed-price readiness
Next Step

Start CLIN redesign and secure fixed-price subcontractor quotes within 30 days to meet likely agency pre-award review deadlines